Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 02071978 - R 78C IN 2
v i • �� The following are the calendars prepared by the Clerk, County Administrator, and Public Works Director Y for Board consideration. MoOl a. 1. Schroder JAMES P.KENNY.RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS Chairman 1ST DISTRICT Z. H. Hasseltine NANCY C.FAHOEN.MARTINEZ CONTRA COSTA COUNTY Vice Chairman 2ND DISTRICT ROBERT 1.SCHRODER.LAFAYETTE AND FOR JAMES R OLSSON,COUNTY CLERK 3RD DISTRICT AND EY OFFICIO CLERK OF THE BOARD WARREN N.BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED 8Y THE BOARD MRS.GERALDINE RUSSELL 4Th,DISTRICT BOARD CMAYMgRS.ROOM 107.ADMINISTRATION MELDING CHIEF CLERK - ERIC H.HASSELTINE.PITTSBURG P14ONE(A 1 S)372.2371 STM DISTRICT ►.O BOY SI 1 MARTINEZ CALIFORNIA 94353 TU"SDAY FEBRUARY 7, 1578 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.402. 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. 10: 30 A.M. Presentation by Mr. T. V. Halsey relating to water quality in the Western Delta. 10:45 A.M. Hearing on proposed abandonment of a portion of Gardina Court, Danville area (hearing will be continued to February 28, 1978 at 10: 30 a.m. inasmuch as the matter has not been heard by the Planning Commission) . 10:50 A.M. Hearing on proposed condemnation of certain real property- located on Winslow Street, Crockett area, required for a - drainage facility. 11: 00 A.M. Hearing on appeal of Gary Green et al from San Ramon Valley Area Planning Commission approval of Minor Subdivision 192-77, Alamo area (W. A. Almquist, owner) . 11:30 A.M. Consider report of Planning staff with respect to results of review of revised plans of Beacon Point Associates for Land Use Permit No. 2012-77, Walnut Creek area. 2: 00 P.M. Public hearing on the proposed Environmental Management Plan of the Association of Bay Area Governments . ITEI4S SUBMITTED TO THE BOARD ITEMS 1 - 11: CONSENT 1. APPROVE minutes of proceedings for the month of January, 1978. 2. DECLARE certain ordinances duly published. 3. AUTHORIZE changes in the assessment roll and cancellation of certain delinquent penalties. 4. AUTHORIZE refund of penalties on delinquent property taxes (F. and M. Kennedy and M. Reuting) as recommended by the County Treasurer- Tax Collector. 0-0002 Board of Supervisors' Calendar, continued February 7, 1978 5. ADOPT ordinances (introduced January 31, 1978) rezoning the following lands to Agricultural Preserve Districts A-4: No. 78-11 Michael & Margaret Mulrooney, 2189-RZ,. Byron; Ronald E. Nunn, 2194-RZ, Brentwood; Ronald & Shirley Nunn, 2195-RZ, Brentwood; Ronald & Shirley Nunn, 2196-RZ, Brentwood; Ronald & Shirley Nunn, 2197-RZ, Brentwood; No. 78-12 Harold E. Bell et al, 2154-RZ' Mor gan Territory; Richard and Elizabeth Theodore, 2184-RZ, Tassajara; Haines & Walker, Attorney at Law, 2202-RZ, Tassajara; and No. 78-13 Fredrick & Margaret Stewart, 2187-RZ, Martinez. 6. ADOPT Ordinance No. 78-14 (introduced January 31, 1978) rezoning land in the Walnut Creek area (application of Louis Mangini, 2175-RZ) . 7. FIX March 14, 1978 at the times indicated for hearings on recommenda- tions of the San Ramon Valley Area Planning Commission with respect to the following rezoning applications : 11:00 a.m. G & M Development Company, 1881-RZ, Danville area; and 11: 05 a.m. Charles James/County Planning Commission Initiated, 1774-RZ, Danville area. 8. AUTHORIZE legal defense for persons who have so requested, and any other personnel who may later be identified, in connection with United States District Court Civil Action Number C-77 1153 AJZ. 9. AUTHORIZE extension of time in which to file final map of Subdivision 4968, San Ramon area. 10. ACCEPT as complete construction of private improvements in Minor Subdivisions 143-72, Moraga area, and 183-76, Alamo area. 11. DENY the claims of Wynema Custarelli, Biller-Smith Associates, Inc. , Michael and Terri Eason, and the amended claims of Gerald W. Roberts and Samuel and Peggy Nahinsky. ITEMS 12 - 19: DETERMINATION (Staff recommendation showno ox ng the item. ) 12. MEMORANDUM from County Counsel (in response to Board referral) trans- mitting proposed amendments to the County Sanitation District Law (Health & Safety Code Sections 4700 ff.) so that district taxes will be legally similar to general county taxes rather than special or local assessments. CONSIDER INCLUSION OF PROPOSED AMENDMENTS IN 1978 COUNTY LEGISLATIVE PROGRAM 13. MEMORANDUM from Director of Planning recommending approval of the request of Doris C. and Howard C. Wiedemann for cancellation of a five-acre portion of Land Conservation .Contract. No. 20-75 (1945-RZ) and advising that the cancellation fee is $12,500 for said parcel (5004 of the cancellation valuation set by the County Assessor) . FIX MARCH 7, 1978 AT 10: 55 A.M. FOR HEARING 14. LETTER from Citizens Advisory Committee for County Service Area LIB-11 requesting Board authorization to place a 10 cent maximum tax levy measure on the June ballot for maintenance of the Oakley Park Swimming Pool. APPROVE, REQUEST AND REFER TO ELECTIONS DEPARTMENT 00003 Board of Supervisors' Calendar, continued February 7, 1978 15. MEMORANDUMS from Director of Planning advising• that the Park and Recreation Facilities Advisory Committee recommends approval for transfer of Park Dedication Trust Funds requested by the following: a. Ambrose Recreation and Park District; b. Citizens Advisory Committee for County Service Area LIB-11; and c. Citizens Advisory Committee for County Service Area R-8. APPROVE RECOMMENDATIONS 16 . LETTER from Foreman of the 1977-1978 Grand Jury expressing grave concern with respect to operation of the Crisis Resolution Center and urging that the program be discontinued immediately. REFER TO COUNTY PROBATION OFFICER AND COUNTY ADMINISTRATOR FOR REPORT 17. LETTER from President, West Contra Costa Sanitary District, seeking support and assistance in obtaining grant funding to initiate studies and projects related to solid waste management in the west county. REFER TO PUBLIC WORKS DIRECTOR (ENVIRONMENTAL CONTROL) AND SOLID WASTE COMMISSION 18. LETTER from Director, State Drought Emergency Task Force, trans- witting report on Alternative Drought Strategies for 1978 which analyzes impact of the drought on an area-by-area basis and outlines specific actions which could be taken. REFER TO PUBLIC WORKS DIRECTOR 19. LETTER from Project Director, San Francisco Child Abuse Council, Inc. , requesting names of appropriate people for subsequent Board appointment as county representatives on a 23-member Advisory Board for an innovative project to prevent or correct abuse of children in out-of-home placements. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY,-FOR RECOMMENDATION IN CONJUNCTION WITH APPRO- PRIATE CITIZEN ADVISORY BODIES ITEMS 20 - 22: INFORMATION (Copies of communications listed as reformation items have been furnished to all interested parties .) 20. PETITION signed by county employees of Richmond Clinic requesting assistance with respect to heating problem. (Matter under review by Public Works Director and County Administrator. ) 21. LETTER from mayor, City of Concord, transmitting copy of his State of The City Report . 22. RESOLUTION adopted by the Walnut Creek City Council expressing appreciation to Supervisors N. C. Fanden and R. I. Schroder for their vote on the City's appeal from Board of Appeals conditional approval of L.U.P. No. 2012-77 to establish a multiple group development in the Walnut Creek area and urging citizen support of a proposed initiative petition to amend the County General Plan :or designation of said property as Multiple Family Residential- Very Low Density and to amend the County Zoning Ordinance to Multiple Family District (M-5) . Persons addressing the Board should complete the form Provided on the rostrum and rurnishthe Clerk with a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5:00 P.M. 00004 Board of Supervisors' Calendar, continued February 7, 1978 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MEETINGS OF BOARD COMMITTEES The Finance Committee (Supervisors E. H. Hasseltine and N. C. Fanden) will meet regularly on each Monday at 9: 30 a.m. in Room 108, County Administration Building, Martinez, and on Wednesday if necessary . The Internal Operations Committee (Supervisors W. N. Boggess and J. P . Kenny) will meet on the 13t and 3rd Mondays of each month at 9:30 a.m. in the Administrator' s Cor.:erence Room, County Administra— tion Building. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . NOTICE OF M=INNGS OF Pamir I===- T ;, T (For additional information please phone the number indicated) San Francisca Bay Coneerratiaa and Development Commission 1st and 3rd Thursdays of the month - phone 557-3680 Association of Bay Area Governments 3rd Thursday of the month - phone 841-9730 East Bay Regional Park District 1st and 3="d Tuezdays of the month - phone 531-93CC Bay Area A—i- Poliution Ccnt--e1 District 1st, 3rd and 412L Wednesdays of the month phone 771-6000 Metrocolitan Transrortation Commission 4th Wednesday of tie month - Dao--e 81.9-3223 Contra Casa County Water District 1st and 3rd Wednesdayl of the month; study sessions all other Wednesdays - phone 682-5950 00005 OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions February 7, 1978 From: Arthur G. Will County Administrator I. PERSONNEL ACTIONS I. - -Reclassification of positions as follows: Cost Department Center From To Health 0450 Community Aide Family Planning Trainee-Project Aide-Project ' 401, 402, 403 2. Additions and cancellations of positions as follows: Cost _A _ _ ___pastnent . Center Addition Cancellation Health 0450 1 20/40 Typist -- Clerk-Project II. TRAVEL AUTHORIZATIONS 3. Name and Destination Decartment and Date Meeting (a) Joy Lovelace San Mateo, CA Seminar on Planning Probation Dept. 2-3-78 and Building Local Volunteer (confirmation) Victim/Witness Assistance Program (b) Stanley Garvin Boulder, CO National Institute Sheriff-Coroner 2-26-78 to 3-10-78 of Corrections-Jail (time only) Management (c) Gerald Mitosinka St. Louis, MO American Academy of Sheriff-Coroner 2-21-78 to 2-25-78 Forensic Sciences III. -APPROPRIATION ADJUSTMENTS 4. Buildirc Insnector. Add $6,400 for temporary help to assist with workload and to cover permanent position vacancy. 00006 To: Board of Supervisors From: County Administrator Re: Recommended Actions 2-7-78 Page: 2. III. APPROPRIATION ADJUSTI4=S - continued 5. Board of Supervisors. Add $44,230 for study of health services, in accordance with agreement approved by the Board of Supervisors on January 17, 1978. 6. Sheriff Radio Facilities. Add. $10,366 from- Reserve for Prior Year L ilities or microwave equipment. 7. Internal Adjustments. Changes not affecting totals for following budget units: Probation, Library, Mt. Diablo Municipal Court, Public Works (Road Maintenance, Road Construction) , County Medical Services (3) , Auditor- Controller . (Varicus Departments) , Orinda Fire Protection District, Sheriff-Coroner, Building Inspector, Building Inspector-Housing Rehabilitation Program, County Administrator (Plant Acquisition) . IV. LIENS AND COLLECTIONS None. V. CONTRACTS AND GRANTS • S. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: 7.gency Purpose Amount Period (a) Coast Use of Community Room -0- 2-23-78 Federal Facilities for Child Savings & Health & Disability Loan Assn. Prevention Program (Coast Advisory 3oard meeting Federal) (b) Theodore R. Provision of radio- $80 per 1-1-78 Purcell, therapy services to consulta- to M.D. i Harry Medical Services tion 4-20-78 Newman, M.D. , session a medical corporation Hunter 0. Provision of hems- $173 per 12-1-77 Cutting, tology services to consulta- to M.D. Medical Services tion 4-30-78 session 090017 To: Board of Supervisors From: County Administrator _ Re: Recommended Actions 2-7-78 Page: 3. V. CONTR.nCTS AND GRANTS - continued 8. Agency Purim se Amount Period . (c) Pete M. Provision of vascular $40/hr. 11-1-77 Braunstein, surgery- consultation to M.D. , i for County Medical 4-30-78 Robert Services Swanson, M.D.., a medical corporation W Juditaann Probation Department $1,080 2-10-78 to Davis., Ph.D. staff training 3-17-78 (e) Bro-Dart, Increase in leased $55.24 Effective Inc. books for Ygnacio per mo. 3-1-78 Valley Library increase (f) C_ty of To provide services $1,385 - 7-1-77 El Cerrito_._: to Health Dept./ (state to Nutrition Project funds) 9-30-78 for the Elderly (g) Gilbert Independent audit $2,750 2-7-78 Vasquez i of the County' s Head to Company Start Program for 4-30-78 Calendar Year 1977 (h) Cullinane Provide software for $5,000 Effective Corporation internal auditing 2-8-78 access 'Co stored computer information (i) - City of Area Agency on Aging $7,091 12-1-77 San Pablo Program-Mobile infor- to mation and Referral 6-30-78 Service (j) Urban Project evaluation, Not to 1-1-78 Rural Probation Dept. exceed to Systems * ($1,247 county funds) $12,474* 3-31-79 Assoc. 09008 To: Board of Supervisors From: County Administrator Re: Recommended Actions 2-7-78 Page: 4. V. CONTRACTS AND GRANTS - continued S. Agency Puri ose Amount- •- Period (k) State of Contract Amend nt to $20,000 8-1-77 California increase funds avail- increase to Economic able to- low income 9-16-77 Opportunity residents for the Office Special Energy Crisis Intervention Program l) Blue Shield Provision of Fiscal -0- 2-1-78 of Calif. intermediary Services until for County Medical terminated Services billings on behalf of Blue Shield participants 9. Approve amendments to CETA Title VI PSE Subgrant !Modification Agreement No. 28-719 with Mt. Diablo YMCA to change tern of Project No.301 from September 6, 1977 through September S. 1978 to July 6, 1977 through July 5, 1978 and the effective date of the Subgrant Agreement from September 6, 1977 through July 6, 1977, as recommended by the Director, Human Resources Agency. 10. Authorize Manpower Program Director to negotiate CETA Title II PSE Subgrant Modification Agreements with 27 certain subgrantees for the purpose of increasing the payment limits and adding one additional 'CETA Title II position to each in order to meet revised CETA hiring schedule, as recommended by the Director, Human Resources Agency. `11. Authorize Director, Human Resources Agency, or his designee, to negotiate contracts and amendments with certain service providers for subssquezit review and approval by the Board. VI. LEGISLATION None. VII. REAL ESTATE ACTIONS 12. Exercise option to extend following leases: Agency Department Purpose _ Period Consolidated Cooperative GPSPROUT 2-1-78 Fire Protection Extension o maunity to District Service Gardens 2-1-79 09009 To: Board of Supervisors From: County Administrator Re: Recommended Actions 2-7-78 Page: S. VII. REAL ESTATE ACTIONS - continued . 12. Agency Department Purpose Period Leonard• and Cooperative OPSPROUT 2-1-78 Angela Picolet Extension Community to Service Gardens 2-1-79 VIII.OTHER ACTIONS 13. • Authorize the disposal of certain financial records, papers and documents dated prior to 3uly 1, 1975 pursuant to Government Code Section 26205.1, as recommended by the County Librarian. 14, Adopt" revised rate schedule, effective March 1, 1978, for Health Department Home Health Agency services, as recom- mended by County Health Officer and Director, Human Resources Agency; the new rates are subject to review and approval by the fiscal intermediary (Blue Cross) . 15. Authorize continued participation by county departments in San Ramon Valley Unified School District Executive Intern Program and execution of understandings related thereto by departments involved pending the development of an overall agreement applicable thereto. 16. Acknowledge receipt of letter from County Administrator with respect to the financial and operating implication of split roll assessment procedure. 17. Acknowledge receipt of letter from County Administrator with respect to the Career Criminal Prosecution Program established by SB 683 and, as proposed by District Attorney and recommended therein, authorize the Chairman, _ Board of Supervisors, to execute a grant application/ contract for state funds in the amount of $250,000 to implement said program (February 8 deadline) . 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 09010 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Extra Business for February 7, 1978 SUPERVISORIAL DISTRICT II Item 1. SAN PABLO DAM ROAD - APPROVE AGREEMENT EXTENSION - E1 Sobrante Area It is recommended that the Board of Supervisors approve a Road Improvement Agreement Extension for Development Permit 3011-76. This Road Improvement Agreement Extension grants an extension of time to and including September 1, 1978. Owner: Westwood Associates Suite 732 300 Montgomery Street San Francisco, CA 94104 Location: The northwest quadrant of the San Pablo Dam Road - Valley View Road intersection. (LD) Item 2. SUBDIVISION 5152 - APPROVE MAP - E1 Sobrante Area It is recommended that the Board of Supervisors approve the Final Map for Subdivision 5152. Owner: Westwood Associates Suite 732 300 Montgomery Street San Francisco, CA 94104 Location: Subdivision 5152 is located on the southwest side of San Pablo Dam Road at Valley View Road in the E1 Sobrante , area. (LD) SUPERVISORIAL DISTRICT IV Item 3. LOWER PINE-GALINDO C1 EK - ADOPT RESOLUTION - Concord Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, adopt a Resolution of Intention to (Continued on next page) EXTRA BUSINESS Public Works Department Page 1 of 3 February 7, 1978 00011 Item 3 continued: Adopt Resolution of Necessity to acquire real property by eminent domain for improvement of a flood control channel on the U.S. Army Corp of• Engineers lower Pine-Galindo Creek project and set February 28, 1978 at 10:35 a.m. as the date the Board will meet to consider the adoption of the Resolution of Necessity to condemn. (RE: Work Order No. 8690-7520) (RP) SUPERVISORIAL DISTRICT V Item 4. MS 215-77 - ACCEPT GRANT DEED - Danville Area It is recommended that the Board of Supervisors accept a Grant Deed, dated December 7, 1977, from Robert Hanson, et al. The document fulfills a condition of approval for MS 215-77 as required by the Planning Commission. Owners: Robert Hanson and Joan Hanson Lafayette, CA Location: Subdivision MS 215-77 fronts for 363 feet on the north side of Freitas Road about 220 feet west of Morninghome Road in the Danville area. (RE: Assessors Parcel No. 216-193-028) (LD) GENERAL Item 5. COOPERATIVE MARKETING AND TRANSPORTATION SYSTEM FOR COMMUNITY RECYCLING CENTERS WITHIN THE COUNTY This item is submitted For Board action on behalf of the Solid Waste Commission. At its January 25 meeting, the Commission recommended that: 1. The Board of Supervisors authorize the Public Works Director to execute all documents necessary to enable the County as the lead agency to obtain a State grant funding a $250,000 cooperative marketing and transporta- tion system for community recycling centers within the County; and, 2. They be directed to submit a recommendation to the Board of Supervisors on the proposed system's operations and management prior to the Board's final acceptance of any grant. (Continued on next page) EXTRA BUSINESS Public Works Department Page 2 of 3 February 7, 1978 090 Item 5 continued: It is noted that operation of the system by the County would constitute a new County function and a policy change. However, the community recycling centers could play a vitu? role in meet- ing the goals of the County Solid Waste Management Plan. This proposal may enhance the viability of these Centers by improving the Methods of disposing of recyclables in an economic and effi- cient manner. NOTE: The proposed system consists of a large truck/tractor ($75,000) to transport a pool of 50-60 large dump con- tainers ($80, 000) of recyclables from the recycling centers to the buyers. The grant application also in- cludes a public awareness program ($45, 000) and- the necessary salaries ($50,000) to manage the system for the initial year. All but the salaries are currently 100% grant fundable. Salaries have been included. There is a possibility that pending state legislation would, if passed, provide grant funding of salaries. (RE: Work Order No. 5385-0927) (EC) EXTRA BUSINESS Public Works Department Page 3 of 3 February 7, 1978 000-13 PUNUC WO"S DWAKTAIWff CONTRA COSTA COUNTY Da": February 7, 1978 To: Board of Supervisors Ftm. Vernon L. Cline, Public Works Director Subject Contract Award Recommendation Re: Project No. 8873-2282 Supervisorial District V Bids for the construction of Assessment District 1973-4 Land- scaping were received and opened in the office of the Public Works Director on Thursday, January 19, 1978. It is recommended that the Board of Supervisors approve the plans and specifications and award a contract to the low bid- der, Kal-Co Landscaping, of Moraga, California in the amount of $6,485. This project is considered exempt from Environmental Impact Report requirements as a Class 1H Categorical Exemption under County Guidelines. it is also recommended that the Board of Supervisors concur in this finding. The Engineer's estimate was $6,500. No other bids were received. VLC:kac cc: County Administrator County Counsel Clerk of the Board Buildings & Grounds 090-14 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public works Director SUBJECT: •iublic Works Agenda for February 7, 1978 SUPERVISORIAL DISTRICT I Item 1. HAZEL AVENUE - MIRA VISTA DRIVE - APPROVE TRAFFIC REGULATION - East Richmond Heights Area At the request of the Mira Vista School P.T.A., and upon the basis of an engineering and traffic study, it is recom worded that Traffic Resolution Nos. 2415 and 2417 be approved as follows: Traffic Resolution No. 2415 Pursuant to Section 21101 (b) of the California Vehicle Code, the intersection of HAZEL AVENUE (#1065B) and MIRA VISTA DRIVE (#10658) , East Richmond Heights, shall be declared a four-way stop intersection and all vehicles shall stop before entering or crossing said intersection. Traffic Resolution No. 2417 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby limited to five (5) minutes at all times for the purpose of loading or unloading passengers only (white curb) , along the north side of HAZEL AVENUE (10658) , East Richmond Heights, beginning at a point 38 feet west of the centerline of Mira Vista Avenue and extending west a distance of 100 feet. (Traffic Resolution No. 1791 pertaining to a school bus loading zone in the same area is hereby rescinded) (TO) Item 2. FRANCISCAN WAY -- ACCEPT PERMIT - Kensington Area It is recommended that the Board of Supervisors accept a Temporary Construction Permit, dated January 26, 1978, from the Sunset View Cemetery Association, and authorize the Public Works Director to sign the Permit on behalf of the County. The permit is for installation of storm drainage pipe as part of the Franciscan Way Culvert Project. (RE: Project No. 1655-4435-665-78) (RP) A G E N D A Public Works Department Page I of 13 February 7, 1978 09015 Item 3. KENYON AVENUE - INCREASE CONTRACT CONTINGENCY -FUND - Kensington Area It is recommended that the Board of Supervisors approve an increase of $4,000 in the contract contingency fund for the Kenyon Avenue reconstruction project in order to reimburse the contractor for his extra costs caused by the presence of an unanticipated rock outcrop- ping within the excavation limits and the location of a water main at a higher elevation than that shown on the plans. Sufficient funds for this increase are available in the current road budget. The Board accepted this project as complete on December 13, 1977. Revised final cost, after payment for the above-mentioned work, will be approximately $68,000. . (RE: Project No. 1655-4364-665-77) (C) SUPERVISORIAL DISTRICT II Item 4. WATERFRONT ROAD OVERHEAD AND APPROACHES - APPROVE AGREEMENT - Martinez Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute a Consulting Services Agreement with DeLeuw, Cather and Company, of San Francisco. The Agreement provides for construction inspection and field engineer- inq services for the Waterfront Road Overhead and Approaches Project by the firm that prepared the plans and specifications. It is neces- sary to secure these services because the County is short of engineers due to several retirements and replacement personnel will not be available until mid-summer. Work on the bridge is to begin as soon as weather conditions permit. The Agreement has a payment limit of $62,500, which may not be ex- ceeded without prior approval of the Public Works Director. (RE: Project No. 3481-4215-925-75) (RD) SUPERVISORIAL DISTRICT III Item 5, CEDRO LANE - EBANO DRIVE - APPROVE TRAFFIC REGULATION - Walnut Creek Area At the request of the Walnut Acres Elementary School P.T.A. , and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2414 be approved as follows: (Continued on next page) A G E N D A Public Works Department Pig-5- 7 of 13 February 7, 1978 01»16 item 5 Continued: Pursuant to Section 21101 (b) of the California Vehicle Code, the intersection of CEDRO LANE (f4657U) and EBANO DRIVE (#4657N) Walnut Creek is hereby declared to be a four-way stop intersection and all vehicles shall stop before entering or crossing said intersection. (Traffic Resolution #1577 pertaining to the existing stop signs on Ebano Drive at Cedro Lane is hereby rescinded) . (TO) Item 6. EL CAMINO MORAGA - APPROVE TRAFFIC REGULATION - Orinda 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. 2416 be approved as follows: Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the west side of E1 Camino Moraga (28358) Orinda, beginning at a point 85 feet south of the centerline of Moraga Way and extending southerly a distance of 670 feet. (TO) SUPERVISORIAL DISTRICT IV Item 7. • CORPS OF ENGINEERS - LOWER PINE CREEK PROJECT - APPROVE ISSUANCE OF PURCHASE ORDERS - Concord Area It is reconwnded that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, authorize the Public Works Director to arrange for the issuance of purchase orders for the relocation of the utility lines in conflict with the proposed Corps of Engineers Lower Pine Creek Project - Phase I. The purchase orders will be issued to the following utility companies for the amounts indicated: Pacific Telephone s Telegraph Co. - $5,100 Pacific Gas & Electric Co. - $16,100 The -work will be performed by the utilities on a time and material basis. Payment will be made for actual costs less any credits for depreciation, salvage and betterment. (RE: Work Order No. 8691-7520 - Flood Control Zone No. 3B) (FCD) A G E N D A Public Works Department Page 7 of 13 February 8, 1978 W0017 Item S. LAND USE PERMIT - 2153-74 - REFUND CASH DEPOSIT - Concord Area It is recommended that the Board of Supervisors: 1. Declare that the improvements constructed in conjunction with LUP 2153-74 have satisfactorily net the guaranteed performance standards for one year. 2. Authorize the Public Works Director to refund to Vangas, Inc. , P. O. Box 11458, Fresno, CA 93773, the $500 cash deposit as surety under the Road Improvement Agreement. Owner: Vangas, Inc. 855 North Abbey Fresno, CA 93773 Location: LUP 2153-74 is located on Lowe Road, north of Highway 4 in the Concord area. (LD) SUPERVISORIAL DISTRICT V Item 9. SUBDIVISION 3843 - EXTEND AGREEMENT - San Ramon Area It is recommended that the Board of Supervisors approve the Subdivi- sion Agreement Extengion for Subdivision 3843. This Subdivision Agreement Extension grants an extension of time to and including November 24, 1978. Owner: Larwin-Northern California, Inc. Dublin, California 94566 Location: Subdivision 3843 is located on the west side of E1 Dorado Drive, 150 feet north of Ensenada Drive in the San Ramon area. (LD) Item 10. SUBDIVISION 3845 - EXTEND AGREEMENT - San Ramon Area It is recommended that the Board of Supervisors approve the Subdivi- sion Agreement Extension for Subdivision 3845. This Subdivision Agreement Extension grants an extension of time to and including October 20, 1978. Owner: Larwin-Northern California, Inc. Dublin, California 94566 Location: Subdivision 3845 is located on the south side of Montevideo Drive on the east side of the S.P.R.R. in the San Ramon area. (LD) A_ G E N D APublic Works Department Page a of 13 f,_ February 7, 1978 Item -11. SUBDIVISION MS 146-77 - APPROVE AGREEMENT - Brentwood Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Roy A. Ramacciotti, 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 146-77 as required by the Zoning Administrator. Owner: Roy Ramacciotti Route 2, Box 23 Oakley, California 94561 Location: Subdivision MS 146-77 is located for 495 feet on the west side of Highway 41 approximately 1370 feet north of Bol- ton Road, in the Brentwood area. (RE: Assessor's Parcel No. 034-250-001,002) (LD) Item .12. INTERSTATE 680 - APPROVE LANDSCAPING - Alamo-Danville Area The State Department of Transportation, District IV, has advised the Public Works Director that they are preparing a project to landscape Interstate 680 through the Alamo-Danville area, and that their cur- rent policies require the approval of both the governing body and the serving water district before proceeding with a landscape pro- ject. East Bay Municipal Utility District has already advised CALTRANS of their approval. It is recommended that the Board of Supervisors approve of CALTRANS proceeding with the landscape project. WNW) Item 13. LIVORNA ROAD - ACCEPT DEED - Alamo Area It is recommended that the Board of Supervisors accept the Grant Deed, dated January 10, 1978, from the San Ramon Valley Unified School District, for approximately 1500 square feet of District property and a drainage easement required for the realignment of Livorna Road. Said property was acquired in exchange for that portion of Freitas Road .abandoned by Board of Supervisors Resolution No. 77/892, adopted on November 1, 1977. (RE: Project No. 4234-4257-663-75) (R') A_ GENU A Public' Works Department Page 37 of 13 February 7, 1978 09019 Item 14. DANVILLE BOULEVARD - ACCEPT DEED AND OFFER OF DEDICATION - Danville Area It is recommended that the Board of Supervisors accept the Grant Deed, dated January 10, 1978 and accept, for recording purposes only, the Offer of Dedication, dated December 120 1977, from the San Ramon Valley Unified School District for the widening of Danville Boule- vard. (RE: Project No. 5301-4340-663-76) (RP) Item 15. ANNEXATION NO. 1 TO DRAINAGE AREA 290 - SET DATE FOR PUBLIC HEARING Oakley 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, set March 14, 1978 at 11:15 a.m. , in the Board's Chambers as the time and place for the public hearing for Annexation No. 1 to Contra Costa County Flood Control and Water Conservation District Drainage Area 290. It is also recommended that the Board direct the Clerk of the Board to 'publish the necessary documents in the Antioch Ledger on Febru- ary 21, 1978 and March 3, 1978. (RE: Drainage Area 290) (FCP) GENERAL Item 16. VARIOUS SUBDIVISIONS - DETERMINATION OF UTILITY EASEMENT RIGHTS It is recommended that the Board of Supervisors make a determination that the division and development of the properties described below in the manner set forth on the respective Final Maps and Parcel Maps will not unreasonably interfere with the free and complete exercise of the public utility rights-of-way or easements. This determination is necessary to allow the filing of the respective Final Maps and Parcel Maps without the signatures of the public utilities or entities involved. Subdivision 5165 Owner: Wilson Wong 1306 Masterson Lane Lafayette, CA 94549 Location: Subdivision 5165 is located on the north side of Highland Avenue, 50 feet east of Ivanhoe Avenue in the Lafayette area. (Continued on next page) A G E N D A Public Works Department Page _C of 13 February 7, 1978 r 09020 Item 16 Continued: Subdivision 4828 Owner: Hofmann Construction Company P. O. Box 907 Concord, CA Location: Subdivision 4828 is located on the south side of Cypress Road, three-tenths (3/10) mile west of O'Hara Avenue, in the Oakley area. Subdivision 5246 Owner: Evald J. and H. Bernadette Burbeck C/o DeBolt Engineering Company 401 South Hartz Avenue Danville, CA 94526 Location: Subdivision 5246 is located on the west side of Laurel Drive, 900 feet south of Hartz Avenue, in the Danville area. Subdivision 5152 Owner: Westwood Associates 300 Montgomery Street San Francisco, CA 94104 Location: Subdivision 5152 is located on the south side of San Pablo Dam Road 400 feet west of Valley View Drive in the E1 Sobrante Avenue. Subdivision MS 99-77 Owner: George C. Acree 5500 San Pablo Dam Road E1 Sobrante, CA Location: Subdivision MS 99-77 is located on the south side of San Pablo Dam Road, approximately 800 feet east of Valley View Drive, in the E1 Sobrante area. Subdivision MS 146-77 Owner: Roy Ramacciotti Route 2, Box 23 Oakley, California 94561 Location: Subdivision MS 146-77 is located for 495 feet on the west side of Highway 4, approximately 1370 feet north of Bolton Road in the Brentwood area. A_ G E KD A Public Works Department Page T of 13 February 7, 1978 00021 Item 16 Continued: Subdivision MS 253-77 Owner: Jim Owen 5208 Olive Drive Concord, California 94521 Location: Subdivision MS 253-77 is located for 668.32 feet on the south side of Cypress Road, 650 feet west of Knightsen Avenue, in the Oakley area. Subdivision MS 240-77 Owner: E'Yvonne Williams 1540 Las Trampas Road Alamo, California 94507 Location: Subdivision MS 240-77 is located for 226 feet on the north side of Las Trampas Road opposite Patricia Lane. (LD) Agenda continues on next page. A G E N D A Public Works Department Page of 13 _ February 7, 1978 M0022 Item 17. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors: A. Accept the following instruments: No. Instrument Date Grantor Reference 1. Relinquishment of 1-6-78 Roy A. Ramacciotti, Sub MS 146-77 Abutter's Rights et al. 2. Consent to Offer of 1-27-78 Ida Simoni, et al. Sub MS 146-77 Dedication and Offer to Consent to Dedica- tion of Public Roads 3.- . Consent to Offer of 1-23-78 George- Ferreira, Sub MS 253-77 Dedication of Public et al. Roads and Subordina- tion of Easement Rights 4. Consent to Offer of 12-15-77 Central Contra Costa Sub. 5189 Dedication and Offer Sanitary District. to Consent to Dedica- tion of Public Roads 5. Grant Deed 1-30-78 Dennis F. Snyder, Sub. MS 240-77 et al. 6. Grant Deed . 1-30-78 E'Yvonne Williams Sub MS 240-77 B. Accept the following instruments for recording only: 1. Offer of Dedication 1-6-78 Roy A. Ranacciotti, Sub MS 146-77 for Roadway Pur- et al. poses 2. Offer of Dedication 1-26-78 Charles L. Dallas, Sub MS 190-77 for Roadway Pur- et al. poses 3. Offer of Dedication 1-23-78 George Ferreira, Sub MS 253-77 for Roadway Pur- et al. poses 4. Offer of Dedication 1-23-78 George Ferreira, Sub MS 253-77 for Drainage Pur- et al. poses 5. Offer of Dedication 10-15-77 Vernon J. Thomas, Sub MS 107-76 for Roadway Pur- et al. poses (LD) A_ G E N D A Public Works Department Page' 9 of 13 February 7, 1978 09���23 Item 18. COOPERATIVE MARKETING AND TRANSPORTATION SYSTEM FOR COMMUNITY RECYCLING CENTERS WITHIN THE COUNTY The Board previously considered this item at its January 17 meeting and asked the Solid Waste Commission for its recommenda- tions. At its January 25 meeting, the Commission recommended that the Board of Supervisors authorize the Public Works Director to execute all documents necessary to enable the County as lead agency to obtain a State Solid Waste Management Board grant to fund a $250,000 cooperative trucking and marketing system for community recycling centers within the County. The Commissidn also recommended that they study the proposed system's operations and management and submit a recommendation to the Board of Super- visors prior to accepting any grant. It is noted that operation of -the system by the County would constitute a new County function and a policy change. Cc®unity recycling centers can play a vital role in meeting the goals of the- County Solid Waste Management Plan. This proposal may enhance the viability of these centers by improving the methods -of disposing of recyclables in an economic end efficient manner. The proposed system of a large truck/tractor ($75,000) to transport a pool of 50-60 large dump containers ($80,000) from the recycling centers to the buyers would greatly alleviate most of the centers' problems. In addition, a public awareness program ($45,000) and the necessary salaries ($50,000) to manage the system are included in the proposed grant application. All but -the salaries are currently 100% grant fundable. There is a possibility that pend- ing state legislation, if passed, would allow grant funding for labor. (RE: Work Order No. 5385-0927) (EC) Item 19. DETENTION FACILITY PROJECT - APPROVE PLANS AND ADVERTISE FOR BIDS - Martinez Area It is recommended that the Board of Supervisors approve plans and specifications for the Detention Facility Food Service Contract (Project No. 5269-926-(58) ) , and advertise for bids to be received in 30 days at 2:00 p.m. , Thursday, March 9, 1978. The Food Service contract provides for all equipment necessary for the storage, preparation and distribution of all food to be served to the inmates and staff in the new detention facility. The initial estimate made by Turner Construction Company, the Construction Manager, is $215,000. (Continued on next page) A G E N D A Public Works Department PageZT of 13 r February 7, 1978 ��004 Item 19 continued: The Planning Commission reviewed the Environmental Impact Report pertaining to this project on April 26, 1977, and found it to be adequate and found the project to be in compliance with the General Plan. The EIR was filed with the Board on May 3, 1977. (RE.: Project No. 5269-926-(58) ) (DFP) Item 20. KITCHEN/DINING HALL - APPROVE ADDENDUM NO. 1 - Clayton Area It is recommended that the Board of Supervisors approve Addendum 'No. 1 to the contract documents for the Kitchen/Dining Hall Facility at the Sheriff's Rehabilitation Center, Clayton. The Addendum provides miscellaneous corrections and clarification of the plans and specifications as requested by the Architect. No increase in the estimated construction cost is anticipated. (RE: 4411-4061) (B&G) Item 21. BUCHMAN FIELD - APPROVE RENTAL AMENDMENT It is recommended that the Board of Supervisors approve an Amend- ment to the_Rental..Agreem nt approved by the Board of Supervisors on March 27, 1972 between the County and Buchanan Field Hangar Co. , as owner, for increase of rent from $25 per month to $30 per month for storage space in the west end of Tee-Hangar Building "A" used by the County for storage of Airport maintenance supplies; and authorize the Public Works Director to sign the Amendment on behalf of the County. The Amendment also provides for advance payment of the new rent in the sum of $210 for the 7-month period commencing December 1, 1977 and ending June 30, 1978; and on an annual fiscal-year basis thereafter, at the same monthly rate with provisions for refund of any prepaid rents in the event of termination of the rental agreement. (RP) Item 22. COUNTY CIVIC CENTER IMPROVEMENTS - APPROVE AGREEMENTS - Martinez Area It is recommended that the Board of Supervisors approve the Consulting Services Agreement with Friedman/Osajima, Architects, 1529 Cypress, Walnut Creek, and authorize the Public Works (Continued on next page) A_ G E N D A Public Works Department Page 11 of 13 February 7, 1978 09025 Item _22 continued: Director to execute the Agreement which is effective February 7, 1978. The consulting services include design and construction documents for office remodeling and improvements on the first through third and seventh floors in the County Administration Building, Martineze and for improvements required for compliance with fire and panic standards in the California Administrative Code, Title 19& for existing high-rise buildings. These professional services will be paid for with County revenue sharing funds. The construc- tion work will be paid for under a grant from the Economic Develop- ment Agency. This Agreement provides for a maximum payment to the consultant of $35,190, .which amount shall not be exceeded without further written authorization by the. Public Works Director. (RE; 0115-4267) (B&G) Item 23. ADOPT FEE SCHEDULE On January 10, 1974 the Board of Supervisors adopted an amexided* Subdivision Ordinance (ORD 78-5) . The Ordinance Code was amended to reflect changes in the State's Subdivision Map Act and to modify procedures for processing final maps, parcel maps, improve- ment plans, etc. The amended Ordinance. provides for the collection of an "improve- ment plan review fee". This fee, as well as the inspection fee and map checking fee, are to be set by Board resolution, rather than by the Ordinance as in the past. • It is recommended that the Board of Supervisors adopt the following interim schedule of fees to be charged and paid for Public Works Department Services provided in conjunction with subdivisions within the unincorporated areas of the County. This fee schedule is the same as the fees required by the existing Ordinance. An evaluation of the Department's actual costs to perform the above services has been completed and is being discussed with developers, engineers and other interested parties. It is antici- pated that a revised fee schedule to more accurately reflect actual costs will be presented to the Board in about a month. (LD) A G E N D 21 Public Works Department Page 12 of 13 r` February 7, 1978 09026 Item 24. CONTRA COSTA COUNTY TEMPORARY PARKING LOTS - APPROVE PLANS AND ' ADVERTISE FORBIDS Martinez Area It is recommended that the Board of Supervisors approve plans and specifications for the Contra Costa County Temporary Parking Lots (Project No. 4405-4768) , and advertise for bids to be received in 23 days at 2:00 p.m. , Thursday, March 2, 1978. This parking will help alleviate the parking shortage in the down- town Civic Center area located near the construction site for the new detention facility. The County entered into a lease of this property on November 1, 1977 for a period of two years. The estimated construction cost is $7,000. The project has been reviewed by the Martinez Planning Department and has been declared exempt under C.E.Q.A. as a temporary use of land having negligible or no permanent effect on the environment. (RE: Project No. 4405=4768) (DFP) Item 25. CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. It- is requested that the Board of Supervisors consider the attached "Calendar of Water Meetings." B. The Delta Water..Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. C. Memorandum Report on Water Agency Activities. (EC) Item 26. RECOMMENDATIONS ON AWARD OF CONTRACTS The Public Works Director will present recommendations on the award of contracts for which he has received bids. (ADM) 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. AGENDA Public Works Department Page 13 of 13 February 7, 1978 00027 Chief Eng=_neer of the Contra Costa County Water Agency February 7, 1978 CALENDAR OF WATER . B-71.4 .S TIFEE ATTENDANCE DA's DAY SPONSOR PLACS RRMARKS Reemmmded Authorization, Ma 2 Thurs. -San Joaquin 10:00 A.M. Public Advisory Staff Valley Farm B=eau Coaittee Meeting Interagency Office Drainage 12'74 W. hedges P-ogrsm Fresno 09028 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, FEBRUARY 7 , 1978 IN ROOM 107 , COUNTY ADMINISTRATION BUILDING, MARTINEZ , CALIFORNIA. PRESENT: Chairman R. I . Schroder, Presiding; Supervisors J. P. Kenny, N. C. Fanden, W. N. Boggess , and E. H. Hasseltine. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. 00029 In the Board of Supervisors of Contra Costa County, State of California February 7 0119 78 In the Matter of Affidavits of Publication of Ordinances . This Board having heretofore adopted Ordinances Nos. 77-117 through 77-119 and 78-1 through 78-6 and Affidavits of Publication of each of said ordinances having been filed with the Clerk ; and it appearing from said affidavits that said ordinances were duly and regularly published for the time and in the manner required by law; NOW, THEREFORE , IT IS BY THE BOARD ORDERED that said ordinances are hereby declared duly published. The foregoing order was passed by unanimous vote of the members present. 1 hereby cw ifp that the forepoiis a true and cornet copy of on order erMmd on the mkwW of said Board of Supervisors an the date aforesaid. Witness my hand and the Seol of the Board of s+Perviums affixed "-7 t t, day of February, 19 _a J. R. OLSSON, Clerk By o✓i%ctr, � . Deputy Clerk H 24 12/74 - 15•M Janie L. Johnson Form #30 4/7/75 M0030 ORDINANCE NO. 78-11 AN ORDINANCE AMENDING ORDINANCE NO. 382 ENTITLED "AN ORDINANCE OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ADOPTING A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ESTABLISHING LAND USE DISTRICTS FOR THE UNINCORPORATED TERRITORY OF THE SAID COUNTY OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY INTO LAND USE DISTRICTS, PROVIDING REGULATIONS FOR THE ENFORCEMENT THEREOF, AND PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDING FOR THE REZONING OF A PORTION OF THE BRENTWOOD AND BYRON AREA. BEING IN THE UNINCORPORATED TERRITORY OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby amended by the addition of the hereinafter described zoning maps. These maps are added for the purpose of rezoning a portion of the territory shown thereon. The. said maps include a portion of the territory shown on the map entitled A Portion of Byron Division Sectors 1, 2, 4, 5, 7, 8, & 9, Contra Costa County, California. SECTION II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby amended by the addition of Subsection 1560 at the end thereof, as follows: An Amendment to a Portion of: Byron Division,Sector 1, Contra Costa County, California. 1564 An Amendment to a Portion of: Byron Division,Sector 2, Contra Costa County, California. 1565: An Amendment of a Portion of: Byron Division,Sector 4, Contra Costa County, California. 1566: An Amendment to a Portion of: Byron Division,Sector 5, Contra Costa County, California. 1567: An Amendment to a Portion of: Byron Division,Sectors 7, 8, & 9, Contra Costa County, California. 78-11 Ronald E. $ Shirley A. Nunn, Applicants, 2194-RZ; 2195-RZ, 2196-RZ and 2197-RZ, Land Located in the Brentwood Area to Agricultural Preserve District (A4) Zoning Classification. Michael J. $ Margaret M. Mulrooney, Applicants, 2189-RZ, Land Located in the Byron Area to Agricultural Preserve District (A4) Zoning Classification. SECTION III: This Ordinance shall take effect and be in force thirty (30) days after date of adoption, and the same shall be published once before the expiration of fifteen (15) days after its passage and adoption, with the names of the members voting for and against the same, in the Antioch Daily Ledger a newspaper of general circulation, printed and published in the County of Contra Costa. ADOPTED by the Board of Supervisors of the County of Contra Costa, State of California, on the 7th day of Februarv, 1978 by the following vote: AYES: Supervisors - J. P. Kennv, N. C. Fanden, W. N. Boggess, E. H. Hasseltine, and R. I. Schroder. NOES: Supervisors - None. ABSENT: Supervisors - None. R. I. Schroder Chairman of the Board of Supervisors of The County of Contra Costa, State of California ATTEST: J.R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors of the County of Contra Costa, State of California By J (SEAL) Deputy Clerk , amie L.—Johnson 2194-RZ, 2195-RZ, 2196-RZ, 2197-RZ Ronald E. and Shirley A. Nunn, Applicants 2189-RZ Michael J. & Margaret M. Mulrooney, Applicants 09031 f si � MAI N �WmwAft �. . MA OXIF r : 17 ' , r , r r S / ��t .Hmm tail Hot ir'". ' i � r F I A2 t / A-2 A-2 LIZ ; . , A2 ♦ r I ' A-2 p r , r iaK1.. Caw � KO•V fRBM i � A'4 i r H£R£AY CERTIFY THAT Tc.s Is T"E YAP BYRON DIVISION, SECTOR 2 REFERRED TO IN ONOINANCE NO.Tell ANO IS HEREBY RUDE A PART THEREOF. J.R.OLSSON. COUNTY CLERK CONTRA COSTA COUNTY. CALIFORNIA I A DEPUTY CLERK tc.a . •tar BERNS SECTION j SA•surSECTiON i SM?A ORpiMANCE NO.3A2 AS AREtgEp BY QROM{AMCE MQ zigs-%z WOO IONIC" IS THE ZONINO ORDINANCE OP CONTRA COSTA COURTY.STATE 00'CALIFORNIA i 09033 wrn '! Pam !J►iJrsJrJrrJ►.r.. VA4201 fflfflllllffl. ��I►� s 1111 lllfl/ ./11� ► 1111!% -_ - _ �1 ____ � rllfl llffl/` �..11111111►.dr'..ir..r..-aW'VA4W,,aA WAA /"If '� ilirsiislirlii�j i�iif%i'iJ i s'�i Iffffllll j11f1111JrP&M, fl!'ff11J►, if/1111111/%�1/1/i r1111111fi. ,/llllllfl/J�11 1J /111!1111!+ r1AONWAM Jr11.I/I1 f1 11!./f111fi1 Iff1l1J►1�1J/;/.s f1.l..,......_ •�►11.�:J►J►JrJri�1 AVAWAMfJ► erir��.r►.rss./J►ir�rir .- - - fl1Jr,�►.riiiJ►�}+.rrJrJcis sl..�►s.�1.�►:JrJr �.rJ liffWA i►sfr�rJrWi i►J►Jra► JrJrs rerJ►.rr.�►.ra sflJri►JrsJ►sl� rr.�ff fJr�►J►. -��r1lJrr. ' rr.�sli►Jrirli� s�•�—.%;A }r �►.�rsrJ►�: /iI11111111/,,y ..r.Il./11./!.► � iiifis.'�i►��:iisJiJi�iJ►'i%,ii%r � � �1►1/I'n" K / P'I111111JrJrJ►1/.r ice►.::// 1f1Jrf1111111../ AIVA %1I1lI�I. �1111f�•t '!11111!.1' %al%% �rr.�►Jreris.� - ;,,�� ,t0 iJ1i►issii�� d 111111Ar i • e 11 i a / I —3 I / I I RS Z pu / 7' A2 I I I I A- _ T 1 , , , I / A-2 BYRON set a 10 / A2 lool — -- ' A-3 , , le H-I 2. — A4 F 10, \ , ' 2 A-2 A-4 1 � 1 MEREST CERTIFY THAT TICS 13 THE MAP REFERRED TO IN ORDRtARCE RD.TB•11 ARD IS HERE-T MADE A .ART TREREOF. BYRON DIVISION. SECTOR 5 J.R,OLSSON, CONNTT CLERK •• , CONTRA COSTA COUNTY, CALIFORNIA DE-UTT CLERX KALA M Illi SERIG SECTION 34.SUeSECTIOn 11WOF CwDINSNCE NO 302. AS AMENDED NY ORDINANCE NO IL 21%•RZ.21M•RZ fl lith 1241 W641CH IS THE ZONING ORDINANCE OF CONTRA COSTA COUNTY.STATE Of CALIFORNIA. I a J Z t ' • w ✓ �AQU1N S�GQ�yN'fY s To p u 5 :'t a s O 57,1 � •+ - � °?L � '• �a i s > •_ OD 'sem Y- ov- < LL u WA e• U w= slit .• w \ V O zr ul cr- 4 •4 = �O • J n • L r \ o ' eD \ �t � a• vi . Z \ � 1 \ d\ \ \ La" i 6t) I \ \ Y� \ tp5J1 ORDINANCE NO. 78-13 AW ORDINANCE AMENDING ORDINANCE NO. 382 ENTITLED "AN ORDINANCE OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ADOPTING A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ESTABLISHING LAND USE DISTRICTS FOR THE UNINCORPORATED TERRITORY OF THE SAID COUNTY OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY INTO LAND USE DISTRICTS, PROVIDING REGULATIONS FOR THE ENFORCEMENT THEREOF, AND PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDING FOR THE REZONING OF A PORTION OF THE r%RTIMZ (FRANKLIN CANYON) AREA. BEING IN THE UNINCORPORATED TERRITORY OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby amended by the addition of the hereinafter described zoning map. This sap is added for the purpose of rezoning a portion of the territory shown thereon. The said map includes a portion of the territory shown on the map entitled A Portion of: Carquinez Division, Sector 7, Contra Costa County, California. SECTION II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby amended by the addition of Subsection 1562 at the end thereof, as follows: An Amendumt to a Portion of: Carquinez Division, Sector 7, Contra Costa County, California 78-13 : Frederick J. $ Margaret H. Stewart, Applicants, 2187-RZ Land Located in the Martinez (Franklin Canyom) Area, to Agricultural Preserve District (A4) Zmjn Classification. SECTION III: This Ordinance shall take effect and be in force thirty (30) days after date of adoption, and the same shall be published once before the expiration of fifteen (15) days after its passage and adoption, with the names of the members voting for and against the same, in the Martinez News Gazette , a newspaper of general circulation, printed and published in the County of Contra Costa. ADOPTED by the Board of Supervisors of the County of Contra Costa, State of California, on the 7th day of February, 1978 by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, W. N. Boggess, E. H. Hasseltine, and R. I. Schroder._ NOES: Supervisors - None. ABSENT: Supervisors - None. R. I. Schroder Chairman of the Board of Supervisors of the County of Contra Costa, State of California ATTEST: J.R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors of the County of Contra Costa, State of /California By L42L.IV, Deputy Clerk Jamie L. Johnson (SEAL); 2187-RZ Frederick J. & Margaret H. Stewart, Applicants nr�n�-1 1 I � i r t I 1 � r u{"AT COST.- A". (tt—iiN3 t --- what .1aL.�.Li w•{n N..w.•— — ---- CROCKETT t PORT COSTA \ IV t ti Hi "4 — CAP-n — — ua w r•» {c.11 r-M U � 4 I ZINC.s+-u A.4 4,••u CH-1 1 _q 4N••i , I H-1 IS I r �4 a g A-2saa P, i»= 1 .E ft FIAT 0 T[OTNT000-ANCt1NoTS TIIE MAP ?@-a AND CAROUINEZ DIVISION. SECTOR 7 1S "[FEST MADE A #ART TMIRCOF i • OLssOw, Cc--"CIENN CONTRA COSTA COUNTY, CALIFORNIA . O[surr CLEEI,t BEING SECTION 1A-SUBSECTION 1562.OF OaOutANCE NO 362, AS At([NDED BY ORDINANCE NO Nre 76.13•MICN IS TME ZONIMG OMDIMANCE OF CONTRA COSTA COUNTY. STATE OF CALIFONNLL �O — w 2187 -oz'a'.'N _ 1 ' ORDINANCE NO. 78-14 AN ORDS AMMING ORDZNMM NO. 382 ENTITLED "AN ORDINANCE OF THE [BOUNTY OF CONTRA COSTA, STATE OF. CALIFORNIA, ADOPMG A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE-OF CALIFORNIA, ESTASLISHIM LAND USE DISTRICTS FOR THE UNIIdCORPORATED TERRITORY OF TBE SAID COUNTY OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY M0 LAIID USE DISTRICTS, PROVIDING REGULATIONS FOR Ti mink T THEREOB, AND PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDIM FOR THE REZOMM OF A PORTION OF nE YGNACIO VALLEY AREA. BEING IN THE UNDTOORPORATED TERRITORY OF THE COUNTY OF COMA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby anwmW by the addition of the hereinafter described aaaing sep. This nap is added for the purpose of rezoning a portion of the territory shorn thereon. The said sap includes a portion of the territory shwa on the nap entitled A Portion of Concord Division Sector 6 and the District Map for the Ygpacio Valley Area, Contra Costa County, California . SECTIOM II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby asaaded by the addition of Subsection 1563 at the end thereof, as follows: An Azendeent to a Portion of Concord Division Sector 6 and the District Map for the Ygnacio Valley Area, Contra Costa County, California. 78-14 - Louis G. Mangini, Applicant, 2175-RZ, Land Located in the Ygnacio Valley Area to Single Fanily Residential District (R-40) Zoning Classification. SECTION III: This Ordinance shall take effect and be in force thirty (30) days after date of adoption, and the sane shall be published once before the MWIzation of fifteen (15) days after its passage and adoption, with the names of the menbom voting foc and against the sass, in the Contra Costa Times , a nwspaper of general circulation, printed and published in the County of Contra Costa. ADOPTBD by the Board of Supervisors of the County of Contra Costa, State of California, an the 7th day of February. 1978 , by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, W. N. Boggess, E. H. Hasseltine, and R. 1. Schroder. DOES: Supervisors - None. ABSENT: Supervisors - None. Schroder 1raan of the Board of Supervisors of the County of Contra Costa, State of California ATTEST: fiGXl�H�LiQ J. R. OLSSON County Clerk and Et-Officio Clerk of the Board of Supervisors of the County of Contra Costa, State of California Bye ?AJ Deputy Clerk , Jamie L. Johnson Vis ) 2175-RZ Louis G. Mangini, Applicant 00039 i 1 R.15 -• I CITY OF 1 ..t Wt tMt• tett t,ts�. I -121 j WALNUT A-2 f I R-15 I j KI P-1 CREEK I t I I I ' i I j R-15 ! 1 II R-100 / - 1 I 11 , N c A.4 1 I 1 A-2 I I f I I i I A PORTION OF i CONCORD DIVISION SECTOR 6 AND i - I HEREBY CERTIFY THAT THIS Is r»E MAP THE DISTRICTS MAP FOR THE SOUTH YGNACIO VALLEY AREA REFERRED TO In ORDINANCE N0.7844 AND IS »ERE*r MADE A PART TREREDF. CONTRA COSTA COUNTY, CALIFORNIA J R.OLSSON, COUNTY CLERIC INSERT MAP NO. 39 ! 1)T VDEPUTt CLERK •.«I ' rtt• BEING SECTION ]A,SU85ECTIONISn,.OF ORDINANCE 110 382, AS AMENDED 0r ORDINANCE n0 .9K WHICH IS Tt1E ZONING ORDINANCE OF CONTRA COSTA COUNTY,STATE OF CALIi0RN1A, . r 2ITS�P ter I f ORDINANCE NO. 78-12 AN ORDINANCE A, ENDING ORDINANCE NO. 382 ENTITLED "AN ORDINANCE OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ADOPTING A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ESTABLISHING LAND USE DISTRICTS FOR THE UNINCORPORATED TERRITORY OF THE SAID COUNTY OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY INTO LAND USE DISTRICTS, PROVIDING REGULATIONS FOR THE ENFORCEMENT THEREOF, AND PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDING FOR THE REZONING OF A PORTION OF THE MORGAN TERRITORY AREA AND THE TASSAJARA AREA. BEING IN THE UNINCORPORATED TERRITORY OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby- amended by the addition of the hereinafter described zoning tap. This map is added for the purpose of rezoning a portion of the territory shown thereon. The said map includes a portion of the territory shown on the tap entitled A Portion of Mt. Diablo, Sector 8, Mt. Diablo Division, Sector 9, Pleasanton Division, Sector 2, .Pleasanton Division, Sector 3, Contra Costa County, California. SECTION II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby amended by the addition of Subsection 1S61 at the end thereof, as follows: An Amendment to a portion of Mt. Diablo, Sector 8, Mt. Diablo Division, Sector 9, Pleasanton Division, Sector 2, Pleasanton Division, Sector 3, Contra Costa County, California. % • 78-12: Harold, Warren, and Gerald Bell, Applicant, 2154-RZ - Land located in the Morgan Territory Area to Agricultural Preserve (A-4) Zoning Classification. Haynes and walker, Applicant, 2202-RZ - Land located in the Tassajara Area to Agricultural Preserve (A-4) Zoning Classification. Richard and Elizabeth Theodore, Applicant, 2184-RZ - Land located in the Tassajara S CTION II1lcu}j,�t"ra� dinanceesFiall)ta�celetfecttss icati n. is r be in force thirty (30) days after date of adoption, and the same shall be published once before the expiration of fifteen (15) days after its passage and adoption, with the names of the members voting for and against the same, in the Contra Costa Times , a newspaper of general circulation, printed and published in the County of Contra Costa. ADOPTED by the Board of Supervisors of the County of Contra Costa, State of California, on the 7th day of February, 1978 by the.'following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, W. N. Boggess, E. H. Hasseltine, and R. I. .Schroder. NOES: Supervisors - None. ABSENT: Supervisors - None. R. I. Schroder CWirman of the Board of Supervisors of the County of Contra Costa, State of California ATTEST: J.R. OLSSON - County Clerk and Ex-Officio Clerk of the Board of Supervisors of the County of Contra Costa, State of California Deputy Clerk die L. Jo nson (SEAL) 2134-RZ - Harold, Warren and Gerald Bell, Applicant 2202-RZ - Haynes and Walker, Applicant 2184-RZ - Richard and Elizabeth Theodore, Applicant 00041 lABLO 'i}{ N tRRFSIt T, DIZ 041 ro SEC OR "/ P SECTOR , f A-2 ,A_3A - r �1af•t �'- I HI i .'s r T QQ f � —A-4 "J _ f {//A/-4 A.2. Is f l x.11••! -l'" / �/ / / - _ - - „srrr 4oe — ,hn.Nt idd rima PLEAANTON DIVISION iri i « _ _ VPet - PIUfiN10N �A• SECT R _ f — -- DIV,104 't._!_ _ _ stcraA si •4 »tft _ _ MT DIABLO LIV13104 SUTOta ©, MT D!AVLC MVISICH, ti£CT0r( 9 » 0 PLEASANT ON DIVISICN. SECTOF r. r!EASi.1170N DIVISVI. .-ECTIOR 3 A-2 I� µ CONTRA COSU 4CUNT't. CAI-IF'.WA A ct,rN. t.ir —11,s tit ru G ,ll(•NLO 10 14 M,....I,0 We AND .S NIH RT rt01 i rJAt tKolle, fCAtt IN 0 - laee a�•_ Ioa�o—• J A OCSSO4. COaNtT Cl(A4 - JD `7.4 11"r"Y)S.t Ac-44 ISN 1C CO_`�MON? :- •eT Sa.1V('.:C1 TC f CASf."1 NO S0, 1000 tDJ0 7R•([ YNKM it TN( t0A1N0 0461 11C OF CO4TAe COSTS iDY4t T.STATC 0T CKif0A4ie. J A[PYIr GLIA. tM-tt.Si M.At.ita!-u ,Vf �'� toST[AN S[G TORS t • • In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 7g M dw/iAatttr of Proceedings of the Board during the month of January, 1978. IT IS BY THE BOARD ORDERED that the reading of the minutes of proceedings of the Board for the month of January, 1978 is waived, and said minutes of proceedings are approved as written. PASSED by the Board on February 7, 1978. I hweby oar* that /M foregoing is o trw and cornet eoPy of aw onhw 08' A on dw wk&q s of soil Board of Supervisors on tl+t dolt oforewu& Witness my hand and dw Seal of dw Board of Supen►ison offimd this 7th day of February 1978 ? J. R. OLSSON, CNrk D"My Clerk Tana M. Herman H-24 4/77 15m Its THE BOARD OF SUPERVISORS OF CONTRA COSTA COU71TY, STATE OF CALIFORUTA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER COISERVATION DISTRICT In the flatter of Notification of ) Hearing for Proposed Annexation to ) RESOLUTION NO. 78/116 Flood Control District Drainage ) "' Area 290 - Oakley Area } (West's Wat.;C. App. § 63-12.6 & 12.7) 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 provides authority for its governing board to annex any parcel, parcels, or tract of land to;,a Drainage Area. This Board has before it for consideration the proposed annexation of areas "A", "B", "C", and "D", consisting of that real property as described in Exhibit "A", Exhibit "B", Exhibit "C", and Exhibit "D", attached hereto and incorporated herein by reference. The Board further has before it the Negative Declaration submitted to it by the Planning Commission for consideration as to the environmental impact of the proposed annexation upon the environment. The annexation map entitled "Annexation No. 1 to Drainage Area 290, Areas A, By C, and D," dated April 1977, showing the location of the areas to be annexed is on file with, and may be examined at the office of the Clerk of the Board of Supervisors, Administration Building, Martinez, California. It is proposed that Areas "A", "B", "C", and "D" be annexed to Drainage Area 290. If these areas are annexed, they shall be subject to the existing maximum ad valorem tax rate established for-Drainage Area 290. At 11 :15 a.m. on March 14, 1978, in the Chambers of the Board of Supervisors, Administration Building, Martinez, California, this Board will conduct a public hearing on the proposed annexation at which all persons interested in or affected by such change. in the Drainage Area boundaries may appear and show cause why the- change should not be made. At said hearing, this Board will also consider an act upon the Negative Declaration submitted to it by the Planning Commission and will hear and pass upon any-and all written or oral objections to the annexation. Upon conclusion of the hearing the Board may abandon the proposed annexation or proceed with the same. Pursuant to Government Code § 6066 the Clerk of the Board is DIRECTED to publish this Notice and Resolution once a week for two (2) successive weeks prior to the hearing in the ".Antioch Daily Ledger," a newspaper of general circulation in the Drainage Area and in the areas proposed to be annexed. Publication shall be completed at least seven (7) days before said hearing and said notice shall be given for a period of not less than twenty (20) days. If the exterior boundaries of said proposed annexation to Drainage Area 290 include lands lying within the exterior boundaries of any city within the District, the Clerk of the Board of Supervisors is DIRECTED to submit to the governing board of such city, a copy of this "Notice and Resolution specifying its intention to annex to said Drainage Area at least 20 days before the above noted hearing. PASSED on February 7 , 1978, unanimously by Supervisors present. Originating Department: Public Works Department Flood Control cc: Public Works Director County Administrator County Assessor County Auditor-Controller County Treasurer-Tax Collector RESOLUTION NO. 78/116 09044 r • j . ENGINEER'S REPORT FOR ANNEXATION n ~" NUMBER 1 ; TO CONTRA COSTA COUNTY FLOOD CONTROL AND _ MATER CONSERVATION DISTRICT DRAINAGE AREA 290 _ LOCATION Contra Costa County Flood Control and Water Conservation District Drainage Area 290 'is 'located approximately one mile west of the Town of Oakley, in the eastern portion of the County. The areas to be annexed, identified as Areas A, B, C, and D are located southeasterly and southwesterly:of Drainage Area 290 with the most distant being Area C. about one and one-half miles to the southwest. The exact locations of the areas proposed for annexation are shown on Contra Costa County Flood Control and Water Conservation District Drawing .' Number D-11759. DESCRIPTI0N The areas to be annexed consist of existing Subdivisions 3932, 4167, 4393, and a portion of Subdivision. 4401 . The areas to be annexed are situated in a� area of slier+tly rolling hills that is pot marked wits sink holes. Generally the area has a history of argicultural pursuits and this activity continues in most of the surrounding area. PROBLEM - ° The pas: agricul.t;;ral pursuit has resulted in the elimination of any water- wkys tt+amay have exi!td. This has resulted in the sinL holes i?comin0 the depository of most stor^later runolT. Due to the lacy of dreirihne facilities, there ;;aro no storm drains or 04ar.els. i me wh i!h --w-ji 1 i si gun store drains ti`U I+r :+C v:SC.i.z!'C?d in BCCOr:.e:lLl: Invith the County C:,de. iiaiafOr2, l•:::?!i t1h2 crc25 :s?re urbanized, iRriltra=ioR aofilmed with bowl onw 0 045 basins were excavated as points of discharge. The basins were sized using Infiltration rates determined by qualified soils engineers. To insure that • the infiltration rate is retained, a systematic program of scamficatian is necessary so that the surface does not become clogged with fines. This clogging has occurred in Area B and causes water to stand within the basin area which creates an unsightly and possibly unhealthy condition. Since maintenance of .this type exceeds the scope of the County Drainage Ikintenance Policy, it is necessary to fora a taxing entity or annex to a taxing entity to generate the funds for maintenance and the installation of off tract storm drains if the basins are to be eliminated. The formation Of or annexation to a taxing entity was one of the conditions of approval for the four subdivisions. Steps were taken in Areas A and B toward fulfilling this condition and Contra Costa County Storm Drainage District 29A was.created for Area A and County Service Area 0-14 was, created for Area B. .Because the are was uninhabited, a tax election could not be held in accordance with Senate Bill 90 (1972). This limitation has been overcome and an.ad valorem tam has been established in Drainage Area 290. Pi�POSE . The purpose of the annexation is to fulfill the condition of subdhiisiom approval to create a taxing entity by annexing 'the fbW areas to Drainage Area.. . 2M for w dch an. ad valorem tax has been established, thershy generating the funds necessary to restore and maintain an adequate 1#11tratioe rate or construct the storm drains necessary to eliminate the basins. ASSESSED VALUE AND TAX RATE The 1976 assessed value by areas was, Area A $219,OS0; Area B S376,295; A,,.a : Am 0 593,375. The as:cssez value of•Drain p- Arca �0 -2- flow was 511,875. rinerefore tie tax bases, after .making allowance for examo tions, was about $808,COO. The assessed value of Area C and Drainage Area 290, width. was formed early this year, will increase materially as development is completed. TAX RATE ' The maximum tax rate was established as 50.50 per hundred dollars of assessed value. This maximus tax rate, if applied to the 1975 assessed value, would generate about $4.;040_ A considerable portion of the area remains to be developed. When fully developed it appears that the assessed value, for taxing purposes, could double. This bass would generate $8,000 at the maximum allowable tax rate. ANNUAL COSTS The 1977 cost of restoring the basin in Area 8 and scarifying the other existing basin is estimated at S1O,000, which can not be raised at the maximum allowed tax rate. Therefore, a loan from the County to be repaid from future-tax levies will be required.. After the problem in the Area 8 basin has been corrected the annual maintenance costs would be about $750 per basin or $2,200 for the three basins as approved. This would require a tax of about 26 cents per hundred based on existing assessed value and could drop to about 13 cuts after the area has completely developed. lie would recai;end that the tax be maintained above the minimus, required for caictenance in order to generate construction funds to install the drainage facilities that will be . required. The future tax rate would depend upon the drainace plan adopted for the area, the amount of drainaae fee collected, and the scheduling and priorities established by the Citizen's Advisory Board. - -3- 0(.'1047 SUMMARY The development of subdivisions, past present and. future, will require either the installation of adequate storm drains or infiltration basins with their associated high maintenance costs. To insure adequate maintenance of the existing and future basins, it will be necessary -to levy an ad valorem tax to generate funds because this type of maintenance is beyond the scope of the County Drainage Maintenance Policy. The annexation of the four areas to Drainage Area 290 would provide the vehicle necessary to levy the required tax and would assure that maintenance funds would be generated should the area be incorporated or be annexed _ to a city. .RECOMMENDATIONS It is recommended that: I_.. . Areas A, B, C, and D be annexed to Drainage Area 290. 2. That a 'Drainage Fee Ordinance be enacted as a means of generating a portion of the funds needed to install adequate storm drains and eliminate the need for the infiltration basins. 3.. That the established maximum tax rate of $0.50 per hundred dollars assessed value be imposed on the Drainage .r=? in order io do .he r3inT._nance of the basin and repay advances by the County_ . ture tax razes should be established high enough ro e=nera.te construction funds to install the drainage"facilities eescribed :. --he a-lop-ed drainage plan for the Drainage Area. 4 k J Inti a it lln* nJ. 1 TO CONTRA COSTA COUNTY FLOOD CO3TROL EXHIBIT A AND WATER CONSERVATION DISTRICT DRAINAGE AREA 290 AREA A 1 All that property situated in the County of Contra Costa, State of 2 California, described as follows: 3 1 All that property described as Parcel One and Parcel Two in the Grant 4 Deed to Charles Giovannoni, et ux, recorded October 19, 1959 in Book 3476 of 5 Official Records of Contra Costa County, State of California at page 359, more 6 particularly described as follows: 7 PARCEL ONE: Commencing at a point eighty (80) rods south of the north- 8 west corner of Section twenty-seven (27) Township Two (2) North Range Two (2) 9 East Mount Diablo Base and Meridian; running thence east seventy-nine (79) rods 10 and twelve (12) feet; thence south twenty-four (24) rods and two (2) feet; 11 thence west seventy-nine (79) rods six feet three inches; thence north twenty- 12 four (24) rods and two (2) feet to the place of beginning. 13 PARCEL TWO: Commencing at a point one hundred and four rods and two 14 feet south of the northwest corner of Section twenty-seven (27), Township Two 15 2 North Range Two 2 East Mount Diablo Base and Meridian• running thence 16 east seventy-nine (79) rods, six feet three inches; thence south twenty-four 17 1! (24) rods two feet and one inch; thence west seventy-nine (79) rods; thence 18 north twenty-four (24) rods two feet and one inch to the place of beginning. 19 20 21 22 23 24 27 26 27 28 00049 TO CONTRA COSTA COUNTY FLOOD CONTROL EXHIBIT B AND WATER CONSERVATION DISTRICT DRAINAGE AREA 290 AREA B 1 All that property situated in the County of Contra Costa, State of 2 California, described as follows: 3 Beginning at the intersection of the south line of the State Highway 4 with the east line of the parcel of land described in the deed from Carleton 5 E. Wightman, et ux, to Joel D. Wightman, et ux, dated February 15, 1939, and 6 recorded February 23, 1939, in Book 509 of Official Records of Contra Costa 7 County, page 131; thence from said Point of Beginning south along said east 8 line, 217.8 feet to the south line of said Wightman parcel (509 OR 131); thence 9 west along said south line of said Wightman parcel (509 OR 131), 200 feet to 10 the west line of said Wightman parcel (509 OR 131); thence north along said ' 11 west line of said Wightman parcel (509 OR 131), 5 feet to the south line of 12 1the parcel of land described in the deed from Carleton E. Wightman, to Joel D. 13 'Wightman, et ux dated November 3, 1931, and recorded November 14, 1931, in Book 14 302 of Official Records, page 202; thence west along said south line of said 15 Wightman parcel (302 OR 202), 200 feet to the west line of the parcel of land 16 Idescribed in the deed from Sarah J. Wightman, to Carleton E. Wightman, dated 17 July 20, 1921 , and recorded February 14, 1922, in Book 406 of Deeds, page 037; 18 thence along the exterior line of said Nightman parcel , (406 D 437), as follows: ` 19 ; Sbutn 1074.2 feet, east 815 feet and north 1070 feet to a point distant thereon 20 ` south 217 fest from the south line of the State High:�ray; thence west parallel 21 �lwith said south line 'of said State Highway; 170 feet; thence north, parallel f 22 'with the east line of said Wighti-man parcel , (406 D 4371), 217 feet to said south 2j �1line of said State H�g°nray; thence �;�st along said south line of said State 24 'Hieh,.ay 245 feet to tre Point of Beginning. 25 26 27 23 0 050 ANNEXATION NO. 1 TO CONTRA' COSTA COUNTY FLOOD CONTROL EXHIBIT C AND • WATER CONSERVATION DISTRICT DRAINAGE AREA 290 AREA C 1 All that property situated in the County of Contra Costa, State of 2 California, described as follows: 3 Beginning at a spike in the centerline of Neroly Road, a county road, 4 said point being the east one-quarter corner of Section 28, Township 2 North, 5 Range 2 East, Mount Diablo Base and Meridian; thence from said point of 6 beginning north 89' 32' 21" west 251.65 feet; thence north 00' 25' 59" west 7 207.56 feet; thence south 89' 34' 01" west 60.16 feet; thence north 00" 25' 59" 8 west 56.00 feet; thence along the arc of a tangent curve to the right having a 9 radius of 342 feet through a central angle of 03° 23' 26", a distance of 20.24 10 feet; thence north 00' 25' 59" west 457.37 feet; thence south 89' 34' 01" west 11 274.96 feet; thence north 65' 05' 47" west 382.13 feet; thence north 00' 27' 12 39" east 203.00 feet; thence north 89' 32' 21" west 273.00 feet; thence north 13 12' 59' 41" west 45.00 feet; thence north 12' 29' 32" west 219.83 feet; thence 14 south 89' 32' 21" east 1278.00 feet to -the centerline of aforesaid Neroly Road; 15 thence along said centerline south 00' 25' 59" east 1335.18 feet to the point 16 of beginning. 17 - 19 20 21 22 23 24 25 26 27 23 P1 1051 �t4 lj It.* .lui. I - - TO CONTRA COSTA COUNTY FLOOD CONTROL EXHIBIT 0 AND , SEATER CONSERVATION DISTRICT DRAINAGE AREA 290 AREA D 1 All that property situated in the County of Contra Costa, State of 2 California, described as follows: S Commencing at a spike in the centerline of Neroly Road, a county road, 4 said point-being the west one-quarter corner of Section 27, Township 2 North, 5 Range 2 East, Mount Diablo Base and Meridian; thence north 00" 25' 59" west 6 along the centerline of Neroly Road, 49.50 feet to the true point of beginning 7 of this description; thence continuing north 00° 25' 59" west along the 8 centerline of Neroly Road, 504.96 feet; thence south 89" 28' 44" east, 1301.49 9 feet; thence south 00" 34' 03" west, 503.98 feet; thence north 89" 31' 09" west 10 1292.67 feet to the point of beginning. 11 12 13 14 15 16 17 18 20 21 22 23 7.4 25 26 27 28 09052 CO!� \ COSTA COUNTY •'LANN1NG DEPART( "t NOTICE OF Completion of Environmental Impact Report XXX Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County Contra Costa County Public Works Department c/o Planning Department Flood Control Division P.O. Box 951 6th Floor. Administration guildine Martinez, California 94553 Martinez, CA 94553 Phone (415) 372-2024 Phone 372-4470 EIR Contact Person St ven l- Wright Contact Person gob Conner PROJECP DESCRIPTION: CP 77-69 ANNEXATION NO. 1 TO FLOOD CONTROL DRAINAGE AREA 290 The Project is located in the Oakley area and consists of annexation of Subdivision No. 3932, 41679, 4393 and a portion of 4401 to Contra Costa County Flood Control and Water Conservation District Drainage Area 290 in order to provide the financial base for maintaining the existing storm water runoff infiltration basins and for the future construction of drainage facilities to supplement the operation of, or to eliminate the existing infiltration basins. A drainage fee ordinance is to be enacted and the maximum tax rate has been established as $0.50 per hundred dollars of assessed value. It is determined from initial study by Steven 3. Wright of the XXX Planning Department that this project does not have a significant effect on the environment. 1►.�7cX Justification for negative declaration is attached. The Environmental-Impact Report is available for review at the below. address: Contra Costa County. Planning Department 4th Floor, North Wing, Administration Bldg. Pine 4 Escobar Streets - _ -- — ^�Martinez, California- Da alifornia Da a Post,.d � . 29 1J ir� ( Final date for review/appeal 1 Elk_ P�YVRC �_ Q017�zl r'lanninu Departm nt Representative RECEIVED A?9 1/74 rte 7 . i?78 _ CL�IIC ROAM OF SU/fIWSOR� - `: COSTA CQ _ Microfilmed with board order f t. The Project Will Not Have A Significant Effect On The Enviroi„nent . The Project consists of annexation of property to an existing drainage area and enactment of a drainage ordinance in order to provide future funds for maintaining and ultimately improving the storm drainage system. The project does not provide for new facilities only a means of financing them after they have been properly developed and approved. The only physical changes proposed are those resulting from periodic maintenance work. The formation of, or annexation to a taxing entity was-one of the conditions of approval for the four subdivisions, Affidavit of blication _...lice ,oma_;?e ........ L .....Contra_ Costa_C4. ? Y............... .... - .... . . •, ............................................................... LU ............................................................... to COUNTY Or COMMM COSTA State of California rll.QtticlS._ ...«i.:c7 _---------.. .._ __...-- being first duly sworm PUBLIC NUT 1 C E deposes and says: That at all times hereinafter mentioned he was over the age of N&tss eighteen years, and a resident of said county,and was at and during all of said time NOTICEOF"W"TIVE the Managing Editor of THE BRENTWOOD NEWS, a newspaper of general DECLARATIONcirculation printed and published in the City of Brentwood.Ninth Jt:dicial Township. tl"r'UM'00seeShe CaiNrwie Efnrireltwnatlan QYaifly iew lain of 1ty . County of Contra Costa. State of California: that said BRENTWOOD NEWS is and Act."Nice is fwebl Given that a was at all times herein mentioned a newspaper of general circulation as that term Negative oersaratirn Has leen isswtr ter the Fewwine 11400:1: is defined by section 6000 of the Government Code. and as provided by said section. Protect DaarW#M is published for the dissemination of local and telegraphic news and intelligence of a ANNEXATION NO. 1 TO 09LOOD CONTROL•ORAINAGE general character, having a bona fide subscription list of paying subscribers. and AREA na.TWprelect is WsIW is not devoted to the interests, or published for the entertainment or instruction in ttte Oakfar aeM 00 celsis4 of an"eeafies of samovisien Na.3M of a particular class„ profession, trade. Calling, race or denominabM or for the 41st.4M and a awtien of Anel to entertainment and instruction of any number of such classes,proftssimm trades.call- Centra CUM C"ft FWd Centro) and wale. Celtasrvetian District ings, races or denominations; that at all times said newspaper had been established Drainage ArM M in OnW to pro- in the said City of Brentwood,in said County and State.at regular intervals for more vide the tommio feat ter mam- fbinittd the etiaftne $wm %Mter than one year preceding the first publication of the notice herein mentioned; that tvnaft igeittrxtiah pains and tr said notice was set in type not smaller than nonpareil, describing and expressing in OW f W hO iM1rMc1iM of drailla0e tacllifies to idMitment the general terms the purport and character of the notice intended to be given;that tore 00 '10 me. or Is elrniaefe the existing infiflratien basins. A rainaee tee erdamme is ft be mattes,ate fns w astawnt UK � , . rah Inas been establish++as sols ..:?Q.t't�;G .Q=,. ti Y�t ZrZ X6.. �'C R.'"' t o n....._.__•- per f wAhvd tMilar! of manse" walla. �iearN�P__ vett OeClKbfiM is ............................................................... awtifabw te• eaMin- at. Comte' Ceata Cwlnelr MMIW s D"*"- "rent. Ah "ler. "orth spina. of which the annexed is x printed co printed building.rine and P p}, was published and itnfed in said Escobar streets (P.O. bac martinet. California 94553, newspaper at least........ .......weeks, commencing on the.. $. Taiepaone: 3T:-202a ............. Comments on the document may be directed to the Planning Departn00 „"*uo September day of.....r eFter..her......... 19...7?, and ending on the. ANTHONY A. DEHAESUS. Direcfer « Contra Costs r�"� day of...-..,_�Qgte !ber....... 19...77. both days inclusive. and as oP.m rublifh Sept.s. Ten during said time as said-newspaper was regularly issued,to-wit: ..........Qr e, i'=1.......................................e ..-.�..r«..«._...- .. ......-......«.......r-...-« ....�_'. .. .. .................................................... ......... That the notice was published in the newspaper proper and not in a=pplement. 7� SLbblcribed and sworn to before me this........ .`.J day of 19. rs.-L AL ! . L' ✓,t-�L1:�c l 7-../� BEN :'!`tiJi Notary Public i I znd for �._...-l•- ZT:.l,: �li?i!�•i�t_!I %ti::: Ct}alit1` f Contra Costa, Cc .3 1:� �.r:••;'�h�. d_ CDA: .aaOr. r�"•-.'- i CCMTRA COSTA C'.'Jtity ' itT} CotnmiSSiOA Expires: . ..�Jr.. .. . POSITION' ADJUSTMENT REQUEST No: 0 Z + Department Health Budget Unit 04500ate 12/22/77 Action Requested:Reclassify three Community Aide Trainee - Project positions #01, 02, 03 to Family Planning Aide - Proiect Proposed effective date: ASAP Explain why adjustnent is needed: To more properly classify positions according to duties and responsibilities. Estimated cost of adjustment: Contra Costa County Amount: RECEIVED 1. Salaries and wages: $ 2. Fixed Assets: (tiAt ,i terns and cod.t) {)F,,C 28 1977 effice of $ HUMAN RESOL'--"S AG n / XM Mator Estimated total : /Zz E r �'- / Signature Department Head I n4oi Vl De le nation of County Admini strator Date: December 30, 1977 o ivi eirvice: Request recommendation. , nistrator- Personnel!:Qffiee a4d/or Civil Service 'ssion Date: January 18, 1978 Cl ass i f i 4ati on-andf ay Recowendati on Beclassif_y (4_Com>dunity Aide Trainee-Project to Family Planning Aide-Project. LrJ rJ Studyy disctise7 duties and responsibilities now being performed justify reclassification to Family Planning Aide-Project. Can be effective day follouriag Board action. The:abov --ection can be accomplished by amending Resolution 71/17 to reflect the reclassi- ficatidn'of Sommanity Aide Trainee-Project, positions #01, #02. /03. Salary Level 1W (638-775) too-4amily Planning Aide Project, Salary Level 214 (708-a60). i Assistant Personne 0 re r Recommendation of County Administrator Date: January 23, 1978 Recommendation of Personnel Office and/or Civil Service Commission approved effective! February 8, 1978. County Administrator Action of the Board ofAW& F E B 7 1978 Adjustment APPROVED on Li-ta SON, County Clerk c Date: FEB 7 1976 8y: Patricia A. Bell oPouty Clerk APPROVAL of .thi.6 adjue.tment eonbtituteb an Appnopni.ati.on AdJub.bnent and Pwonnee Reaotution Amendment. MOTE: Top section and reverse side of form fmue.t be completed and supplemented, when appro-priate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/:C) nn v POS IT ION" ADJ USTMENT REQUEST No: Department HEALTH Budget Unit 0450 Date 1-16-78 Action Requested: Allocate one (1) 20/40 Typist Clerk-Project position to the department. Proposed effective date: ASAP Explain why adjustment is needed: To provide additional•-clerical- staff for the Nutrition Proiect for the Elderly. Estimated cost of adjustment: ED Amount: 1. Salaries and wages: 4s��0?Q $ 1665.00 (5 mos.) 2. Fixed Assets: (Leat .items and cost) Ui l ice Of $ ' HUMAW R � _^. Cu5 AGENCY Estimated total S1665.00 �e,�\� ` y,� =.-� ^. Signature -: Department Head Initial Determination of County Administrator Date: 1-25-78 na To Citil Service for review and r;ou;ntLtJ�WWVtrator ion: - . Personnel Office and%or Civi1•Service Commission r Fsbrusry Y;.19?8 Classification and Pay Recommendation Classify 1 20/40 Exempt position of Typist Clerk-Project. Study discloses duties and responsibilities to be assigned justify classification as 20/40 Typist Clerk-Project. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding (1) 20/40 Typist Clerk-Project, Salary Level 194 (666-809) . Assistant Personnellalrector Recommendation of. County Administrator • Date: February 2 1978 M Recommendation'of Personnel Office -and/or. `Civil..Service - Commission approved effective`:�Oebtuary 8; 1978.- County 978:County AWnTSMItor Action of the Board of Su rvisors FEB 7 197$ Adjustment APPROVED ) on J OLSSON, County Clerk Date: FEB ? 1978 By: k (U(,_(-a_ �-L Pptrieia A. Bell Deputy Clerk APPROVAL o f thin adju.stmeitt eonetitutes an Appnopniati.on Adju went and PeuonneQ Resotution Amendment. NOTE: Top section and reverse side of form fmue.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 5'7 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 1. DEPARTMENT OR ORCANiZATION UNIT: ACCOUNT CODING Building Inspection Tr ORtANIZATION SUI OIJECT 2. ;4tf6VJI°,CSE T <DECREASE> INCREASE 01JECT OF EXPENSE OR FIXED ASSET ITEM 10. IWNTITY t 3400 1013 temporary salaries $6400 reserves $6400 APPROVED 3. EXPLANATION OF REQUEST AUDI TOR-CONTR R By:: � Dota /1�/ to provide salaries for temp. elec. insp. in an r effort to reduce b backlog of work caused COUNTY ADMA41STRATOR by increased activity and by absence of one inspector due to heart surgery 8: Date BOARD OF SUPERVISORS Y E S: Supervisors Kenny,Fshden &hrairr,Bo�css,Hissehiut NO: 11 FEB/7 / 19 _ 6 J.R LSSON, CLERK 4. `' w _LL_ SIGNATURE TITLE DATE 8y. , APPROPRIATION F atric#a A. Bell Deputy Clerk ADJ. JOURNAL NO �{��V (N 129 R*V. 7/77) SEE INSTRUCTIONS CN REVERSE JIDE cJV INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fined Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of 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- Controller's office for processing. 3 -E ,: f, • CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OA ORGANIZATION UNIT: ACCOUNT CODING Board of Supervisors ORGANIZATION SUB-OBJECT 2. fIYED ASSET <,1EC1EASE> INCREAst OBJECT OF EXPENSE OA FIXED ASSET ITER 118. QUANTITY 0001 2310 O'Rourke - Health Services 44,230 0990 6301 Transfer to 0001-2310 44,230 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To transfer appropriation to cover study B y. LUQ r" � Dote .2/.2/7 to be performed by 14r. Paul F. O'Rourke of health services provided in Contra COUNTY ADMINISTRATOR Costa County and development of immediate / 2/�� and long-term improvement plan. By: Date BOARD OF SUPERVISORS YES: Supervisors Krnm-.Fandcn &hcudrr,L4u,,S-s.Hasselrine n NO: rte FEB/ 7/ 19 8 J SSON, CLERK 4 F. FERNANDEZ, ssist. Co. Admin.-Finance 2-�-78 SIf 4 AT L;RE TITLE DATE Ci 0 Dy: ���C Q.` ifs APPROPRIATION A P00.Q 2t? Patricia A. Bell Deputy Clerk ADJ. JOURNAL NO. �i it i�o (AI 129 Rev 7/77) SEE INSTRUCTIONS ON REVER3E SIDE • INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE _ . A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of E-xpense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items shoving quantity, description, and dollar amount. Also, show the Equipment It&m 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 Controller's office for processing. Y ` 0 CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ONCANIZATION UNIT: ACCOUNT CODINC Sheriff Radio Facilities ORCANIZATION SUS-OBJECT 2. FIXED ASSET <1ECREASE> INCREASE OBJECT OF EXPENSE OA FIXED ASSET ITEM N0. QUANTITT 2595 4955 Microwave Alarm/Switcher System 10,366,00 0990 650+- Reserve for � ' + 10,366.00 I APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTLER To appropriate for a 1976-77 purchase order # 74544 / that was inadvertantly not encumbered, and therefore Tey: � Date 1 4 78 not carried forward into fiscal 1977-78. COUNTY AD NISTRATOR By: Dote BOARD OF SUPERVISORS YES: Supervisors Kcnny.Fanden $chralcr.Bv"-ss.Hissclrinc NO: Od E By 7/ 19 78 J. SSON, CLERK 4. ' Asst. Bud. Analyst 1 12� 78 O S1�M• URE TITLE DATI E3y: APPROPRIATION AP00. Z7/ Patricia a N7 &,)-..erk P00,: TZ JOURNAL NO- (61 j29 0.(61j29 Rev 7/7T) SEE INSTRUCTIONS ON REVERSE SIDE ()")062 • _ INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE 1. Prepare Appropriation Adjustments, Form M 129, in quadruplicate - - plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items 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 ;.he adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. !�. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. - COUNT OF E011TRA COSTA PURCI IASE ORDER 74 n Order fro. Ship To: COU':TY OF CONTRA COSTA THIS NUMBER MUST APPEAR ON All INVOICES, E _ C.o ruriiea tlo,�3 Division SHIPPING PAPERS AND PACKAGES. Date: clay 20, 1971 Department: Sheriff's Dept. 50 Glacier Dr. iiartiuez, [a 94553 ' Reqn Na-: 59706 Charge to: 055-77.58-010 To: Far1r;0a Electric 1691 Bayport Ave. L/' Terms: i-,-30 Zan Carlos, Ca. 94070 r .�� t��� / F.OB.: San Carlos Atte: E.A. Gilmore i1J� .��lL oe,- C/,, - / Vic: Wp INVOICE IN TRIPLICATE ITEM QUANTITY UNIT RECD. DESCRIPTION PRICE NO. ORDERED ,�• J : l / 003 �� � �75 � D�0 ilicrowave alarm/switellor system per quota- d� tion 4" LAG/1}181-1,dated 6/2/77 to it;clud• �. all equlpnont and servicos as stated for$ loop protacT-ion system. 70100 0/W to incl. 1F.'0011z Sig and Handset. 13333 )Filter Pane c/►r 2 L-40 3/4 aplittir,g and combining. To be Bhippcd co:rnpleto frith two cop€ ©a of all applicable clratrings, diaL;raras and scL -matics plus riaintenaLco/se:rvico )manuals 9765.0 r ; t t y w. C �- oC n m rou i -. I coo i RECEIVED Check above items with your requisition. If you have any ;Do not acknowledge rcLeipt if 900ds or services are not acceptable.) question contact Purchasing Division at once. When order I is completed, sign this copy and return see"to County Dote Received ' Auditor-Controller's Dep/artment p ordptly. /• i Signed 'jC �— _ _ (if portiul' cicliver-y,use �:ECEIV NG--PIE RT for PARTIAL j SHIPMENT, Forro No. 5-7). NOTE The County Auditor-Controller's Department v.,dl NOT opprove claims until this RECEIVING COPY hos been signed and returned. J�ECLE P- COPY Y r , • CONTRA COSTA COUNTY • *t APPROPRIATION ADJUSTMENT \\\� T/C It 7 ACCAEET CMI16 1. Kft#T9E11 M MUtIZATIM MIT: Probation 43000 Administration MWIZATIM MI-MJECT I. il1EI ASSET -*ECEEAS �, I191EASE MJECT K EIfENSE 1111 Tllff ASSET ITE• M. TT 3060 2170 Household Expense 210 3000 4951 Exec. Swivel Chair KT-309 J6001c, 1 210 APPROVED 3. EXPLANATION Of REQUEST AUDITOR-CONTROLLER To adjust within Budget Categories for the purchase of a swivel chair required by Juvenile Division Director. By. Do% l /3// T Auditor-Controller has purchase order covering this item and requested this approeriation adjustment. COUNTY ADMINISTRATOR C 00 to BOARD OF SUPERV130NS YES: Supsnc�Kcnny,F,hden v` 'ix!cr,Uci�,css.Huselrirre N0: J.R. OLSSON, CLERK. /� �� Admin. Services Offi�e 3 78 r �IM�T TITL9 &ATS By. V L AyyN13MT1M A PW 5-,/ZZ Patf cia A. t5ellDeputy Clerk A3J. JMIMMI N. i Y9.�� � (a its Now. 1/71) we INSTRYCTiM• an ""Moe a" i NOMs F� AU ATA.TTABI FM C=TlmL MICR GMCs A. Prepare Appropriation Adjvstmsnta, Form X 129, In, WadropliCato plus asp internal copies desired. If dors tbam aur department or district is concerned, prepare an additional copy for each additional department or district acnosoraed. Be Complete all four parts of the fauna as fol2cros 1. Departmaat: Show name of department or organisation, unit requesting this Appropriation Adjustiewt. 2. Now Object of Expenses Shoos expenditure sub-object account to be adjusted, e.g., Office Rtpamse, Commmication, etc. Also s6ao the man , is even dollars that sack account is to be imcrsased or (decreased). If this sd jusboo It affects Fred A"" sgaipment iter list the items @bowl" dpsantiiW, description, and doLlw amount. Also, ohm the Rquipment Item No. if this adjsboo mt affects a Fined Asset item that has alr mV been approved by the Board of Superviears. For neer Plant Acquisitiow, leave the sub- object Manic. 3. Rtlanati on of Request: plain trip the adjustment is macessary in --, g► detail to suable the County Administrator to jurstLfy the request to the Board of Sopsrriscrs. b. Sigmtorra, Title and Dates Sign, shoes title and date. Audit-C. Send the original and other requested copies to the CommV or-Controllers office for processing, w i r �J • CONTRA COSTA COUNTY • (� APPROPRIATION ADJUSTMENT T/C 2 7 1. DEPARTMENT OR ONCANIZATION UNIT: ACCOUNT CODING LIBRARY ORCANIZATION SUE-OBJECT 2, FIXED ASSET <DECREASE> INCREASE OBJECT Of EXPENSE ON PIKED ASSET ITEM NO. OWNTITT 3754 952-696- Safety Storage Cabinet 0006 160.00 -62E 2100 office expense 160.00 (3700) APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CQNTROLL VV Additional funds needed to purchase fire proof 5— Dot• ! 7/78 storage unit due to increased price of unit. COUNTY ADMINISTRATOR BY: - Date°? BOARD OF SUPERVISORS Y E S : Supervisors Kenny.Fihdeo khnxlc�.1so��-rss.Hzsxicint NO: a EB/7 / 19 Administrative J.tj. S50N, CLERK 4. _ Services Officer i )9 18 USTIATURE TITLE DATE )Wq Cfe�k APPROPRIATION A P0C `i( 1 � Patricia A. Bell ADJ. JOURNAL 40. 0f)(C/ (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE 310E • • INSTRUCTIONS NOTE t FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of E:Tense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items 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 Bate: Sign, show title and date. C. Send the original and other requested copies to the County Auditor Controller's office for processing. 71 L CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 T 0 Supplemental I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING Mt. Diablo Municipal Court ORGANIZATION SUB-OBJECT 2. FIXED ASSET -bECREASE> INCREASE OIJECT OF EXPENSE OA FIXED ASSET ITEM 10. GUNTITT ooa 3 0210 4951 Cash Register 11.00 2100 Office Expense 11.00 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CON,TBD,LLER Difference in quotation and actual price of new By: Model 250 NCR Cash Register Series 7100 -- Dat•.,� Price quoted (4,175.25) was for one-drawer machine; COUNTY ADMINISTRATOR Need two-drawer (4,360.50) - difference $185.25 By: Date :: /� Price quoted (237.50) for program actually is 47.50 (install old program)- difference 190.00 BOARD OF SUPERVISORS Adjusted sales tax difference 15.13 YES: Super.-kors Kcnnr,Fandcn sr .B„ H Adjustment short: $10.38 NO: Initial appropriation adjustment approved by SFE B/ 7/ 1g the d o J - 3* , 1978* for $4,726.00. J.R. OLSSON, CLERK 4 Clerk-Admin. 1 40/78 C Stan [ TITLE DATE T� � r By• ,��� ►�J+-� A!'PROPRIATION A P00S917 Patricia A. Bell Dep"ty CfP* ADJ. JOURNAL 00. (� (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE 310E 090069 j69 INSTRUCTIONS ° - NOTE: FORMS ARE AVAILABLE FROM CE24TRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items 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. h. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office.for processing. v,4 n. ,. . .I' . t I' LL _. _� •�. QQ CONTRA COSTA COUNTY APPROPRIATION ,ADJUVMENT T/C 2 7 ACCOUNT CODING L DEPARTMENT OR ORGANIZATION UNIT: Public Works ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE DR FIXED ASSET ITEM 10. IIIANTITY ROAD MAIN LNANCE 0671 2282 Drip Conver fm 0661 33,100 SZ- T R0_0 CONSTRUCTION 0661 2319 Drip Conver to 0671 33,100 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTRO ER By: Date -0. 4950 Drip conversion project for road maintenance median landscaping from road capital. COUNTY ADMINISTRATOR By: t Date � 17 BOARD OF SUPERVISORS YE S:Supervisors Kenn,F3hdcn SihruJcr,liuy�c:�,ITusclti�e NO: o,f E 8 J.R. OLSSON, CLERK 4. 9,4 PUale WgrlL DHrector 1_ 6l/TA 1• TITLE DATE APPROPRIATION A POO E/9 2 ADJ. JOURNAL N0. ►'+ Patricia A. Re1) Dea,ty Cleric M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE IN STRUC TI ONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Shot expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item t:o. if this adjustment affects a Fixed Asset item that has a-ready 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. h, Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING L DEPARTNENT ON ORCANItATION UNIT: 0540 14EDICAL SERVICES ORCANIZATICN ' SUB-OBJECT 2. FIXED ASSET -bECREASE> INCREASE 09JECT Of EXPENSE OR FIXED ASSET ITEM 10. QUANTITY 6979 4952 Washing Machines 0037 $ 90 69-1kq 4952 Dryers 0038 117 1 6979 i 4956 Storage Unit Chemical 0015 178 6979 4953 Truck w/Power Lift 0048 $385 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTR ER The requested increases would permit purchase of the 1A C /�jr?5 following: a. three washing machines for Mental Health ey: VV Date (Ward I and Seal Bluff Multi-Purpose Center) b. Three dryers for Mental Health (Ward I and Seal Bluff Multi- COUNTY ADMINISTRATOR Purpose Center) c. Storage Unit for George Miller West. O 'These increases would be financed from the truck-power By: - r Date - lift line item (4953-0048), BOARD OF SUPERVISORS YES: SuP—i- Y.ennv.Fanden Nciln>Sc1.iku+>,TiHxsifltsfee NO: ftDA� 0 FEY 7/ 178 Assistant Medical Director 1 AT/78 .! R. LSSON, CLERK i 4. J; I SIG"ATUAE TITLE DATE L. F. Girtman, M.D. APPROPRIATION APOO 5180 Patricia A. BeH Deputy Clerk ACJ. JOURNAL 10. 90 iV3 (k 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE INSTRUCTIONS -NOTE: FORKS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepara Appropriation Adjustments, Form if 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four pars of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the itwas showing quantity, description, and dollar asount. Also, show the Equipaent 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. !�. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. f� l�t 14 '' (� CONTIRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING I- DEPARTMENT OR ORGANIZATION UNIT: 0540 MTEDICAL SERVICES ORGANIZATION SUB-OBJECT 2. FIXED ASSET <IECREASE> INCREASE OiJECT OF EXPENSE OR FIXED ASSET ITEM 10. QUANTITY 6979 4954 Table, Examining/w stool 0122 1 $1,042 6979 4954 Anesthesia Machine/w accessories 0123 1 9,200 1.1i s c ell aneous 6979 4954 Prosthetic and Assistive Devices $10,242 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTR LER Request that line items be established for purchase of the following: a. Examining Table with stool for use on D Ejy: Date Ward to be used for examination of gynecology patients. The present table is old and car. no longer be repaired to COUNTY ADMINISTRATOR satisfactory standards. b. Aneothesia Machine with accessories. This anesthesia machine Would be used in By: Dat� �� /7� Surgery Where the gas equipment is 10-12 years old and in some cases onlr minimally suitable for the complex neuro BOARD OF SUPERVISORS and cardio-vascular surgeries of today. YE S Surervisors Kenny.Fandee 1C�If•K�t I.W�C�'tt.FFaSsdrttl[ No: \, FEB 7/ f 1 78 t �--` Assistant L--- Medical Director 1 /2078 J.R. LSSON, CLERK 4. "-4 `n..+ SION ATUME TITLE DATE OL Q� L. F. Girtman, M.D. APPROPRUrION S Clerk ADJ. JOURVAL N0 peputy . w atricia A. Bell rl l5 (Id 129 Ray 7/77) SEE INSTRUCTIONS ON REVERSE SIDE INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation. Adjustments, Form H 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of ExiDense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items shoving quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has alreaatr 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. h. Signature, Title and Late: Sign, show title and date. C. Send the original and other requested copies to the County Auditor Controller's office for processing. _ 0001,16 ' f CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 27 ACCOUNT CODING 1. DEPARTMENT OR ORGANIIATION UNIT= 0540 MEDICAL SERVICES ORGANIIATIOII SUB-OBJECT 2. FIXED ASSET <bECREASE> INCREASE 03JECT Of EXPENSE OR FIXED ASSET ITEM 10. QUANTITY 6979 4954 Orthoscope/with accessories p�2� 1 $2,000 6979 4954 Cavitron 0125 1 831 6979 4954 Knee Exercise Unit 012,x, 1 290 6979 4954 Wheelchairs - Adult 012-7 4 1,075 6979 4954 Miscellaneous Prosthetic and Assistive Devices $4,196 °u -; APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER Request that line items be established for procurement of the following: a. Orthoscope. For use in diagnostic By: Dote 170medicine. It will permit the physician to make a definitive diagnosis of a knee ,joint without causing the patient COUNTY ADMINISTRATOR to go through many weeks of examination end/or casting and/or surgery and its' post-operative pain and disfunction. BY: Dote-LIQ 7 This equipment will save physician time as well as ether personnel time associated with surgery and the post- BOARD OF SUPERVISORS operative period. b. Cavitron. For use in the Pittsburg Clinic to clean teeth. This unit would allow dentists YES: Supervisors Kenny.Fandcn to perform prosphylaxis and scaling in a small fraction Schroder,ISuggess.Huseitine of the time now required, and enable the dental clinic NO: to see more patients and reduce the waiting time for FEB/ 7/ j appointments. c. Knee Exercise Unit. For use in patient 0917TINUED Assistant Medical Director 1 19 78 J.R. OLSSON, CLERK 4- SIGNATURE TITLE DATE n L. F. Girtman, M.D. APPROPRIATION A POOS/� n w Patricia A. Bell Deputy Cierk I A . JOURNAL 10. t nl�+ /7 (N 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE 310E INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of E-xpense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the itelas 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. J�. Signature, Title and Date: Sign, snow title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. 000�8 rehabilitation therapy to provide resistive exercies to the knee. d. Wheelchairs. For use in transporting patients, and to have Wheelchairs available in order that therapists may get some patients on a wheelchair program and shorten hospital stay. 000179 5186 r � sCONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 PAGE 1 t. D£PARTMEAT OR ORCANIZATION UNIT: ACCOUNT CONIC AUDITOR-CONTROLLER FOR VARIOUS DEPARDIENTS ORCANIZATION SU9 DBlECT 2. FIXED ASSET {DECREASE, INCItEA5E I OBJECT OE EXPENSE DN FIXED ASSET ITEM Ap, pUAATIIf 0001 { 2110 3,500.00 0002 3,500.00 0003 9,000.00 0015 9,000.00 0020 4,500.00 0058 850.00 0062 3,400.00 0145 ;., 2,500.00 0149 200.00 0180 8,300.00 14,000.00 0200 12,300.00 0211 1,500.00 0215 5,700.00 0237 - _ 3,300.00 0238 680.00 0240 10,400.00 0245 9,700.00 0260 1,700.00 0265 1,700.00 0,355 4,500.00 0359 5,300.00 0352 1,300.00 0364 900.00 0450 54,400.00 0472 4,600.00 0570 3,700.00 0II ((�� 1,200.00 579 �i. t7ll 26,000.00 0601 1,650.00 D630 6,000.00' INSTRUCTIONS NOTES FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE _ ♦. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department =� or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has alreac;y been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain :fhy the adjustment is necessary in enough detail to enable the County Achinistrator to justify the request to the Board of Supervisors. 4. Signature, Title and Date: Sign, show title and date. CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 PAGE 2 I. DEPAATNENT 04 ORGANIZATION UNIT: ACCOUNT CODING GA—CA NiZATIOM SUR-ODJECI 2. FIXED ASSET l<bECAEASE> INCREASE OIJECT Of EXPENSE OR FIXED ASSET ITE* M0. VANTITY 1080 2110 1,000.00 1700 7,500.00 2350 8,500.00 650.00 3051 260.00 33052 60,000.00 3060 30,000.00 3120 4,800.00 3210 2,300.00 3200 7,000.00 3300 200.00 3315 6,000.00 3340 1,100.00 3345 14,000.00 3400 1,200.00 4032 400.00 4033 2,200.00 4034 5,350.00 5000 4050 35,600.00 5914 2,100.00 4,700.00 5110 2,500.00 S150 1,300.00 5135 1,900.00 5140 12,500.00 5145 14,100.00 5180 70,000.00 5200 130,000.00 5705 1.1 2 000.00 1,000.00 5722 7,300.00 S725 1,700.00 INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies d.asired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Ad justunent. 2. Name Object of E mense: Show expenditure sub-object account to be adjusted, e.g., =. Office Expense, Cor=nication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipuent items list the items shoving quantity, description, and dollar amount. Alao, _ show the Equipment Item No. if this adjustment affects a Fixed Asset itam that has alreac�- 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. /�t 4. Signature, Title and Date: �ent�1 X83 Sign, show title and date. • CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 PAGE 3 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING ORCAN!ZATiON SUB-OBJECT 2. FIXED ASSET �bECREASE> INCREASE OIJECT OF EXPENSE OA FIXED ASSET !TEM 10. GIIANTITIF 6302 2110 300.00 6304 2,200.00 6307 1,800.00 6308 100.00 6310 1,800.00 6316 900.00 6319 2,700.00 6325 3,700.00 6328 2,900.00 6330 1,400.00 6345 1,700.00 6355 I 2,400.00 6365 2,600.00 6373 400.00 6379 5,000.00 6380 3,500.00 6381 6,800.00 6383 3,300.00 6384 1,000.00 6387 3,900.00 6388 3,300.00 6389 2,200.00 6478 1,500.00 6501 1,800.00 6505 3,400.00 6506 500.00 6514 2,800.00 6516 6,800.00 7,300.00 6522 (�91i?84 7so.00 6525 250.00 • _ INSTRUCTIONS NOTE: FORS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of dauartment or organization unit requesting this Appropriation Adjustment. 2. Name Object of E�ense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Corn. nication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fined Asset equipment item list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a - Fixed Asset item that has already- been approved by the Board of Supervisors. For neer Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain wh , 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. • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 27 PAGE 4 1. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING ORGANIZATION SUS-OBJECT 2. FIXED ASSET <bECREASEj INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. OWOTITT 6536 2110 350.00 6550 I 14,000.00 6551 I 1,400.00 6552 7,500.00 6553 14,600.00 6554 2,800.00 6555 1,350.00 6558 350.00 6564 474.00 6557 194.00 6350 300.00 6352 300.00 6370 600.00 1000 21,400.00 1300 22,500.00 1407 8,000.00 1420 2,500.00 1600 26,000.00 2590 2,800.00 3500 16,000.00 4010 7,130.00 2500 56,000.00 2510 13,000.00 2523 2,700.00 2580 8,200.00 2800 35,000.00 2900 30,000.00 2891 9,000.00 5587 i���ll3,900.00 4500 �l 40,500.00 4549 1,900.00 • INSTRUCTIONS NOT&: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE r A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment item 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. }�. Signature, Title and Date: Sign, show title and date. INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OF`ICE u. ?t A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department f or district is concerned, prepare an additional copy for each ` additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., , Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items 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 Supe--visors. Q u. Signature, Title and Date: 0908`1 Sign, show title and date. • CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 27 ACCOUNT CODING I. DEPARTMENT OR ORGANIZATION UNIT: ORGANIZATION SUB-OBJECT 2. HTEO ASSET <,tECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 0001 2111 3,500.00 0002 3,500.00 0003 9,000.00 0015 49,000.00 0020 I 4,500.00 0058 850.00 , 0062 38400.00 0145 2,500.00 0149 200.00 0180 80,300.00 0200 14,000.00 0210 12,300.00 0211 11500.00 0215 5,700.00 0237 30300.00 0238 680.00 0240 10,400.00 0245 90700.00 0260 1,700.00 0265 1,700.00 0355 4,500.00 5,300.00 0359 ' 1,300.00 0364 036 900.00 4 0450 54,400.00 0472 4,600.00 0574 3,700.00 0579 1,200.00 0601 o0 26,000. s00 0630 ( V 1,650.00 1060 i 6,000100 0 INSTRUCTIONS NOTEt FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. " Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B.' Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items shoving quantity, description, and dollar amount. Also, show the Equipaent 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. n 4. Signature, Title and Date: 0�.i,f(�� Sign, show title ,ind date. CONTRA COSTA COUNTY 0 APPROPRIATION ADJUSTMENT T/C 27 PAGE 6 1. DEPARTMENT OR OACANIZATION UNIT: ACCOUNT CODING DRCANIZATION We-OBJECT 2. FIXED ASSET <bECREASEj INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 1080 2111 1,000.00 1700 7,500.00 2350 8,500.00 3051 650.00 3052 i 260.00 3060 60,000.00 3120 30,000.00 3210 4,800.00 3200 2,300.00 3300 7,000.00 3315 200.00 3340 6,000.00 3345 1,100.00 3400 j 14,000.00 4032 1,200.00 4033 I r 400.00 4034 2,200.00 4050 5,350.00 5000 _ 35,600.00 5010 2,100.00 5110 49700.00 5130 2,500.00 5235 j 1,300.00 5140 1,900.00 5145 12,500.00 5180 I 140100.00 5200 70,000.00 JJ 5300 130,000.00 5705 300.00 5722 4 1,000.00 5725 i 7,300.00 INSTRUCTIONS y NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE �. j l.•' Prepare Appropriation Adjustments, Form M 129, in quadruplicate • plus any internal copies desired. If more than one department : :' •` or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: • 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. ? . 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items shoving quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a • Fixed Asset item that has alreact been approved by the Board <r 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 1 enable the County Administrator to justify the request to the Board of Supervisors. nnnn !t. Signature, Title and Date: Sign, show title and date. • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT TJC 2 7 PAGE 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING ORGANIZATION SUE-OBJECT 2. FIXED ASSET ,-tECREASE> INCREASE OBJECT Of EXPENSE OR FIXED ASSET ITEM /0. GIANTITY 6301 2111 1,700.00 6302 300.00 6304 2,200,00 6307 10800.00 6308 100.00 6310 , 1,800.00 6316 I 900.00 6319 2,700.00 6325 3,700.00 6328 29900.00 6330 1,400.00 6345 1,700.00 6355 2,400.00 6365 2,600.00 6373 400.00 6379 5,000.00 6380 3,500.00 6381 6,800.00 6383 39,300.00 6384 10000.00 6387 3,900.00 6388 39300.00 6389 2,200.00 6478 2,500.00 6501 1,800.00 6505 3,400.00 6506 500.00 6514 2,800.00 6516. 6,800.00 6518 7,300.00 0( 092 6522 750.00 --- - SQ100 INSTRUCTIONS z� NOTE: KIM ARE AVAILABLE FROM CENTRAL SERVICE OFFICE n _ l.' Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department ' or district is concerned, prepare an additional copy for each additional department or district concerned. • 'B.• Complete all four parts of the form as follows: r . ` 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub--object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). y' If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also,, show the Equipment Item No. if this adjustment affects a Fined 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. .. Signature, Title and Bate: Sign, show title and date. CONTRA COSTA COUNTY 0 APPROPRIATION ADJUSTMENT T/C 2 7 PAA 8 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODINC OpCAN12ATlON W-OBJECT 2. FIXED ASSET <DFCREASE INCREASE 41JF6T Of EXPENSE 44 FIXED ASSET ITEM 14 QUANTITY 6536 2111 350.00 6550 14,000.00 6551 1,400.00 6552 7,500.00 6553 14,600.00 6554 2,800.00 6555 10350.00 6558 350.00 6564 474.00 6557 194.00 6350 300.00 6352 300.00 6370 600.00 1000 21,400.00 1300 22,500.00 1400 8,000.00 1420 2,500.00 1640 26,000.00 2590 2,800.00 3500 15.000.00 4031 7,130.00 2500 56,000.00 2510 13,000.00 ' 2523 2,700.x_: 2580 8,200.0(1 ! 2800 35,000.00 2900 30,000.00 2891 9,000.00 5587 3,900.00 4500 40,500.00 €of)n94 • INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate -,plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B.' Complete all four parts of the form as follows: 1. Depar+„went: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, eog., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment item list the items showing quantity, description, and dollar amount. Also, r,a n show the Equipment Item No. if this adjustment affects a Fixed Asset item that has alread;. 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 Administra.or to justify the request to the Board of Supervisors. / t�. Signature, Title and Date: Sign, show title and date. CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 Page 9 I. DEPARTMENT OR ORCANIZATION UNIT: ACCOUNT CODING ORCANIIATiON SUE-OBJECT 2 LAXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE JR FIXED ASSET ITEM 00. 41ANTITC 4549 2111 1,900,00 3700 13,000,00 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTR7�LSC1 To transfer appropriations from telephone exchange service (2111) to communications (2110) . This transfer By: Dote /24x7 is necessary to reflect a change in expenditure accounting after the budget for telephone exchange COUNT AD INISTRATOR service was established. This transfer is internal /-7 within organizations. By: Dote BOARD OF SUPERVISORS Y E S : SupervrcKs Kenny.F&%Aen Schrader,Boggess.Hmwkise NO: 11_� F E ?/ 1 78 On Assistant J-P. OLSSON, CLERK 4. �-k,ovtG'C Budget Analyst 126�78 91606TUMC TITLE DATE aA Ct ^ � APFROPRIATION AP00 5177 tie Patricia A. Bell o.•r,.,ty oe+ ADJ. JauNNAL 00. (! (N 129 Rev/f/7T) SEE INSTRUCTIOMe ON REVERSE 3IOE • • INSTRUCTIONS NOTE: FORPIS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy `or each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the a►nount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. ?�. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. tt7v 3,rtnw4;i c7:ucrt7qu?, _ 0!)09'7 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT 01 HGANIZATION UNIT: ACCOUNT CODINC Orinda Fire Protection District ORGANIZATION SUI-OIJECT 2. FIXED ASSET �ECAEASE> INCIEASE OIJECT OF EXPENSE 01 FIXED ASSET ITEM 90. OWATITT 7080 4955 Portable Radios 0003 423.00 7080 4955 For Portable Radios 0002 423.00 PPROVED 3. EXPLANATION OF REQUEST AUDIT ROLL By. Date provide for increased costs of three portable radios. Funds provided by balance of Mobile Radios Account. OUNTY ADMINISTRATOR By: BOARD OF SUPERVISORS YE S:Supemmon Kenny,Fshden Schrader,Boggess.HasAtine NO: Ro B /7 J.R. LSSON, CLERK 4, �_l J ` .f� - Fire Chief 1 /30/ 78 AIAMATYA[ TITLE r RATE By' AIJAPP�IJW11Yl /f. ?��eJs Patricia A. Reil D.p'Oy "`�` q#Ihe's pow 740,711 K9 I"T11YCT1O118 00 119V9AI89 8109 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING I_ DEPARTMENT DA OAGANIIATION UNIT Sheriff-Coroner Gj ORCANIIATION SUE-OBJECT 2. <DECREASE> INCREASE OBJECT Of EXPENSE OR FIXED ASSET ITEM M0. W1171tt 2505 4956 Patrol Boat & Accessories 0028 1 30,000 0063 4956 Patrol Boat & accessories OO4Q 1 30,000 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTRER ---"7 /L / To transfer funds to Public works By: '` Date COUNTY ADMINISTRATOR By: BOARD OF SUPERVISORS YE S: Supmisors Kennv,Fandcn 5(I1rQ�Cf,tSV�C55,�'{7SSCIt1QC NO: On FE? 1 78 J_R. OLSSON, CLERK dmin. Services Officer/ / SIAMAtUAE tITIE DATE By: n u APPROPRIATION A P00r/6e 3 Patricia A. Bell LIOPuty Gefk ARJ. JOURNAL 10. (AI 129 Rov. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE 0 `x9�� INSTRUCTIONS NOTE: FOMS ARE AVAILABLE FROM C34TRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts o1 the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of r.Ypense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment item list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fined 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- Controller's uditor Controller's office for processing. 01t t 0- 9160 CONTRA COSTA COUNTY APPROPRIATION AOJUSTWNT T/C !T JAN 17 ACCINIT 011126 1• #EFUTWIT N NilBIZATIN=T: 9 LIU 117 Building Inspection ,�, ;:� t N11MIZATlii W-NJECT !. fills A i 'q'i4* 1991E1SE NJEiT K El►EUE N FIRE# ASSlT ITES K WWT1' — - 0591 2100 office expense $400 0591 4951 fixed asset - typewriter IBM 1 $750 0591 2310 professional services $1150 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER p,, purchase an IBM Selectric II for use in Housing Rehabilitation Program to replace one Olivetti COUNTY ADMINISTRATOR 80091 By: BOARD OF SUPERVISORS YES: Supervisors Kcnn1.hanoai kpcod".Bo#Bess.Hacstlune NO: fi1otiu, ONFEP 1378 J. SSONI CLERK 46, nirortnr of Rldn 6 NM�TM� TITLE By, A!1#RiMlTli# A POQ S/lo 7 1�1 Patricia A. Bell Deputy cte* N is ltd Nov. T/TT) IKE 16"WeTIOK. OM 1WV= [ NM 00 ` AI l s CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING Bldg. Insp. Housing Rehabilitation Pro ORGANIIATION SUI-OBJECT 2. FIXED ASSET --,IECREASE> INCREASE OBJECT OF EXPENSE ON FIXED ASSET ITEM 10. ONANTITY 0591 1011 Permanent Salaries 7800 0591 1013 Temporary Salaries 7804 .. -.r . APPROVED 3. EXPLANATION OF REQUEST AUDITOR- ONTRO LER TO provide salary for Temporary Building Inspector I • in the Housing Rehabilitation Program of Contra Costa. By: Date COUNTY ADMINISTRATOR By: Date/ Z/7L1 BOARD OF SUPERVISORS YE S: Supervisors Kenny.Fandrn Schroder.Boggess.Hasselrwe NO: J.R SSON, CLERK 14- 4 Dir. of Bldg. Insp. - - SIGNATURE TITLE PAT[ J o 8y: Q APPROPRIATION � 5/6 Patricia A. R�1DePuty Clerk ADJ. JOURNAL 40 ���f(`i2 (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE _ INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appi-opriation Adjustments, Form M 129,..in quadruplicate plus any internal copies desired. If more than one 'department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Coaplete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Corivaunication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustaent affects Fixed Asset equipment iters list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Flant 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 Late: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controllar'6 office for--processing. Ld3Q a3T70tIlr�p�_ n'.lxfci,?tfr`.:'I z:ntir:jig' 1INl�p� r_`SC� MaNOt1aRC �.;?:.ti�i tx.:j•,r :;x,.•:12 00103 CONTRA CrjSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING 1 DEPARTMENT OR ORGANIZATION UNIT: County Administrator ORGANIZATION SUS-OBJECT 2. MED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE Olt FIXED ASSET ITEM 10. IIIANTITT 4405 4823 Various Lease Improvements $25,000 4405 4834 Improve. 2366 Stanwell $15,000 4423 II83( Improve. 3431 Macdonald 10?000 APPROVED 3, EXPLANATION OF REQUEST AUDITOR-CONTROLLER To provide funds for improvements to Dat* /2(478 2366 Stanwell Drive, Concord a.id 3431 Macdonald Avenue, Richmond. COUNTY ADM MSTRATOR �By: d: Dats�� BOARD OF SUPERVISORS d YES: S,per.is,rs Kenny.F,hden tidrrder,li"'g ss.Hasselrinc NO: El� ?f 1 S Asst. County J.R. OLSSON, CLERK 4. Admin.-Fin. 1 X20/ 78 -}�' !lAMATUIR TITLE *ATE APPROPRIAT101 A P00,174�, Patricia A. Bell Deputy Clerk ADJ. JOt?IMAL 10. (M 129 Rev. T/7T) 1EE 7NiTRUCTIONS ON REVERSE SIDE ooj q INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE ♦. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items shoring 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. LL. Signature, Title and Date: - Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. _ _ .aft.oias.'tl-,.7- •it. .L' ri r CONTRA C&STA COUNTY APPROPRiATFON ADJUSTMENT T/C 2 7 ACCOUNT CODING I. DEPARTMENT OR ORGANIZATION UNIT: County Administrator Plant Acquisition ORGANIZATION SUB-01JECT 2. FiSED ASSET <�OECREASI> INGREAJE OBJECT OF EXPENSE OR FIXED ASSET ITEM 40. QUARTIT• 4405 4823 Various Lease Improvement $1,000 4405 4337 Marshal - 1957-G Parkside I $1,000 I APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CO LLER To divide space in basement of 1957-G By: Date Parkside Drive, Concord. Space is to be split between District Attorney and COUNTY ADMINISTRATOR Marshal. This will provide for expanded Marshal space. By: 13 1'- BOARD OF SUPERVISORS YE S: SUpervrwrs Kcnnv.Fihdcn Schroder,$uggcss,Nuxhim NO: OnEE� 7/ ) 78 Asst. County J.R. OLSSON, CLERK 4. Q, —Admin.-Finance 1,/31,/ 78 9I6MAT p"'" /q-7 DAT[ APPROPRIATION a PQO S/ / / Patricia A. Bell Dev tv Ce* ADJ JOURNAL NP (AA129 Rev ?'7T) SEE INSTRUCTIONS ON REVERSE 3109 �+ IKSTRUCTIONS _ NOTE: FORM ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment item list the item shoving quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has alreacbr 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 Pate: Sign, show title and date. C. Send the original a.�d other requested copies to the County Auditor- Controller's office for processing. - 3 _ v CONTRA COSTA -COUNTY APPROPRIATIQN .&D1USTMENT T/C 2 7 I- D RTMENT OR ORGANIZATION UNIT ACCOUNT CODINC � f�_Public Works ORCAMIZATION SUB OBJECT 2 FIXED ASSET <bECREASE> INCREASE OBJECT OF EXPENSE DR FIXED ASSET ITEM 00. IWNTITI' PLANT ACQ - REV SiiLUNG 0115 11Z7 1. Civic Center Imps V-n--EZ)A 40,000 Cu15 4111 1. Admin Bldg Remod Rev Shzr 110,000 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CON LLER . Transfer funds for Civic Center Lprovesants for By' Date non-reimburseable portion of MA Project. COUNTY ADMINISTRATOR 6y: 2; Dote BOARD OF SUPERVISORS YE S :Sur %mk)rs Kenny.Fihden Schroder,K)ggess.Hassehinc NO: On F F� la 78 J R OLSSON, CLERK 4. / �ub1fCorka Df2'eCLOr 1 AE TITLE DATE By CtT� _ , G 4�C�( �o��o�iM i ie�P00S 9/ Patricia A. e ���� cI (M 129 Rev 7/77) SEE IMSTRUCTIOMS ON REVERE SIDE INSTRUCTIONS j l NOTE: FORKS AR:,-; AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Fors M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of dapartment or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount ir even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. h. Signature, Title and Date: Sign, show title and date. C. _ Send the original and other requested copies to the County Auditor- Controller's office for processing. : '; is ..'�•.;t7 09109 , IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving ) Plans and Specifications for) the Contra Costa County ) RESOLUTION HO. 78/119 Temporary Parking Lots, ) Martinez, California. ) Re: Project No. 4405-4768 ) WHEREAS Plans and Specifications for the Contra Costa County Temporary Parking Lots, Martinez, California, Project No. 4405-4768, have been filed with the Board this day by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the project has been reviewed by the Martinez Planning Department and has been declared exempt under C.E.Q.A. as a temporary use of land having negligible or no permanent effect on the environment. IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on March 2, 1978 at 2:00 p.m., and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the MARTINEZ NEWS GAZETTE. PASSED and ADOPTED by the Board on February 7, 1978. Originator: Public Works Department Detention Facility Project cc: County Administrator County Auditor-Controller Public Works Director County Counsel RESOLUTION NO. 78/119 OW 10 DIVISION A. NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORiJIA CONTRA COSTA COUNTY TEMPORARY PARKING LOTS Project No. 4405-4768 Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public Works Department will receive bids until 2:00 p.m. on March 2, 1978 for the furnishing of all labor, materials, equipment, transpor- tation and services for: Contra Costa County Temporary Parking Lols, which includes: Providing the cleaning, grading and surfacing of County-owned property to be used as temporary parking. 'fork also includes providing new driveways, wheel stops, and all other additional items as shown or noted on the drawings. The Project is located at the corner of Las Juntas Street and Green, and at the corner of Las Juntas Street and Ferry. The estimated construction con- tract cost is $7,000. The work shall be done in accordance with the Dratieings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, Martinez, California. Tile Drawings and Specifications may be examined at the Office of the Clerk of the Board of Supervisors, and copies of said documents may be obtained at 1236 Escobar Street, Martinez, California. Each bid shall be made on a bid form to be obtained at 1236 Escobar Street and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of ten percent (10%) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California 94553, on or te-=ore the 2nd day of March, 1978 at 2:00 p.m. , and will be opened in public and at the tirie due in the Conference Room of the Public Works Department, 6th Floor, Adi;iinistration Building, :?artinez, California, and there read and recorded. Any bid proposals received after the time specified in this notice will be returned unopened. Miuofilmed with board order -3- 0011.1 DIVISION A. NOTICE TO CONTRACTORS (Continued) The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent (50%) of the contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the contract price, said bonds to be secured from a Surety Company authorized to do business in tate State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By 2� ��� Jame R. Olsson County Clerk and Ex Officio Clerk of the Board of Supervisors Contra Costa County, California DATED: FEB 7 1978 PUBLICATION DATES: -4- i J2 Bidder). DIVISIGi: C. PROPOSAL (Sid Form) EIDS WILL BE RECEIVED UNTIL 2nd day ofMarch, 1978 at 2:00 P.M. in the Public Works Department, 6th Floor, Adminstration Building, 651 Pine Street, Martinez, California, 9,19-553. (A) TO THE I1ONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUINTY: Gent 1 erten: The undersion_d hereby proposes and agrees 'to furnish any and all required labor, material transportation, and services for Contra Costa County Temporary Parking dots in strict conformicv with the ivlans , Specifications, and oCner con- tract docu. .encs on file at the Office Of the Clerk of t- Beard of Supervisors , First Floor, Administration Building, Martinez. Cal - -form- 9=.55' , for' the fcllo;aina s,L-ns ; namely: BASE BID: Shall include all of the wort: for the construction and cc-, ple tion of all facilities therein, using cement-treated base as a wearing. surface, but not including any of the work in the following Alternates:. For the su-m of: Dollars ($ ) ALTER IATES: 1. ALTER VATS NO. 1: State the amount to be added or subtracted to the: Base Bid for the use of asphalt concrete instead of cement-treated base as a wearing surface. Add or (Subtract) the sun of: (Mark which applies) Dollars ($ ) (B) It. is understood that this bid is based upon completion of the wort: within 30 calendar days from and after the date of ec=iencc inent. Mivofilmed with board'order _10- 0011.3 It is understood, with due allowances made for unavoidable delays , that if the. Contractor should fail to cc.:.plete the work of-the contract within the stipulated ti^ie then, he shall be liable to the Owner in the amount of $75 per calendar day for each day said work remains uncompleced beycna the ti:;,e for completion, as and for 14Aq- uidated dar�.�ges and not as a penalty, it being agreed and e - pressly stipulated that it :could be impractical and dit==icult to fi.x the actual amount of damage. (D) The undersigned has examined the location of the proposed ,cork and is familiar with the Plans , S pecificat ions and other contract documents and the local conditions at the place where the work is to be done. (F) The undersigned has checked carefully all of the above figures and understands that the Board of supervisors will not be re- sponsible for a�v errors or o.:,issicns on the Car_ of the uncle_- signed In maki.g up this bid. .i • DTVISZON C_ PROPOSAL. (3id Form) continued (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 chat :he ur_dersigred has not directly induced or solicited any ocher bidder to out in a sham bid, or any other person, f:Lrz, or corporation to refrain from bidding, and chat the undersigned has not in any manner, sought by collusion co secure for him- self an.advantage over any other bidder. (G) Attached is a List of :he names and locations of the place of business of :he suocon:raccors. (3) Attached is bid securicy as required in the Nocice co Contractors. [=Cash C 3idders 3ond Qashiers Check C Carcified Check (Z) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum .l dated Addendum 4 _ dated Addendum 4 dated 3y Title Address ?hone Licensed in accordance with an act providing for the registra- tion of Contractors, Classification and License No. Dated this day of 19 Rev.. 5/'b -,2- 00115 DIVISION C PROPOSAL BID FORMS onto i� named LIST OF SUBC04MACTORS: '(As -required by Division 3, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division c. , Section• 6, Paragraph Portion of Work Naas Place of Bidders I J 1 I _ . I i t i f CONSTRUCTION SPECIFICATIONS FOR CONNA COSTA COUNTY TEMPORARY PAFK173G LOTS PROJECT NO. 4405-4768 I ILE LCLERK . R. OLS5Oth ARD OF SU?ERVISOR5 TRA COSTA CO. DATED: February-7, 1978 PREPARED BY: CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Sixth Floor, Administration Building Martinez, California Microfilmed with board ordw 0017/ TABLE OF CONTENTS DIVISION A. Notice to Contractors DIVISION B. instructions to Bidders SECTION i Competence of Bidders SECTION 2 Securing Documents SECTION 3 Examination of Plans, Specifications and Site of Work SECTION 4 Bidding Documents SECTION 5 Submission of Proposals SECTION b Withdrawal of Proposals SECTION 7 Public Opening of Proposals SECTION 8 Irregular Proposals SECTION 9 Competitive Bidding SECTION 10 Award of Contract SECTION 11 Special Requirements SECTION 12 Execution of Contract SECTION 13 Failure to Execute Contract DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement (Contract) DIVISION E. Equal Employment Opportunity DIVISI014 F. General Conditions SECTION 1 Definitions SECTION 2 Governing Laws and Regulations . SECTION 3 Patents and Royalties SECTION 4 Contractor's Responsibility for !cork and Public Utilities SECTION 5 Bond and Insurance SECTION o Subcontracting SECTION 7 Time of Mork and Damages SECTION 8 Proaress Schedule SECTION 9 Temporary Utilities and Facilities \ 09118 -1- DIVISION A. NOTICE TO CONTRACTORS r t. - CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT ` MARTINEZ, CALIFORNIA - CONTRA COSTA COUNTY TEMPORARY PARKING LOTS Project No. 4405-4768 Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment, transportation and services for: Contra Costa County Temporary Parking Lots, which includes: Providing the cleaning, grading and surfacing of County-owned property to be used as temporary parking. Work also includes providing new driveways, wheel stops, and all other additional items as shown or noted on the drawings. The Project is located at the corner of Las Juntas Street and Green, and at the corner of Las Juntas Street and Ferry. The estimated construction con- tract cost is =7,000. The work shall be done in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, Martinez, California. The Drawings and Specifications may be examined at the Office of the Clerk of the Board of Supervisors, and copies of said documents may be obtained at 1236 Escobar Street, Martinez, California. Each bid shall be made on a bid form to be obtained at 1236 Escobar Street and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of ten percent (10%) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. The above-mentioned security shall be given as a guarantee that the bidder . will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County ;administration Building, 0551 Pine Street, Martinez, California, on or before 2 p.m., March 2, 1978., and will be opened in public at the time due in the 6th Floor Conference Room, County Administration Building, Martinez, California, and then read and recorded. All bid proposals received after that time specified in this Notice will be returned unopened. 10120 -3- TABLE OF CONTENTS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders SECTION 1 Competence of Bidders SECTION 2 Securing Documents SECTION 3 Examination of Plans, Specifications and Site of fork SECTION 4 Bidding Documents SECTION 5 Submission of Proposals SECTION 6 Withdrawal of Proposals SECTION 7 Public Opening of Proposals SECTION 8 Irregular Proposals SECTION 9 Competitive Bidding SECTION 10 Award of Contract SECTION 11 Special Requirements SECTION 12 Execution of Contract SECTION 13 Failure to Execute Contract DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement (Contract) DIVISION E. Equal Employment Opportunity DIVISIO14 F. General Conditions SECTION 1 Definitions SECTION 2 Governing Laws and Regulations . SECTION 3 Patents and Royalties SECTION 4 Contractor's Responsibility for !cork and Public Utilities SECTION 5 Bond and Insurance SECTION 6 Subcontracting SECTION 7 Time of Work and Damages SECTION 8 Progress Schedule SECTION 9 Temporary Utilities and Facilities -1- TABLE OF CONTENTS Con't SECTION 10 Permits SECTION 11 Conduct of Work SECTION 12 Responsibility for Site Conditions SECTION 13 Inspection SECTION 14 Rejection of Materials SECTION 15 Interpretation of Contract Requirements SECTION 16 Clarifications and Additional Instructions SECTION 17 Product and Reference Standards SECTION 18 Materials, Articles and Equipment SECTION 19 Shop Drawings , Descriptive Data, Samples, Alternatives SECTION 20 Samples and Tests SECTION 21 Change Orders SECTION 22 Labor SECTION 23 Occupancy by the County Prior to Acceptance SECTION 24 Preservation- and Cleaning SECTION 25 Payment of Federal or State Taxes SECTION 26 Acceptance SECTION 27 Final Payment and Waiver of Claims SECTION 28 Guarantees DIVISION G. Not used DIVISION H. Special Conditions DIVISION I. Information to Bidders Part I DIVISION J. Information to Bidders Part II TECHNICAL SPECIFICATIONS DIVISION 1 . General Requirements Section lA Description of Project DIVISION 2. Site Work Section 2A General Information Section 2E Minor Concrete Section 2B Asphalt Concrete (Alternate 1 ) Section 2F Demolition Section 2G Chain Link Fence Section 2C Cement Treated Base (Base Bid) Section 2H. Sians Section 2D Wood Headers and Wheel Stops r- 00119 -2- DIVISION A. NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT W'10 MARTINEZ, CALIFORNIA CONTRA COSTA COUNTY TEMPORARY PARKING LOTS Project No. 4405-4768 Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment, transportation and services for: Contra Costa County Temporary Parking Lots, which includes: Providing the cleaning, grading and surfacing of County-owned property to be used as temporary parking. Work also includes providing new driveways, wheel stops, and all other additional items as shown or noted on the drawings. The Project is located at the corner of Las Juntas Street and Green, and at the corner of Las Juntas Street and Ferry. The estimated construction con- tract cost is $7,000. The work shall be done in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, Martinez, California. The Drawings and Specifications may be examined at the Office of the Clerk of the Board of Supervisors, and copies of said documents may be obtained at 1236 Escobar Street, Martinez, California. Each bid shall be made on a bid form to be obtained at 1236 Escobar Street and must be accompanied by a certified or cashier's check or checks, or bid bond in the amount of ten percent (10%) of the base Sid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 0651 Pine Street, Martinez, California, on or before 2 p.m., March 2, 1978., and will be opened in Public at the time due in the oth Floor Conference Room, County Administration Building, Martinez, California , and then read and recorded. All bid proposals received after that time specified in this Notice will be returned unopened. 00120 -3- DIVISION A. NOTICE TO CONTRACTORS (Continued) The successful bidder will be required to furnish a Labor and Materials Bond in an anount equal to fifty percent (50%) of the contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the. Labor Code of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to t�5e successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By James R. Olsson County Clerk and Ex Officio Clerk - of the Board of Supervisors Contra Costa County, California DATED: PUBLICATION DATES: 09121 -4- _ alvlsim A��_,IWMU=Mm$jDAW - 'lbi�=6id� i si�s11-�csrsfullr'sxa�ine• du"-idsesudciais;�cam- uiasd herein�aad satisfy liisielf' ss co.ahe• coeditioos•Yithxwhicts he s#isc caaa�ply-prior to bid="fa subifttic his Pto'osel. mai•to e� coeditsaes,`,atf�e=las' Chi awtd of comeraee r t (a) License: So 'bidder 'os7►`bid- an wo=k'`of-r'kUw, for -which he is not. properly licensed.-aad,.any.such bid._recaived any be disregarded. `- (c) Bzddsrs shill be .expsr enced,'in the;`type of work for whichFchsy are biddint'aad shell, apaR r�quesc of the County;' submit co,.chafCoawe , i,.rricei� list of;,coapleed osojiets. v�eh the mer of cba aiwer cr vcoaciact officer 'Ladicaced SECTION 2 "_. Sfi int (a� rariass and.Spacficacfoas may be secured:sc ctsa plaes Aad`for,,ttWdeposicor'.tee ar called aie'ia ehd, "llotiaa CO Contractor"'.. - '(b) The ,do posit; if called £"or in the "Nocics co Coaczacta=". PaZe u" 3 .gus=aace= chac..:he t)rsviags sad Spacizi- cacioas rill bi =eturnod is good ondition (c) Tpe"fee, i:.E ca:11" for 'ia the "Notice co Contractor" page 3. s. a.n -refu�ble oaysegc. to,defray,& portion of the print- ing and ehaodLUI_c os=s... SECTION 3. 'MAKENATIN OF P! EGIr"ICa2ZONS as 2E M tJ R RESPONSIBILITT T6s bidders.--slsall_exasi a carefully Che ;sits oL the :ark. and ,.ht`pLiu amd Ipacifieatigas therafor:" tie shs1Z inwscigiCe and satisfy as tions, Cq be iaeaincarsd, tha ctiraersr, quality;, mad Cl of surface. aed=snbsurfice:aacetfls mar obsuelss co be eneavntes .:Ochs +os1c K co.'be„porforasd:: and':aaeer+ils co,b� Earn fished, and as;co -the regti Lrevanes of":clu proposal ;plae s, mad spee'tf - cations of the contract. . tahere inwescigacions of subsurface,;:caedidoas«?save bit made by the Coun4-in respect to foundation or�•oebo stsidiuiiil design: and chac;,infgq tiow' u.sbaxz_ia the.plans.,said;information 'represents only .clu cacsmMt Eby��he,Countyrai co the charac it of'"iiktal}which has biia u" IA by it fn its iaresciSaeiom slid is Daly included fos`rdie eaasaieaee of biddis _ IaresCisacLoas of,subW=face conditions Are aade'foc,tt+e purpose of design. .aad .che Coudcy issusies no,tespoesibility vhacavec' in respecr to the sufficiency or accuracy of borings,'or-of`cbt los`"of test borings, or ocher preliminary investigations. or of chs interpre- tation therefor. INSTRUCTION (continued) There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlooked for dewelopmencs may not occur. raking such inEonse- tion available to bidders is not to be construed £n any way as a waiver of the provisions.of chis article concerning the Con- tractor's responsibility for subsuriaee conditions, and bidders cant satisfy themselves through their owe investigations as to the actual conditions to be encountered. (b) 3ESPCNSI3ILI. ?02 UTZLITI:S: As part of the responsibility stated in suodivisicn (a) above, and without limicat£on thereon, the Contractor shall be responsible at his own cost 'or any and all work, expense or special precautions caused or required by :he existence of proximity of utilities encountered in per'orming the work, in- cluding without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cuacioned that such utilities may include communication cables or electrical cables whici: may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful ;land excava- /, cion so as not co.damage the ducts or cables, nor eanss injury F to persons, and suitable warning signs, barricades, and heist? devices shalt be erected as necessary or required. In connection with the foregoing, the bidder's attention Is invited to Section 12 of Division E of these spetifiescions. (c) DISCREPANCIES UR ERRORS: If omissions• discrepancies, or apparent errors are found In the plans and soecificacions ;)r,-or co the date of bid opening, ch* bidder %hail submit a written request for a clari- ficacion which will be given in the `_ors of addenda to all bid- ders If tine permits. Mherwise, in f£gurinz the worts, the bid- does shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Section IS of if those specifications. SECTION j (a) Bids shall be made upon the special Proposal (aid Form) (See Section C of this Specification) , with all teems completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The con- - plated fora should be without incerlineacions, alterations or erasures. no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from chose supplying these specifications.. -6- 09123 coat iauMd) (b) Bids 'aha t cone'`eoatai.>x`807 rscapitutaCin the vosk cc be done; altrrQativo Proposals will not be consid- -orad. unless called`for. 'bio oral. talesrapjue_'or:tai mit ;: proposals or awdiftioai will be-considered, {c) 'based a �`ia #= Each psapeast• shall have listad,n e-nam- -aaar:a of each.s>abcae- : tractor cc Aloe; `b d sr`'propesres to: subcontract Pargioas c►s the work in an aao net is txCess oz ; of i Percent:,:of:his bid, in accordance Mich ChaPter 2, Division S. Tltle 1, Of cos Gaveraseat Cads See'Seetion,'T of Division a-of, these• spa+euscatioasw £ar further refers"* cc subcontractors.- (d) 's Sec t all bid&-shalr,nav*-ea�eiosed h. } i + S � rs�ri•� at � escrioessted.'as aurery ar• corparauon auCaotised to leans saraecys sd-an tile Stas ofy C:liwrnis..aede p!sX+rdLs zo "Contra Costs;Coga=}�'.:.. iD` a�aetne iql=co=se least.10gece :os the aeouat of c�Se Siad 'No,bxd "sball be=considered wslaes one of _ the �arres of biodet'_`s'secsiict is enclosed'-'.hezevi 5. Proposals shall-bens��bai==ed'co 'thr Clerk az°the:-9oasd of Supervisors of,Contrs„Casta County it the Place indicated on.,Cho bid proppsal. roIC is the._soleRrgspaissbei3ty of the-bidder ca se! i:... ,. chat his bid. 3s received is Proper clef, =; all Proposals shall be submi.cted under, sealed cover. plainly identified-" a:proposal. for the V0�.b--i�.bid`is on and addressed as:dizea=int is rhe;Notice cc Contractors and=Chi-bui'""" _...._.�. Proposal. Fsilyte to do sa"raT :eaulc ia` 'prelrtusa.oleaiai , or a failure can oNa;s�ch bad i roposals which are not- propos-7 Marked mW b� ,F=kms S=101 6 Any bid my be withdraoee at sub► tine P'r'ior to dea't fixed in thw oubllc notice- ;or the 1--1- f~ bads; provldedtbaC a request rat.vricia�;,:e:actsCod by the,bidder oir �ii�siiisl�! sa�shosixed: rtpreseecattiw, far the vithdraeal of mcht,bid_i s"fi.l+ed� ills.the► loots df Contra-Costa_Coeaecy!. Cloth:of-die'sgrsrd aE S WN-- _: .. to le -c, oft n r t�c vi a b• e. ' ,e vs'�C l id� not pc u4 u' _ �, t oto fila a Mev bid. This article does-;,aot,auchoriti tis ' rithdraral of-my bid after the tib f��:�+'�'P�+Irlic`ma►t#.cs [ac the opening of bids. .r 00124 +rcT2 em r t PF��YG OFA PALS Proposals will beeNiicl time and place indicated in the Notice co Contractors.� Bidders or cheir audrorisOCAas+ncr�are invited -co_be,presnat. E: Proposals may be rejected if"ttm�r shoji aw'slcer' scion of foes. 'eddicioes amt:4Called<for, conditional bids. iU complete bids;, =erasures, or UreguLikitiec"t`sear Ectad Lf.:bid aesaunt is chaa;ed-'of ter the:amount,. i.s-ori;iuesliy ussaietad. change shMIA be initialed.The County- also reserves the rightw cc ac6toc'aajr or all alternates and unit pricss called for on the Bid,Formand their ordee of 11sting on such: fora_shall.-.in no.Ja7rrj iadieaeca., the order,in which the bids may be.accepcad ZOMM-MME 3TDDIW: I� siore than on*,.propoii be,7offerea bar airy. tndividvisl„ firm, parcnersiii�e;,corpocari on'.-_,asiociat viii or.-any"caetbiastioa ' thereof, ;'4ii3ei 3tttie same gar differeetc=nsrgs, alZ"such:`aropossls' My be rejected.at'A �ctr�_viao :us<. uoc4d prfces oer'a�st`erisls or' +ask{ _, ; `' to a bidder is not thereby.Aisquslifiad :rom:guocing`pricaiCo. other bidders. or €roes submitting, a bid directly tor`t'e iaaterials or work. =•all:bidders` are_puc.on ,,notice chac any.collusive Wes- sent .fi"-*the pricesc,.to be;bid,so as to`cmtroi oe afecr'the- awardiag!-,ot thi3acentract is iEa violaeioa:sor: the eoerpiecitivet bidding requirements of the State law and`ieay.-i0der_void may'contrsctGIet' Nader suchi cirevescanees. . SECTION 10:, itARD-OF GCiNTLRBC? ' lies Thrs reserved to ;!eject an"jr and all proposals.: The award of the contract; if it be awrdiC will be ..cc the lowest`responsible oidder whose proposal comi*f, sis wic i a11.'che requiremancs-prescribed, Such award, .it_msds, will bt, sssde wichin 30 days after chs opening of the proposals. SEC--TON rl`:` !SPECIALR£OZREI4E - Tfia"bidder's-attention is invited to c:w'fallowing spec ial PC44iiioos of-the�coacract;_.all of ,eiiiich :are' aotafl ed iA-the Cener 1-4110 itiaees="(Divissae.i?l or oches.4docueiiau ieLeW&W is'ydess- specifieatoees = (b) Insurance: (c) Liquidated Damages (d) Guarantee . (e) Inspection and Testing of Materials (f) Facilities to be ?rovided at Site (g) Assignment of Contract ?rohibited SECT•'12� CL1'fION OF CO.ffRACf: The contract (example in Section a) shall be - signed by the successful bidder is duplicate counterpart and returned within five (3) days of receipt, not including Satur- days, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall 'bs binding upon the County until sane has been executed by the Can- tractor aad the County. Should the Contractor begin work in advance of receiving notice that Cho contract has been approved as above provided, any :cork performed by aim will be ac his own risk and as a volunteer unless said contract is so approved. SEC-'IGN 13. FAILURE TOEXECUTE CC;,R'R.iCT: =ailure to execute a contract and :ile accept- able bonds and certi=icaces of insurance as provided herein within .�. _. 10 days, not including Saturdays, iundays. and legal holidays, after :he successful oidder has received :he contract :or execution shall be just cause :or cis annulment of :he award and tae °orfeic- ure of the bidder's security. if the successful bidder refuses or - fails to execute the contract. Cho Councf may award the concrac: to the second lowest -espons:ble bidder. __ :he second Lowest respon- sible bidder refuses or 'ails to execute the =oncract, the County may award the contract to the third '-owesc responsible bidder. 0n the ailure or refusal of the second or third Lowest responsible bidder to whoa any sucx contract is so awarded :o execute the saes, such bidders' securities shall be likewise foriei_ed :o :he Councv. The work any than as readvercissd or may oe conscr cted by day Labor as provided br State law. _ : 09126 B idder). DIVISION C. PRO?OSAL (Bid Form) BIDS BILL BE RF.C-I:7L•D UNTIL 2nd day of March 1978 at 2:00 P.M. in the Public Works Department, 6th Floor, Adminst•ration Building, 651 Pine Street, Martinez, California, 94553. (A) TO THE H021ORABLE BOARD OF SUPERVISORS Or CON TA COSTA CCU:=: Gentlemen: The uzdcrsioned hereby proposes and agrees -to furnish any and all required labor, material, .transportation, and services for Contra Costa County Temporary Parking Lots in strict conformicy with the Plans , Speciiicaticns, and ocher con- tract docu,:-ents on file at the Office of the Clerk of t--- Board of $aper"15ors , First Floor, Ad::.1nlStrat4.on Bui ldi.na, Martinez, Cal - fornix 94353, for the following s,Lms ; namely: BASE BID : w Shall include all of the work for the construction and con: pletion or all facilities therein, using cement-treated base as a wearing. surface, but not including any of the work in the following Alternates:. F or the sum of: Dollars ($ ) ALTZ&%I :T ES : 1. ALT%KLATE NO. 1: State the amount to be added or subtracted to the- Base Bid for a use of asphalt concrete instead of cement-treated base as a wearing surface. Ad or (Subtract) the suo of: (Mark which applies) Dollars ($ ) (B) It is understood that this bid is based upon completion of the work within 30 calendar days from and after the date of con.mence,, nc. _10- M112I It is understood , with due allowances made for unavoidable delays , that if: the_ Contractor should fail to complete the word: Oma-" the contract Lvlti?ln the stipulated tLmethen, he shall be liable to the Ovner in the amount of 05 1— per calcr_dar day for each day said wort: remains unccmpiet�d beyona the time for cc�:.plction, as and for liq- uidateu damages and not as a penaity , it being agreed and ex- pressly stipulated that it would be impractical and difficult to fi:i the actual amount of damage. (D) The undersigned has examined the locaticn or the proposed work and is familiar with the Plans , Specifications and other contract documents and the local conditions at the place where the ;pork is to be done. (E) The undersigned has checked carefully all of the above figures and =—_`erstands that the 3oard of Supervisors will not be re- sponsi.7lc� for any errors or o;nissions on the -art of tl:e'z{under- signed in making up this bid. 010128 2TVISrON C_ PROPOSAL (aid F---=) continued (F) The undersigned hereby certifies that chis hid-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 shim bid, or any ocher person, firs. or corporation to refrain from ridding, and chat the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any ocher bidder. (G) Atcacned is a list of the names and locations of the place of business of :he subcontractors. (H) Attached is bid security as required in the .;otice to Contractors. a Cash C 3idders Bond .r3hiers Check C Carti`ied Check (I) The following addenda are ;hereby ackncwledged as being in- eluded in the bid: Addendum 4 dated Addendum 4 dated Addendum 4 dated 37 Title Address ?hone Licensed in accordance with an act providing for the regiscra- tion of Contractors, Classification and License ,to. Dated this day of 19 Rev. 5176 -�z- ��129 DIVI_ S�IONN C. ?RCPOSAL 3ID FOR.y continued LIST OF SUBCONT3ACrORS: '(As required by Division 3, Section 4, Paragraph (c)) (Substicution of listed subcontractors: See Division , Section 6, ?aragraph E.) . Portion of Work Naos ?lice of 3idders i J I i I i 1 �7�Z 30 : . -13- C014TRACT DIVISION D. ARTICLES OF AGREEMENT 1. SPzXIAL These special terms are incorporated below by reference. (SS2,3) Parties: [Public Ngencyl [Contractor] Comp ete legal name (52) affective Date: (See 54 for starting date.] (53) The Work: (S4) Completion lTirne: [strike out (a) or (b) and "calendar" or "working") (a) By.-_[date) (b) Within-. calendar/working days- from starting date. (SS) Liquidated Damaaes: S per calendar day. (S6) Public Agency's agent: (S7) Contract Price: S (for unit price contracts; more or less, in accordance with finisne quantities at unit bid-prices.) (Strike out parenthetical material if inapplicable.] 1. Public Agency, By: (President, Chairman Or Other Uesignated Representative) (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor Code 51861 concerning Workers' Compensation Law. By: (CORPORATE Designate official capacity in the business SEAL)., , Hy• - Designate official capacity in tieus"Mess Note to Contractor (1) Execute acknowLadgment Porn below, and (2) if a corpora- tion, affix Corporate Seal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - .-.- - - State of California ) .l(Zd0UUDC::LJT (by Corporation, County of ) S" Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before r..e today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: [NOTARIAL SEAL] fJotar.1 Public - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - FORM APPROvLD by County Counsel. WC-1, Rev. 11-76) -,4- - (1(►1 31 3. WURR COUTIR1:CT, C:ir\:!(:iS. (:� By their signatures in Sectio , effective on the above date, these partic:u promise ane agree as set forth in this cont "et, incorporating by these references the material ("special terms") in Sec. 1. (b) Contractor shall, at his own cost and expense, ante in a workmanlike manner, fully and faithfully perform and complete the vor!:; and will furniah all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of tris contract, all strictly in accordance with the Puijlic Agency's plans, drawings and specifications. (c) 'the work can be changed only with Public Agency's prior written order specifying such chance and its cost agreed to by the parties; and t:ic Public Agency shall never have to pay more than specifieu in Sec. 7 without such an order. 4. TME: NOTICE TO PrOCLED. Contractor shall star= this :work as directed in the speci- fications or the No- - to Proceeu; and shall complete it as specified in Sec. 1. S. LIQUIDATED DAMAGES. If the Contractor fails to complato this contract and this work within tate time fix77thorefor, allowance being made for contingencies as provided herein, he becomes liable to t!ie Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be innracticable and extremely difficult to ascertain and fix the Public .lgectcy's actual damage fror., 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 %nideavor to estitsato fair average compensation therefor, for each calendar clay's delay in finishing said work; and if the sane be not paid, Public Agency may, in addition to its other ramedics, deduct the same from any money due or to becoMe dud Contractor under this can- tract. If the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of tsar!: or =tension o► tire, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver not be used to defeat any right of the Agency to dances 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- provido for removal or relocation of existing utility facilities. v. Ii::L G Z,.T11 ] LOCU&E.iTS. The plans, drawings and specifications or special provisions at tiie Public i.gency s call for bids, and Contractor's accaoted bid for this work are hereby incorporated into this contract; and they are inten=t to co-operate, so that any- Uiing c;.aibituu in th,! plans or drawings and not mentioned in tate specifications or special provisions, or vice versa, is to be executed as if e:hibited, mentioned and set fortis in both, to the true intent and meaning thereof Mien taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. MY'NENT. (a) For his strict and literal fulfillment of these promises and conditions, and as fulT compensation for all this war!:, the Public Agency shall pay the Contractor the sura 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 payrient, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, and the cost thereof; whereupon, after checking, the Public Agency shall issue to . Contractor a certificate for the account determined to be due, minus 10: thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removeu, replaced and made good. S. PAYMENTS WITHHELD. (a) :he 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 reraodicd, 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 tete 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 la:sor 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 notion of completion of the entire work, it shall issue a curt ifi.•.. .;a to the Contractor and pay tibalance of the contract pricu after deducting all amounts withheld under this contract, provided the Contractor shows that ali claims for labor and naterials have been paid, no claims ;tzve 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. IDISLRA14C:L. (Laijor Code S;IUU-til) 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 adnittuu insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and cor42lies with Labor Code Sec. 3700 and the workers' Compensation Law. 10. 13Ul:DS. on signing this contract Contractor shall deliver to Public Agency for approval and sufficient bonds with sureties, in anount(s) specified in the specif - cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials iicreunder. 11. FAILLUL 'TU PLRrUIt!•l. If the Contractor at any timo rcfu::t_-:; or tt.:yle:cts, without fault or the Public Agency or its agents) , to supply sufficivat mat.:rialz or wurkiiien 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 fror. the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state an ocal 1�aursana regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 172u, and including Secs.. 1735, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agreement conplics therewith. The parties specifically stipulate twat the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 S 1313, concerning prevailinq wages and hour3, shall apply to this agreement as though fully stipulated herein. 13. SUBC:ONTILIClURS. Government Code 554100-4113 are incorporated hereiri. 14 RA1'L'.'i. (a) rursuant to Labor Code Sec. 1773, the Director of the Department of In ustri.a Re ations has ascertained the general prevailing rates of wages per diel, and for holidav 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 nereby 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 clay. When less titan that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as states:. (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 establisitet; by collective bargaining agreement for such labor in the locality where such wort: is being performed. If it becomes neces- sary for the Contractor or any subcontractor to etaploy any person in a_ craft, classifi- cation or type of work (except executive, supervisory, adzainistrative, clerical or other non-manual workers as such) for which no mini=uLt wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractbr 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. 11UUItS ur LA13ull. LUght hours of labor in one calendar day constitutes a legal day's .73FE, and no wor-aau employed at any tire on this worl: by the Contractor or by any sub- contractor shall be required or permitted to wort: longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPHLNTIC%S. Properly indentured apprentices may be employed on this work in accordance wit)t Labor Coda -Sacs. 1777.5 and 1777.6, forbidding discrimination. (CC-1; -Rev. 12-76) _,(_ 09133 17. PkLFL1U--NC:1: FOR a1ATI:R=A .' • the Public Agency desires to "mote the industries and -e'conowy of contra costa County, and tiic 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. ASSIG23:: NT. This agreement Lines 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. Na WAIVER BY PUBLIC AUE::CY. Inspection of the work and/or materials, or approval of work an or materials inspects , 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 teras and conditions hereof. 20. UOLD 1MPOLESS s Ii:1:E1VITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilitioF as defined in this section. W The indcmaitees aenefiteu and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liaL•ilitiesprotected against are any liability or claim for damage of any kine 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 tie Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or actions) ,at law or equity concerning these. (d) The actions causing liability are any actor omission (negligent or non-negligent) in connection with a matters covered by this contract and attributable to the contractor, subcontractor(s) , or any officer(s) , agents) or enployce(s) of one or more of them. (e) :ion-Conditions: The promise and agreement-in this section is not conditioned or dependent on whether or not any Indemnitee has prepares;, supplied, or approved any plan(s) , drawing(s) , specification(s) or special provision(s) in connection with this work, has insurance or other indemification covering any of mese 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 app ice e, y submitting to Public Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for woe.er protection from the hazard of caving ground during trench excavation. _ z. zi 00134 v.. (CC-] ; Rev. 11-76) :UP I T _ .ate .. ._.._ ._, ,. .. ..,>. P 21r1i.ctNMI go& eeeisii6r of this art I appl� sa}biddrla,.eertsestara _ aad'sebCeitdM trltlt rarpxt toLlreMa ca�rtrniition'tradlra for tbq`are ; peltiatt to th 4I�abarr cqsm�ar'.or,.. o aati+ors and it Wits ants•labor orgftdsatioas brw.aje+ud to the _ Tripsrtti+M iC4oreCoolsa.4rta.CwttT::w2itorais (but`espy!aRite:Lhi1M trader ss>teaid+dtabrets,aa,ea ltawwts by,labor or Vai"utiods tawan EW ?` goals of togitbir fifth :iI ipliirctai a that bow:been asd,nit'hereafter be damlopedthereto, all,of.i"Ch: doei�Ntts'airie0il ;aRad.tife�iA br telarendt ="ale ., mftmd its%ar slii C:d tri"zosta'.23art: tq_bidder.,caetractor.or anbeoutraetor.using, one;ar�aorf.trdra'of oaegtt:resioe riot +Wih' :l2 ttither art ori eo1� t.JAdit�dLO�aC�l�10C!! tyle; aN bidlier. =ormraC.'or )r s0cowtvacto +ila7,b•;is`corjil3 e+r nth thata8siitioris f `'_aeluirlou; viicAatar�blion `sr - -"� ,-s-;::ebR�•aatrs:.`:oifa�P3s��-�itc r�arnt`:�T�*.lt+tt:ueriiset;Ca sc;o111�01"aldaar3t� .: �- .: in it argoOner utsl;a�tiea�Cor�mdt,:r�lMde "�"•�;tkrtrlrirf 'uM;Ci� .br.•9K'�f.�� '?t':z� _ s tart, I, itMi-by 3Li.,compit.Aent to,Part -iii, ta.tlade "9!M SA iilrt�ICa it srl.:ieC32idMi set ts.Cbitra^•arts Flan ie/; tliai[oiii,'eajjjja errs t1e paetriactarr.of':this Part I. a To�4es'4l$hl far award of, a,ccatraet wider?as w tot '.his:ittritatiaa: far 'fide. ; biddlu or ubeoAtsactar.aas: amd aabdt0.aa:,pss of fits biQ the certiticat.zat •'+d. ;Firs" 5oeiiof. F c _ -~ - _ _ _.. u „x;L Parti T .1. :off. The arc"..siors of this ?ort IZ skaU be. applieibL<:LA'taMrabddders, contrattois:sad.sttbeontraetars;;aiiw;'.fz regarlm_= those aooatr7etlghntradra to:be +nploled;'ri tom.-on:thin.,peajeat:,,toMeic3t-.hiia; ., hid,caaditions P�'�•µ 4 not or heraeftar cervi to'be si�motas3or to tht Cootie�asti P�3A :oferrad to'fa Part I heriof: 2 ;,.1tt Fai acomias to t ie CaAmcal a-Pan bnt:ar♦not partise .o _. collactlw � .. ., • .`' ="3•`'i1r* itoiias to the 4oist costa Pian hii ase psrtiir-to collective bargaining agreements with labor oiritaAisatioda woo a[e not arVhara- - :;:> after c•eaea to be aidsator,ss to the :antra Coen Plan. i. ,Lim signatories to the Contra Costa P'laii but as `.O which not saecitic commitment to goals of minority manpower atilisation by Labor mesoi- :ation have baen!Wbatsd pursuant to the Contra Costa Plan; or —]8— ti".. = S. Axe no ioapet.,pasticipating in as Affiroativs•actioa plan aeeep- :able to the Mreccer . OMC.. unlading the Contra Costa PLam._ _. 3. :action plan. T'te bidders..comtraetees., } and subcostractars deecrfbed is paragcaphs l through 3 abeoe:wfll_ndc ,+ eLigible for awM of a.eoecract„under chis La.itac:os for Bids. uaLess it cartiftoo; p:asc'fl!!i,ia Pat+s�sagi� 2y of"tbe;certification spesJod is PPan n hesesf Chet it,aisp Clic si3ni n goats"a” tiosts►lestoE ., _.. _ Minority �! sciIismeiom, `aii'ewesffis altisrtirtiaeClsN etepe;, . sat foeissh in Section'3 L"amt'' ot,- tfs !art'IZ dirsstet at=isszeeaimg;, ainora:Y manpowerrluiiiacfoa 3v aesis Y s=>seet--.taithsfi*orta;:co.: carting out such steps or is deemed to have adopted such a program put- suast :o Section 3.3 of this ?art 11. 30th the goals and timetables. aced the auummative action's ` ups asst"deet the"regieirsmemrs:or-:hid=Lsst,,;Z as set forth below for 411 trades'wkich are �► be utsliset om ZhC proj0c[.. whether su6concmoaiii or mor. i. coals. ant aiaetailes: The goals of minority armpews-nci33arstiom.,.. for the bidderami si tractors am- to edea _.-ata_aet other vase bawd by the kiiiiiees'of ?Art 1-hereof for the foLlowisg cim -periods.' for'each tate Mkieh wall be used on the Project within camiza;Costa Coemsq, California. F The ranges fora33' tradss to be aril-ad oa the project shaLl be=ss .. follows: ?ram 10/1/74. in event fs t� =. t .tader::a:cett araet +ieirl: #s.onojeettb�:ftmga�9fd..Cop- 3itioaces - �'oraet:;a a.?ear:Iautr than-the.latest WW_6r Arch acceptable,rauges:oT e; rrltT"fir,atLi2Szs#on 4aw t�i%a dont mM'drsrliie. the rames for the psr od 1W/774 ;.hrogo 9130/75 shia bit:appiicabLt to inch= cork. _ _, "he pe:menta :3t aiacr!tF,:?mer:it3i:zatien ;bow 4m:-earssed in **"W of aaahaurs of LrolzIM,aad;,�tloy*mnt as.a!prgmrtion,oC :he vocal aiinhiors"to. ro +0r=aed *.he 8idter.!s,..sroatnctar's ars:,subcontractor's eOtirer'Aek'tieoe' :. in that trade onall,zpmject;, in Contra"Costa ".oudq, ^.sLitorais'jtirltts'tlu oer formanee of -; c* -_.ar or subcantraci. L ruinhoar s":r minor tji Wr!c dad.- training dust be snbstaatial:,r, uniform :hrawlitoat cine"a:i 6 of'she costraet-,,: on all pro.-ects atd;for:es;h Vit' the trade,. Farther, ..he traaater at wince r emolo7e0s or train s, Lroa;3aQ:oyer-to�neloyer or fr6i aro.acti=t:a-prnjsc for Lhe 3010 purpose oi;«situg,-.ipe contractor's or subcontractor's ;esLt strsLL>be: a ~io:atioa of thegn-coalitionm. riltvmtJ ant including NagrOAS. 5pa0uh Surtumed American, Orientals and Smerican Indians. 3l and for each of the trades. Further.-Abe transfer,of saadri.ty aw10Yaes or trainees fres a�PlaYer-to-ggF2ayer or free, praje�et-ta=Piojeet for rhir . sole perpose of Meeting=the':matraecss'S.or suieaslu:nMs Mr's pals,a!>a12 be a violation of theso-cooditiws., lu mashing the- ls Staof sanesisa►_.agolowt ueili.aLioa regal.-ed of. . biddess. caetcraGtess as►d rss = ssualet to,-this ?art 22..evesy ; am. sha12 tie ar/n as=fisiNaMr jsR;gaa2if d jam• Hanover. am. abateseinssiLY '*cuene__`ae'oA ammLdable. 7aiow"t .Lraiases•se,.pre- .ppreatieeshYo. a"T"W'saaYst;s30ntseepsaee training oc,achas aritainR : ' " propme,any be asci Watts Af ..=itteef nay bj order that the=jsnwsk:ag txsins _ canted in Meeting;"the goal:.� � b- tnees.=ASt,be aei,,lave+ed - the can tractor dttrag tie training paging. the contractor Must have lads i cos!' Mitssst to meplay Che truaeas at the eostlecion of rhes: :.-aiaing and the trainees ansrbe-xsiaedp+o�eaat-to-:ssublisaed truarssZ,.?��� Ihich =,st be ttu'elaivalewtaaf:tlur sxasaiai.Pr?ir -�".or.notesi+sirev Provided ;or in,the-Coetms Crit&.?lart vitb.rasped w the utuse. chant •. Mad duracioa of tsainint'a d contractor or subaostraocor'saall be dammed to be in compliance with the zerss Mad'=emits tsaof.cu ,'arc LZ„by fse.ajpl*vmmt_Mad, gaining of slow-ties in the approve-ate perrjacage Of his agzregats Wank !or--* !A Can Gs-•a Caumt7. `Cal-=esu for each tsade for Waith it is Committed to a goal under this 'art '1. However. no atractsr-ar subooatractor shall ba found to •se :a a mAmliance Solely on ac aspt:of its imilare to Meet its goals +ichin its tZeetabl”. but such con.=Dctar shall be given :he oeeartnat.-q to. L«"ZaL�Ya action drp¢strite t�Sit jt n-a.1esattaet all of the speeif-- -.. Steps specified :o was 'ar- T_and !%"'mad! eveEp-load tarts effort.,a . L6e"aL--asnsenc of its";osis 'ithia.its t#se+ islce Chew stensi+ork beard ' nti AaeCiaa on tables. all :o.the aur�ose ofwasig"os,-or=? Manpa r - aCalifovaia: ll of its pra'*jets .a`Concha`:ossa CeuatT, Ie, ail cases, hs:comgL asce,of :bidder, concr cter nr subcontractor Will be aecssmaed„ie, accasd�ace.wW rs respective obligations” wades::°tbn teras of these,-3£d.Caudi�ans:'.;,�erafoie, coaLraetgrs or-subcoatraeLmcr , art gaveraeei.bY..L5e;pra!�aai Mas df ells 3�art II si+all'9 er s nb jjct.to, cbe re�ui-+rMstts;pi t at?ar' :eZardljssr_of:c2ut oblipt ons of its Ps#�ms-cos ' tractor or lower tiar subcaatracross _ „ - All bidders aad;ali eoaCraetors Mad subcoutractnrs perfara:ng or to ee to petfoss rk:on.proje5ts:.V�*j+�ct ta�ttisse aid Coodicons hereby mgr mere their subcontractors of their respective obligations uader'c+e P_ and requirements of tbass $id"Conditions, including the Provisions :.: ;.tg to goals of minority aslloyseb►t and training. P C.' * z i r _20-, .. 091: 7 sssa�oa- Kve Acs#orStaos. 3idlara, cpat±astoss arrt srhaa�tras 'sakjact to this Pasc u. MSc asWa.LU tslaion rkisk is ai 1iswGc�t as ' .a�3aarMcY ws►c ti cdsa iacs aasia= sic o- . hast w aM as a�reitia.aa,. . ar-aacrast �aWLI-�c!!'t-�ie7,or�raisaciws sksc +- .11�rr eanesa orattiis arsai li�kla irrl aAaix`a tM .baO aar'lal� �MMc r• Nrs: ti; 2lsr a sbou o"Ca" lili.af"c:ii ~ate aM� s , Stas of-*Wk taior s=iMrfcs7a►dwst=eSakatawsrser rst. Zi` s�eah-,hvisssk.ia4Nr tw;,v_Isti;aCaaaCtveiiodwta�!to chaseat at ..- taPloX anal ar if sack +esiues no art �Le"yi«rR by Ift hall fm siwil dsmioaK, skis aM eaacsx •'. the- the lsc tile.' c.,tsa�Ms r-*Agl prey lT �st1•'7 cht saR bale , Jit.18L' rias the stdoa or aaa ! eaaraas aa§Mswt of r*iaa a co23eN.i'+s � mxct,tkazroert'sesor_a�,*.lrr.coatrsrtar-has.otlsW-latosAWfaKe . v"erfal pro {" lsai in,lSis +��e�e'ti L�1Mi 1� i�1 • � roc skalZrasrsirspw. ;a.waiaisi ��� is • ,,,��-b-y clfs Dim at Latrr ' cha rias. r _....:his �D,"?e ...�.:. caacraccaa$ akalZ ' a1:, 3T ?aMtic.x3a; it /al iar.�uiai ze ao iaX P41ic7w- ( agoor�asisasits �+X . awn" .ecc is eaallssy ... ws:__ �-ttj1ais aril 31.aa�t f+y ard � asrl•bX' c ;Cha ?a�isXr�Ri►triarX at . �.�sraeor �aiZ�dtss!�Lss��cmD by info="* sM �s c vitt :lZ, � taarir aiif�t a*�k!" garsxyticsZlyxc a� �Mr �es.' ZZ tirCiflifi asi �1ai,it rict ail r ,._;^- ,. � �*:� � :Y � ai�al2�sraiur as�C togRial�PKSN�ii - i,fic••m� . (Wcb vt� aaa oralrtc�i'oiss►aac effarss diraese�pae stt.�t7a-. , .. schools with :simricy stssiaats+ staont7 cis arvw♦iwmdo" aai=sistettT=fit wicais h. c. .tootm mr,aka1Z y*t,sposiat rtaalSIX chair .zitais saML calsci+ras �s� lora«. t0 ' i. "Alm arwumcoz'.aissll-�riidais alt ars r c isatiw�s falas z Cita cs.� i� CMCai aslC .may, l J. 2Le CDCawle+rst7► ettaws: pse�ress0!669.. _.._� odbal. mart aMt "aeatiaa^rl!� s ra iii t9► decal OP`eo-cue=3e1� ic. ones j?���1!!lla� n ..K .x_, ;�lo�ee•�lp� n., 'Ate Aaratsc is aaf'. hies arr! iraljss00c is tte'eot 'Wish its abusectow" �1�s0ecoe0afetoeet 1 ,t0reer 2ret 2I-.- L. the cwm=moev0',.e44fs e0to>*!"+ a tP ieh _ asaoc3LT 1' ,praS9so. a0wi ..eoMsais . pluto so" Sett a�s!C�tICLt � s : _ ssoyo �:psoc9icee,.iM.- _..." aw the re0csat that st os aaddiaer#aiaMM efts!=.. alarsit3�atiaws• ecn.. all �����j j�� St. 'iAe eesrrwetrr w. .. �pactivities ate-.�! � � awstor s12 Peoe�l at • Kties to 60rose tbac tis "lx is'balm cessiM ois. "" p. arsrex aei3Cit bidet`fec ssbe s.rti10 to the ereieo orweesi b7 � , a�03Satle" subcom a"O" sa of eoaesi9y peses00tm assoexscteo. r aid C6ditio�• .__ __ �M bd.b. :9a Z. T�Ad n alt -- Q ..zis ac "Di .216 O� i1 3i a :5e 61009 a coesta w os se0sse �• tt� Cowie is ae loafer"P�� sliiille udes 3att-L of s •�iriretrr ei-tte:Of#ica,a# a, in at: 1e a�?im t a Contra Qnza 'la. he stsail.be 7 3#d Canditi,6as. '6Msa1. ?w-d+at.. d�ar+i to be Cpd vM tee<tist:of hili# is::eliitthe ayes a -ar<aris!tr, 'wee tsetles-aot��issd:,_ . IMAM`PWV n of slesee viii*ea ca i .ts,;'att ZI P zba tl�0a be submits hfs 'i ds�s0ed.to be �� ..: 8rmolet a eoat:aetei°! o to be c "Ctd .:IZ of tsrose.:3idrG •c� hall be a less tt0c to a-SAMPOees nsilis0 ►slMt1 °t eta 0i las 4nees0nM ="W for dW or, c0r subj6et Wtte'2*gm'= �u of this -vit t for aq _ oc'j" bid_ to�etlees vitt :Ds labor os of the ti MbssMI�l sura with eolle993'!�r 1 0 been a sib Gtitsi'Cases Tlai: - :: Inder tteea Sia coa .0 ie3o "far " ea a,eate;9,Ri,,,;_stieTa�Oit. ! lowest"AN& trl�is.,asat.z sesdt tsoie. tete► aeSts eR#icsaRSoa Bid C�UIIS* tadw ca0i:9ini hia0el# to lase X 6# hese doll be de00d'to be *b jest to the e0addseta eta or "Imm at last % mat" Stet -- sres•� is e==to& attic sduttt"L • a� A � 1' 51 q, on-discr'•miaatioa. Ia no event ser a conraccor or subcoatmtw affimative "action'stpr utilize the ;oils. 'cinecables os res trs d^3!;chis past II in s"b a m�mer as CO cause or result is diserisimadom against an7 persam as aecaamt of race. color. religiem, sea at naciasal otigis ? - e on A. adders' Certification. A bidY=rill' not be for:aard'0 'a eaesaet +�arasis.Ia caefoa ler-Bids-us.! ,.._ less saes biiMe`has saissictM-,aa_.a-aaLz_at ps_bin dna:tallo�r{�i cite catiem. ebieb will be a....+a-pact ot.._ehs:r�.: etas_esesase? " �I�ofss' cZI=CA%obr ...a- • _ - eestif3aa cheer 1. it inceads ,.o..a=lor-_the =ollo!ias.listd._wata"14 sir zaras in its Mark under the comczw-Z2. - (a) as ta those'-;trsdes'see.fesrh in tba-psaead3,og` ow_. hereof for which it is eligible'uedez•pstt°I;of thmmisid Candi oss:fot participation 12 :the-caat=a7eosta llam,it trill>aoaplr with cbs Caatsa costa Plan an this.-a" all'future'',ceescraotiom-perk id antra�'•amta CamCl • ,d„bia *.he xope �`cowrada,of,.,hat-'pLs,--L��s=�eiss.�s�� � .:: ... (b) as m 'those trades for vhieb it:is-rgsisad_br .�hasa Sid Conditions to cos>elrii ,?itL s oS Wess gid caditioms ic:adojts the sanies siamritr ==Power Utilization goals and tea specii4 ecru. saliva actios staph coacaiaed is said ?art /I. on this and all fucose coustzuctim +osk is coma costa C.wat7 snbjett o *.des 31d condlttolry hose tssdss 'aedw _ 3. ft will obcaia'`ra� eanb of its sabcomcractors amd_Mamiic to the cont--acting or aiiniseasfnS,+temrl ?tfor'to the 'a<sssd a=-saf:subcoacsscs wader this comtran:; the subeoattaetot-cascificatiom required-br zbfaS did, , ._ .. Caud&tions. (Sipetuse,,o. mccoci ed-ccpreeentative-o ,•bidder), seonerae vs, Ceetifieacions. Peior to:-the aratd-of aa$ subeoat�c _ 3• Law Sub wades this Invitation for Side;-reve"gess-of`-,Liar.:the.pros?-___1_ contractor eche execute and submic to the Prim Contractor the following certification. uhick will bs-deawd a parr of the resulting subcoetract: _23- 001.40 ' . s ($6bCIIQCt7Ct0t) Co.!!1!ls7'L11sI1wMdlai Iistet Le`ita�rsties tra+iem; its+mock modes the __ 2 (a) as to :hose trades set Forth in =be pre"di" aa=48=x?b one heceef+far which is eligible u6dai°pat± 2'o hfse_3 d Coadi oas tar ear-_itipstioa + Coasts Casts ?iso. it sill ca mlT all .scw&.c="wc=uw work in cant" Caste Coanty Casco plan a this and tMN;tsYN;bsi+Kz sop�mCt':m tbw 31d CoalStLass;"" (b) as to .boss y imr=+kieh'it is'rer�aismd'b!.chase Ud�. ., Cs Condiio tns .o ca4ly with past tl Of tbw`lid Cho speciac asL`issuigs �p=sem aitwritf stttlssseioe'*vele aetioa steps contained"ia'said "ar'T2 am thin and.all fnoste_cmastrnc_aan : watt to Coats Cm;a Cara1:T.,s+dajss �e,a�i 3W Gaol�t+ioes.znosN!,zt •, R' ,.,.. . 3. it will obtain E.'eai'eic t o£q is subcancractors-prior -o =h&.arard . of astTmtrscc under tss> t me.as+ics�att"c= cpc=L cat:?r r"uismd by tb"a !id Comissiems (Sipcsccrn• o9. sisLirs'srt:rMuras °taue°_ badist) order .n eemre thsc sbm.said subcontractoCS ttictoaeantzact eoces a past of all ,iii�traets"u�iet` Plum' - , shall be executed until aai`aidwrised r a<esenastiw of,.be Contra wsRa, GautttT Publ tc.Works"QeNrtanMP.[~leaf 3elGitaz�ldL.3u 1lftSi . r: 3i3d C LitZOA has,b@M. is smear ! • �3/M _. of t1w. .A4 ssbmssts�rst s,�wlrrL sdtbosc "a :aeliSrs L sirril be vet"- ad and Ross siwn_ sea• the certif "dens-requirad.Lo"bs' : C. swats ,.m them aid Conditions is aatsri.al and will anis_ Project- will-be awls.a press, the badder.. �eresn **+ bidder's pnrc>.awea'ea'tbe eel dta`b1lt :.y �f his failutm bs au>rit tlm>pttiticatim ;will-rMiit: rsmra�esstiwa. ,. _ , 'N 014 -24- tz a Part IV: Compliance and Enforcement. Contractors are resoonsible for ' informing their subcontractors regard est of tier) as to their respective. oblioations under Parts l and 11 hereof G. applicable). The bidder, contractor or subcontractor shall carry cut such saws:ions and owlties for violation of the equal opportunity clause including suspension. termination and cancellation of existing subeewtracts=as mey-be'impOsea or-ordered:.by the Cemtr2_1Costa.:Cwnty_-. - Public Works Ompar,%mant. 'any`biddtr, or centrsccor x sabcpmtracta«r .ha ahailr - . fail to carry out such sanctions and penalties shall be doomed co be in noncom- pliance with them lid Conditions. Violation of a* substabtial-remIro wt-in,tba-Cantra•;CaatO 'laay!brr&, contractor or subcontractor covered by Part 1 of those gid Conditions lnclud/mpg _ the failure of such contractor or subcontractor to make a goad faith'effort to meet its fair share of=the-trade's goals of winorlty wsawpawer utili:atiom. or.,,::. of the rem iremMts of;hrt<ti•hereof dy�,a r contractor or subeontrectaW.-whe is, covered by Part 11 shall"br 4eemM :o basin nenconpi,iamca'bvcsueh contractor,aro,.. subcontractor withtheEeuai OPportanity,Clause-of:the-contract.-and2-shol1,be, , grounds of imposition of the sanctions and amenities provided herein. The Contra Costa commty Public Work$'Cannot wmt shei1 raw iow,?its,contractors 'and subcontractors' fmpior•enC �ractIces'during the'merformmmm of..tftz contract. ; In regard to Par! fl-of these conditions if:the contractor-or subcemtrsetor; meets its goals or If the=centractnror subcontractor can demonstrow that.it has- mode every good faith effort to moat those goals. the,contractor or-subcMtracter. . shell be osumpd to be in compliance rich these Bid Condi cions and no formal - sanctions or protaedingt''leading:coi.mrd'sanetions shall be. institutM unless,_the agency otherwise determines that the contractor or subcontrac:orr:.is;no[s?fovidinq ie4ai emplovment opportunities. in judging -nether a contractor or subcontractor has --vet its goals. the agency •ii1 consider tach contr ctor's- or su"seontrae:pr's minority monepwar utilization and rill not take into consideration the minority manpower utilization ofits subcontractors. where the agency finds that the contractor or subcontractor das failed to comply with the requirements of these gid Conditions, the agency shall take-such action and impose such sanctions as may be ap.ropriate .including, .but not limited to: 1, 1lthholding of payments to the contractor under the contract until the contractor complies, and/or Z. Cancellation, termination or suspension of the contract, in shale or in Part. and/or 3, To the extent allomw by applicabie State Statutes. the contractor may be declared ineligible for further County Public forks contracts until he satisfies the County that he has estabiisned and is implementing an Egwl Emolorm t Opportunity program ,which conforms to the provisions contained herein. When the agency pror s with such formal action it has the burden of proving that the contractor has not not the reouiroments of these Bid Conditions. but the concractdr's failure.to meet his goals shell shift to him the reouiremone to-cone forward with evidence to.slow that he has met the "good faith' raquiremantf of these slid Conditions by Instituting at lust the Specific 4fflrmetive fiction steps listed above and by making every good faith effort to make chose stens work toward the attainment of its goals within its timetables. The pendency of such formal Proceedings shall be taken Into consideration by Contra Costa County -25- in determining whather, uchscsuKractor ae—.subesetractor-caa,caasrly,with rapsiremeats contained!tMw*fA,awi ;vttwofon ac'!I ulsibia,prosooctive ,K it shall be no ea<usr chat the union with which the contractor 1116 a =116 Live bargaining arir CTRnilniif�aha:eaNusiw nfarrat•hileiiti w refer Wesel ty amplopeasc The procedures set"fwth in thasa'cwWitions shah not i06iy to-aMV- contract when the :Antra dater"iwf-that such contract is essentialwto.tha nations l_smut,itY=ani oatcitt awari-:withlwt;: ...,.,., fol lowing such procaiuras:is xwMssirY:to-'tlra-rgtianalsaturity. Contractors aml subcontractors must <eelr such records and file such resorts relating to the'^rAvisiowt of1tl+esa=DidrLowiitions:-ss,shall:,be rewired_—_., by the Contra Costa County Public wariks:Oaoert. 75uimittal of,CAL-#PANS,fare HC-7. FEDERAL-Alp HIMMY CONSTRUCTION COUTRACTORS EO REPORT or aotional fors! S6, MOIITNLY M MOM IT1l1:ATION *EMT-:wi i t:be+reQuirei ooMlthlY, ,:AAMitionel Forms or reoor_s that oay=he-jarrired-'will-be Prasastad.at:a pre-aesstrwctios conference to be held-prle►;twthe staet-OUwark. For the information oUbidden.:.a copy of the.Cantre Casts-Plan a1M1►-bn obtained from the Coetre;Costr"County-'Public Works.Depectneat. rF,n� r ' D��g• Qi�e�� _ iihenswec the follariss terms, promom .is pLw .of Chow, of isitlsls of ler appose la the ea■traet dews acs. cr r AMU bens he`fo`Nadas ....bas: A doeusc sa«�.d.� ebe,:Cope, +.■sms the biddLK eb-Mdifies.. supersMse. 09"$ONl�ts. the ocigiasl contract documents. � "sLifBy c 14iiiii3d e:W%ccw Was"T. oe psapera' * fti,eaacraetoe"for subaissios to Cbo'ConncT +it�elt reports the total arbor of OM"Y ee. Che total =M bee'of ods• oritT a■ "yups.. as"..cbe present esaortt7 ms■houes, ot. total ass- honrs waft" as-cbs-project. The.vot=es. dominent of a1vem- c, pss- eutad by, t`s .was ori the Costractoc. * ser Shill ran tba uiw i net, easSaeer. ♦ or co-peuRaesship. employe" bT the CosstT of Cancra Coeca;..as dgi"Sead os- the tirls Meet. .of-cbess speei- fieadan._. a Catera Coisa.Ca�mcT is.desiprted as cbe_: -Owl_ X4 , F.msinsac Mb#l.:rr1_tis,Public Nadu Dir�etoe:;,as bi ,.aotb ,,: ri. _ Any individual. , PSP, Caepoeatiaa, associaclop" vesture, Or- my. Faiinstioa cberaot,.submitting a propatal;:.fbe-,d1s wek, actios. directly, oc•,theem* s dalt-`a Mbo;_ isM rapfsse�tafi�ta __: _ Atol _ u - Sball sess' the dull li oet"d or appointed _const cute .suck- a 3osrd,.wbo-vill.act for the Nusti is-all "hors,pectaimlas co. Cho Comcvset.- �g Is my ebsmp; is contrast tsar oe:price amd my CROW Ln cadet documents not eoarfsM b7 a Ux S or F-larm spas a aeised"a�C c a - .The comcaret is compos" of.:t an tsset docmssnta. .. .. A - The contrast-dossmem unlade cbe asreemst�a�toes. 3aoeroesfamm te_.rlees..:. propoeel. Plass. fel eoi"3tiass. apeeifiestloss_ o sats beads. ad"e"e. ehsasp,,oeipss, as" srpplameacstT asserts-- 4 _ -27- 00144 DZ IW F. _CAN" sLOW i. {eostisni) ?hs individual.,pwtnWship. eotpoescine. aaaoeistioe.-Ja ."Mcwo, or saT. conatioe tbWaaf91_wbsh"_ eetated into a tooitraet mitt the,Caiinty, C �,�_- Shall.meas.rho_County of Contra Costs.,a political sioa of-the-Stace-of Califorpia.aad- party=vf the first part, or its..-&dy mwAm rizod agent acting:withinthe sCa" of their autbority *s' An instruction given dnsiag_Chi Carse of the roek. t3de Section 168) . GAMWOr 5i) . GAMWOr - Thewritten_insLruetiaats - ewfsials. . conditions, or*tow modiremmcs apMarins`on the`drAmWtTth' sed so idamtified.dnea,. Much. pertain to the ee o._perfoR�a� e rack. a,t�s Theo ficial drattogs iatindlaS.Alaes. ale' vacions, seetioaa.r detaihdra�r:L%s diaWm ;sacral rocas,`ia- foraation mad schedules thereon; or exact-repsoduetioas- eSereot ; adopted and approved by the County shaming the location, cbiraetar; dimaesion. and.details of_tbe work. ='2Le iastsnetlaps. pceoLioq; ea�dl• time and aetuiw rrgRKU is pertsinim to the methods aM-8210- mer of performing the work, or to tht qualities sed gaaecitia reek to be furnished amid installed under this contract. individual. i n-, palp, corperatiam . association, o c venturi ` ar`aaT`eaaiisttiae ttireet, who sae tracts with the Contraetoe to perform reel, or labor oc rewder seeriee in'or abi st:tha`:iwW_ tam subcoatzaccom shill sat tmlu"-tboaa iiio_'s*pl* sii Kale only. iM re*saaNrcattve-olt the Canavetor who shall be Ares ac _ work'.site ar all times duct" 0040010 area of the work. Suds Sapesisteedent shall at all tiasswbe "Rn11T antboeized toreceivw.err,net upon ieaW asa .:or the Ardslteet or his authorized, apace' ar'to`eaoaeueatsiai dikeet there elves bl" half of the Contractor. •-A reittamageeamm 1a�U41t- far aLte atloa �..ae Loa_ot`tis'eastsatt qgl* - Thi fuji1j ap sod installing of all labor' amterials. art les. s=lims, and egaip■mot as gecified, daig- sated, or required by t!a Contract. -28- 001.45 • D�R. G�YL CODDITIOrS (coatiauad) A. The Contractor shall harp informmd of and obser", and comply with and cause all of-bis »vets amd ar._ ployeem to obeerve and comply with all provailts� ladetal am Lows,State Lee" ordinances, and rules and r"269taar meds peear t to said Lars. to ate rev affect ria eemdmat` tie S. All work and antartel& shall be is full accord- awe with the Lacesc rules and regulations of the Uniform Building Core, the Stace Fire Marshal, the Safety Orders of the Division of Industrial Safaty, the National 8leetric Coda, the Vaifoms Plumbing Code published by the Waters PLmbing officials Aeeoelatiaa. and ocher applicable Stara law or regaLtioss. Nothing is chase Place or Specifications is to be construed cc pemmit week not cosiosaing to these Codes. The Contractor shell P��les of Carse on job at all CiMa. dwstng comatructioa C. Eared" frac Section 6422 of the Labor Code of Cho Stats of California are included below. The Contractor shall csmpXy folly with this seccioa of the Labor Code as applicable. "Jo contract for public works involving an estimated egenitiure is excess of '$25,000.00 for the excavation of any much or creoehas five feet or sora is depth, shall be awarded unless it contains a clam" requiring submission by the Concractor and seewcamee by the awarding, oody or by a registered civil or structural ataaeer, moLoyed by the awarding body to whom antheesty co accept has bean deligated, in advance of ss- cevation, of a detailed plan sharing the desk of shoeing, been• fs. t�m nanat d o� provisiome •o be mads or wester precaettas caving ;round daring cbe excavation of such tremek or crenehtes. If such plan ,ar=ea from the shoeing symem stamderds escabLiAh d by the Cosetruction Satety Orders, the plan . shall be I by a cegistaeed civil or savatneal engineer. "Nothing to this seet:oa shall be dammed to allow Cbe use of a shoring, sloping. or protective system leas effective than that required by the Construction Safety Orders of Che Division of Inistrtal Safety"No . thing in this section shall be Communed to impose tart iisiill"N awarding body or any of its eaployses. ' rhe terms 'pubLic works' and 'semtdi" body'. as used in tkis section shall have the sans =An as to Laine Cads Ssa- n timms 1720 end L722 sre*eetively." M. f -29- 00146 1lI11IS2�11 F t1Q�I1hOMS (e�:�i ., ,� - SECT= 3• F:r...r. sad >ta eltiesi. A. The, Comc>caetac shall provide and pay far alL licawM and royalties necessary for the Legal use and ap-r ties of any of the equipment cc-spa d hies weed in cke rock. Certificates sharing the payxret of may such licenses or royaltimm.. and parr sits for the use of any patented or copyrighted devices shall be secured and paid far by the Concrsctor and delivered to the County ��as ca■plecion of the .work, Lf required. C - - 4. Usmonsibi-1-4ev For A. Th* Workz Until the formal acceptance or the work by Chia County, the Contractor shall have the charge and car* thereof and shall bear Che risk of iajury or damage to any part of chs work by the action of the alemsnts or from any other cause asp cept as provided in Section 23. The Contractor, at Contractor's cast, shall rebuild; repair, reacore, and a*& good all such damages to arty portion of the work occasioned by appy of such causes before ice accept- ants. S. Pub c Utilities: a. The Contractor shall send proper nocices, make all necessary arratgesmats, and aerfarm all other ser►ices required in the care not mainteaamte of all public utilities. The Cam- tractor shell assumar all responsibility concerning ear for debark the County airy be liable. b. Enclosingor boxing in, for portection of any public utility squip■ant, shall be dons by ~he Contractor. Upon comple- tion of Cha Work, chs Cmttsctair shall rawwo all enclosures. fill in all apamiw in Mooney. ,growcug the ser wateesiabc. ami- leave in a fiaished comdition. c. ALI connections to public ucilirias shall be made and maintained is such maintained as not to interfere with the am- timatag use of am& by the Copmty dusimg the entire prossess of the walk. ' A. The Coattsctat to nham the work is ammtraal moll 1it18 five (5) parking days after beim notified anter into a contract With the owner as the Centra Costa County Standard Fats for the work in accordance with the drawing and Spaeificaciaae. shall fur- nish and file at the ass tine labor and material sad faithful pas• Pco a bonds as set forth in the advertisement for bids. on a fa acceptable to the County. :: . ; -30- 00147 i, F .. {•.'.�..::�=. GC'..J�11 ' v:.J �cPnt L:J SECTIO` 5.1 Co-ed and in-SurnncT (con=Td) 8. Compensation Z su-ince: ` The Contractor shall take our and maintain during the life of this Contract adequate Workmens' Compensation Insurance' - for all. his employees employed at the site of the project, and ia case any wo=k is sublet, the Contract shall require the sub- contractor similarly to provide Workmem's Compensation Insurance for the latter's employees, unless such employees are covered by the proteeciott afforded by the- Contractor. Zn. case arty class of employee engaged in hazardous work - under the Contract ac the site of the project is not protected under the Workmen&" Compensation statute,- or in case there is no applicable *Work reas' Compensation statucer, the Contractor shaLL Provide, and shall cause each subcontractor ca provide, adequate insuranca for the protection. of his employees not othet-jise pro- C. ?uhlic Liability and ?rooerty Barone insurance. The Contractor, at no cost to Public Agency, shall obcaisr and :=intaia during the term hereof, Comprehensive Liability Insurance, incLudinQ coverage for owned and noa-o-�ed automobiles, with a minimum combined single Limit coverage of $500,000 for aLl darna-ges due `o bodily in;u-.7, sickness or disease, or death to ani person, and damage ca property, includi--g. the loss. of use thereof,. arising out of each accident or occurrence. Consultant shall furnish evidence of such coverages, naming. ?ublic Agency,, its officers and employees as: additional insureds, and requiri-ng RT days-` w`itterr notice of poLi.cy Lapse or cancellaciorr- 'T''ne Contractor shallsubcait a: Czrti.ficate of Liabi.Iit•� insurance which- shall. include the '"hold harmless" agreement as required isr the Articles for Agreemenc_ D:► Fire Lnsur3nce Qmitted_ e -31- 00148 pIY SZOM F. GE�IAt. C�DL2I0lf5 (coonhound) - _ _ y - - ' 77 Certificates of such Wortaam's Compemsatica, Public Liability, Property Damage Insurance, and Fire Insurance, shall - ; be filed with the County and shall be subjecc to County approval for adequacy of procectioa. All certificates shall indicace that Contra Costa Covacy has oeea nrel as an additional insured. Thos certificates shall contain a provision -hoc coverage af- forded under the policies will sot oe cancelled until ac least tan days' prior written nocice has been given to Contra Costa Caumcy. F. ?ERFOIM&Ma = • Ons bond shall be in the amount of One ?hundred percent (loft) of the Contract, and shall insure the Owner during the life of the Contract and for cans term of one (1) year from the - date of accapcaice of the work against faulty or UVroper mater- fall or wocivasship that my be discovered during that ties. G. PAAYMW _3M' One bond shall be in the amount of fi:ty peresnc (50x) of the Contract price, and shall be in accordance with the laws of the State of Calisornia to secure the paymaat of all claims for labor and materials used or consumed in the performance of this contract aM of all ammo mats under the Unamplo7mmat Insurance Act. '. .. SECTION 6. SUNC01fi1t MNG: A. The Contractor shall be responsible :ar all work per- !or sad wader this contract, aid ao subcontractor will bs recog- nised 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 ful- rUlaanc of this concract and shall 'keep the work under his control. When any subcontractor fails to prosecute a portion of the watt[ in a manner satisfactory to the architect or Engineer, the Contractor shall remove such subcontractor ismndiacely upon written request of the Architect or Engineer and he shall not again be employed on the wotk. C. Although the specification sections of this contract may be arsan;ed according to various trades, or General grouping of work, the contractor is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate dis- putes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. l - ` r -32- 0 101 49 pIVI�. (iMyai. COMOITIOMS (Continued) M&EUKA. (continued) 0. Subletting or subcontracting my portion of the wort as cc which no subconcraccor was designated to the orlginal bid shall be peraLcted only in case of public emergency or necessity, aad thea only after a finding reduced ce vricias.as prblic rec- ord of the awarding authority setting torch the facts cotatitutlag such emeepsey or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcoscractor listed in his bid proposal without the written approval of chs County. Substitution of subcontractors suet ben Ln actordawea with the provisions of the "Subletting and Subcontract Fair Practices Act, beginning with Section 4&100 of the Government code. Violations of this Act by the Contractor may subject hia cc penalties which may include cancellation of contract, assesaasac of 10 percent of the suheoacraetor's bid, and disciplinary actlan by the Cascracrors' State Licamse 3aerd. S&Z"r 77. T OF WOQlC �aKacsc; A. The County will designate the starting day of the con- tract on which the Contractor shall iamdiately begin and thereafter diligently prosecute the +oris cc completion. The Contractor obli- gates himself to c=w lece the work on or before the data, or within the aeaier of calendar days, sec forth in the Proposal (Bid cors) for cos*lecion, subject only cc such adjuscrosnc of :isa as asy be set for in chis article or pursuant cc Section 21. S. If the work is not cosplaced within the ties required, damage will be sustained by the County. It is and Will 'oe U*ract- icable sad extremely difficult cc ascertain and decexsisa the actual damage which the Count? +ill sustain by reason of such delay; and It is therefore agreed that the Contractor will pay cc the County the sus of soney stipulated per day to the Soeeificacions for each and seamy day's delay in finishing the vert beyond the cine ores- cribed. If the Contractor fails to pay such Liquidated dams;es the County may deduct the amount thereof from say seamy dye or that say become due the Contractor undar the contract. C. The work shall be regarded as c=Wlecad upon chi date the County has aecasltad the same in Aaa=_ D. Written requests for contract time ea:tansions. along with adequate justification, shall be submitted to the Conary not lacer Chan ase meth following the delay. E. Any sonny due. or to became due the Caatractoc, say be retained. to cover said liquidated damages wed should such awey enc be sufficient to cover such damages, the County shall have the right to recover-the balance from the Contractor or his sureties. f 00150 -33- DL, (Goati�ual) _ Ste?- 3 AN M: (coatim"d) F. Sbould the County, for any cause, authorise a sus- pension of work, the time of such suspension Will be added to the cies allowed for completion. Suspension of work by order of the County shall not be deemed s waiver of the claim of the County for damages for non-ca"Istion of the wort aiter the adjusted time as required aba a. - - SE�- Prior to beginning week :he Contractor shall submit -_ to the County a practicable prowess schedule of operations on -' a chart fors approved b+ rhe County. The schedule of operatiass shall shone the order i.s which the Contractor proposes to carry out the work. the daces on which be will start seek major sub- - division of the work, and the contemplated dates of completion of such subdivision. '.'hen required w the County, The contractor shall submit an adjusted ?massae schedule on the approved !arm to reflect changed camdicioas- (Saemally a now schedule will be requested When schedule is mete Chas thirty (30) days in arrsr.). gam` �. FaGZIr_m�: A. All water user oa the we'tk will be furnished and paid for by the Contractor. The Contractor shall f-irnish the neemssasy temporary ;)ipiag free the distr'-.buctaa point to cher points on the site where water is necesessy to carry an the work and -pan cat pl*cion of the weft shall rammer! all temporary piptag. d. The Contractor. ac his MM cost, shall farnish and in- stall all meters,all electric light and power equipment and wiring, all qhs meters. ,;aa equipment and piping chat is necessary to per- form his work and shall remove the same Spon the completion of the work. The Contractor stall pay for all power, light and gas uset in the construction work. C. 'he Contractor ehall furnish, wire for, install mad saint- tain temporary electric ILOC rbax-ver it is necessary to provide illumination for the pro'ev perfarsnce and/or inspection of the work. The Llghtjng shall provide sufficient Lliuminecion mad shall be so placed and discribmced chat these Specifications can be _easily read is *vary plata whew said work Ls being perfocsed. This car pa[ary ILOCiog *quipmeat my be sora about but shall be saiataumd throughout the worfc. available for the use of the Engineer, Project Inspector, or any other auckarisad represewtative of the County whsmever required for inspection. 1 �� F• cF�+e:•r rev�rrT c (continued) SHS 7. at ,nom uD nuycts: (coatinow) - F. Should the County, for may ewes, suchoetae a sus- pension of Work, the time of such suspansion will be added to the time allowed for completion. Suepeesiom of we. bT mrd" of the County shall not be deed a waiver of the claim of dM Cauaty for demgW for nom-completion of the week after the adjusted clam as rsqaired An- SECTION eow �N a. P!tOfil35 SG7lEDln F Prior to beg4aniag work the Contractor shall submLc cc rho County a practicable process schedule of opsracions on a chart forst Approved by tbt County. The schedule of operatioms shall she. the order La wkich the Coocraccor proposes to carry out the work, the data on which he will sort each sajor sub- division of the work, and the contemplated daces of cemplatiom of such subdivision. Wbsei required �w the Casty. The cont. car shall submit an adjusted progress schedule as the approved form to reflect chmegel conditions. (Normally a now schedule will bo requested wham schedule is sore them thirty (30) dots is serer.) 9JIM UTT =-ES % FAC LMEsem: A. :111.races us" on Cita work will be furaisbaod and Said for by the Contractor. The Contractor shall famish the necessary /1 temporary piping ftom the distribution point to -Se points on true site where water is necessary to carry on the work aid upas cow pletion of the wrk shell remove ail tanorrarT piping. 3. She Contractor, ac his awe cost, shall !-urnish and in- stall all seters,all electric 14hc and ?ewer equipment and wiring, all Sas secars, ins equipment and piping chat Ls necessary to per- form his work and wale remove the smle upon the completion of the work. The Contractor shall pay for all pater, light and gas aced Ln the constructiem work. C. The Contractor mewl `,whish. lira for, install and main- tain temporary electric UjOt what-ver Lt Ls aseessary to provide illumination for the proper Performance and/or inspection of the work. The lighting shell provide sufficient illumination and shall be so placed mel distributed that these Specificacioaa can be easily read La eves, pLee +rase said Ark is being oerfors L This Cam- poeary Lighting squipmeat spay be sowed ebovc but shall be saincained throughout the wrk, available for the nae of the Engineer. "*cc Inspector, or my other authorised representative of the Cascy whammver reRuLt" for isepeetios. : -35- f�r�152 DIVSS��. (Continued) AMU- MM=M zMUM AR,A (Cosdtind) D. The Comrtsaotatr small provide and asiacalm for dr duration of the.wdc. t Wary toilet..faeilitiar foe the work ams. These faci1 8 93ie shun be of Mi vdd' type cont to the requiresmati o["the`Cousty 8nalth !m'asamat. aM sr 2l be wathertight structures with raised floors. Structures ase to have adequate light and ventilation and door equip'ed with,.. . latch or lock. Contractor shall service such facilities-deil`yw - - maintaining sasn.in;i,clsan and sanitary condition. loctios . . of site occupiedtoilat` fuiliciss shall be graded, slid ucleaned pon ea up Ism: ! k'dUfacilitiss'trhen.so ordered.amVor The County y� .dirsetl�so the utiLty.companies _ eonMectioa fees, agasx-s saes; permit fees, aersaae.fee ,' and ., all other fess=riNisr by._the utility..CoMPaniss and associated with the petnsssdt ut�l t�=sesvicss: If_additional hies.Assoei ated with the tamooeasy�s�+icas are required chat' will'be_paid by the Concraccoc The.Cckiatp _U ao for water, -3"s; C*le- phose and electricity consumed an.the"prop ct until after. 'Cho County emkes written request co-•ths-imet l_y-eempeni" lugs be seat to,the._Councy. (3ocnally the.County.will =M these requests "sates'0 progecc is.accepted aa. complete:) .: F. Ser Spseiail"Conditions tot:Vag"Cioas to Che above regtiiSa■atcs. ..,. _ _.. _ _. A. Tbe_Codtractor,sball mala application for_all'permita;.. that are required fotr`Che_oerformm�ee of his auric �y all lays, ordiaaaees, tuiss, ee;iilations, os`ordir$,..of any body.Lawfully empowered to'sm"'or i"', the sane•and having`jurisdietaon. sad shall give all notices necessary is connection therewith: The Contrwtor.is,gq�.��� to.,pay asf chat&" associated with per- mita. (IL is not.,.C+�a-s eprasant:policy.oC the County to pay,few- to the incorporated cit:ai,:for pewits. 58IDN 11: CONdX2 OF A. The shaobs Coatsactor ll observe that County the Coy reserves tae right to do._,other wosk'ia.".:anaeetioswith the 'projaet_b�_toa tract or otl�ise,. iii- sball.'at:all ;timtes coaduct' his work so: as to Impose no hardship as the'County_or'others ' ftijj ed in the work. Be shall adjust, correct and coordinate his woek with ehm W"k of others so that no diserepaaeIe shall result in the Whole Work. f. The Contractor shall provide an adequate work force, , Materials of proper quality. and equiaent to properly carry on the work and to insure comtpletion of each part in accordance with his schedule and with the bate agreed. -36- 53. armuw F. A (Continued) • s�ct�orl. r.�rrr tines: • C. The Comtrector shall-arrsomallr,sAp"Int d, the +wsk asrl shall maintain a competent soperintandemt or,fseeaam *t until the job Le,-accepted by,Che County. This supaeiate l be es�wscsd to *et_SA'all ratters.partainioi to tlwr yank: D. Daily `.' Rr Repasts abmll bt •madeby CM-Ca�s`se 1 l oc bis sApesimtamdmmt. ,amd aair�ttai,; . smMrly. E. Onlsas otbitrise •specified. tba Caacraetot+shall'clear . . . all obstructiois amd:,pr�epace the site. ready_.for_tho cosrstructtam. He shall verify'aAmiisaioiis-and stale of plot pLaos 9 wd'" 11 check all: dimiinalb"I levels,"and-construction. Maws vhsrk•.of ase trade.josaa. ,or is on otbar.,4ock" there shsil`Vbs aa► dicer - :-or iaco*lecs.portion# mom,the total project' is caaplKea ,one kind:oE:"retk dtb another. . ot. sar.will not be pesndttsd. SbmLd . la>irroper Work of auk'be Covered by mother wtich'.reartts :!A daesae, ar **fahpti. the wbole'jock affected. shall b aMe 1*to by cbm Contractor witbiat_egwsa to the County: G. _ ?!is doaerae or_sba11`aaticipete, the relatioma of the various trades' to--pro s os, the`vprk sod shall-S&S-that- .Sr rsaafssd aaebnrasa or"bloctiL* ,fu>rnisbed and. set at`propie. elks Arra Chomp and b loekU* fore"eacb trade small be a of Saab.-saw �t cept mhsss stated odnaarise, S. PxopW faciliti a,_shall be Pry► 'at all' C:W" for access of the Corti,rsprMentatiws to eohetrshhiascly ate'aad in"Mmt the Mott• . ... , I. We ,- at.Cascrsetos"a` ootiom.. shall.'be':enlatai di *Arias the prgpws.ofda wsrk:.as ruts"',at"tba`empim" of tba Contractor. J. If any subcontractor ar person emplaced by. tha Cantor shall appear to the Eftineer to be incompetent or to.act .im &.alis- orderly or iapropmr mmmmer, ae shall be disehacoed 3amm"ecaly am-.,- the wittan ragwmat-of-the ::aRiassrlArchitect. and such-pscsor shall not a*aia bre"Mp'Lo7»d on i11e.west: malt 12. Thweamstit4ce s=1 1 tions. mad cbe seta• eaceptions, to: tba:.s: ibiuty:of tb e,Contraccor set, feet!..fai_ Seetlan 4. 14- Iasttxt3ers' to fidises: _ 1. A. tr ireia��trhh caimtsm of:tho'-"'Wk,.the Comtrsetor emCssMitt- yrs a�ttije Atilit! to taLlsciosa"Wbich_ are not sbaiw or`imdiesead` in the pleas or is the specifications. or Which are found in a Location. wWwtartI&Uy diftecest free.chat-show,.sad suck-etLlities ars met ramsomably-apper me from wiswal emm dnstioe. tbam be;sisll { - r -3�- 0`��154 �; 551.`TLOM_12. •..tEctiiieiisarr�.ham'c� �csrttinmid) ._ prowl sotify theM�ownty in rtiCiai-. ;si6ssri,cweaswss7 fair the week of the coattaci;' the oumc� shall-Leon a written order to the Controsw ta.talre2 wde..ad�hhatmimt. hasarssr�amsec. tmNmir. s+�r�ral:: _oe.a a .18riliai.of_waCb�ttiltt"T. Including solatr ol:dMt_8 �i.atilicr- For, tbe p of the forming, "active" shell scan. Other than 1biam eso- M — cilitx_installations" 'shall 1t1C111dM the folloriag: 'Sts--i,potroless`peah+eta��_ai`r�.�Clastcal rets!, saver, &toss mater; gaa.,•lsctric. __ te+al�w;ws pipe lLnea or` : comiuiu. The,Ccetsaetor.,Mall peefos:the work, describod Ls'i6ift written order std,ca essatiat cttss�e#or oil! ba aids in .accord awn with Sectim'21. riLating to changes is the .Mork ±accept ry for the itama:of .eoat sMeifiad in such Sactions. tie Contractor, shall receive:no., -for my other cost. daaags"or•delay' to his due to`the pi'esaace of strsls. itilitr °If;chi CaNcsactoz fails to give the aodCe ipeeified`moire amd tbossaftae-acts vita out inetractiom fro%..tbe.Came. than be shall be liable foe as►T or all danap:.to;svtlh utilitisa or:.otbsr work of tba-is at .is hicih arises .fres,his opesatioiii sii�regiisecc to discovery' thirsos. sad' ' he shall repair a �.stMce food,sire(r dare' at his ort cost 3. If the contract requires excavation or othe riiork Co a stated Unit of:,aosaration bsmeack.,tbe surface, and-if Amring„ths course of cha'wark: tbs Caety'.osders, a cban>W.af''d�ptb'Js,.dLeaa- tions of su6h' swbs+sz'sace-oohs dui to discovery of"unsuitablit_' bearing material or for any other cause, thea adjustmsst to Con• tract price for fuck]abtags sill Wanda in accacdahh-0 with Sec- tion 21. v.f":th6'itais of cost specified earning' t" Can- tractor shall rewire ne"easnemaatios'`fw'-aay other coat ,_daa■jm. or delay to hin due to the preeesee of such usouirable beeriag metariel_or other obstruction. A. The`Cowtreecor shall at sll_tiers peau;. the CoastX and- ' their adtharised agents to visit sad isspiet clue aiork or eat part thereof and the shops Wwwo.rvri'is..in prswgration. ,This, obli- datios shell Loelnde maintaiaSMS, proper-lsellitiss-sad ssfs aeessa tar such inspection, rk Where Cls_contract-requires weft. to be tested, it shall sot be_ wp until app+rowr`by the " _ County. and•'tihie"motor shall`bet rsa*ataiblt for aocih-" Lag the Coun7► whore and wham such:'ossk"is i n ro diair81 foe'Lnapet• tion and ;sating. W$bowU any. sucb_woric be.covered.without welt test and ay�rsstral, tt's4si1 bf M4` at t6ri Coati is r r ds- . panne. 3. Mlasawer dw`Contractor intesda to perfasm week oe Saturday. S+m bT. w:,* legal boliday. be #ball give notice to the County ..- ...cb intention at Last twe working days prior to performing such work. or such ocbes period as meat be speti- -fied. so that the County may sake necessary arrangemanu.- y , t t i 0- 155 -38- DIVI�F. GEx"CONDITIONS (Continued) x„13. MST....�ON: (Continued) reliev:. The �n- tion f the fork or aaatetrials shell`not- the tar any of,his.obligactoos.to Fu�tt11 his contract as prescribed. Mork andt"ssterials-oot soiti� . . such requirements shall be aa-de.�d.and.,umsuLtable w-rt or materials stay be rejected, notwithstending that' such,ensek or materials.hem:bum-preyiaaaly tasp>!cted,or that paymsat has beer aria.,,... , SEC'llCfit li. TAT A.. ' i-'CGiR_t=sctoe shall psMWtlr:•reaar..t. frac■ Char peesiaes all materials condemned by- Cho County.as.failing 'to conform, to the Contract, whechor.incorporocsd-i.nrtes work or not."and the Concracteie'eW11 proaptly-raplacs..and reezeeute his am work in accordance wit. -the.-Contract and +ichouv eup*ose'to' the Coanmty. , and shall bear the tnapease of aekias 30od all snort of ocher. Coatrma:COCS destroyed or daaaged'by such removal. S. If the,Contractor-does-not rammve such.condewd .crit and ancsr1&As..withits reasoeabLe cion. fixed by Witteaa,"otic-*, the County,,malt,'r-mowe then and may score the,notatins'ac thei expense of than Contractor.` L# the Contractor dose, got 'P the expenses of such renewal within ccs (10) daps th leofter, true County array upon ten (10) days written noci.:e. sell such materials SIC auction or-:at private sale and sball account for the net pro- ceed- thiviet-'atter-doductivAS ill -costs aod' exp-os": thst.<should have bees berm by:the Contractor, S== 15. INTMU ZION OF CONlNJ1C? MUIREMEM A. CGCT*"Cion: The contract documents,shall:b*_iaca preted as being-,cgmp ary in requiring a CaojrlsCs'wett-r*mdy sot::ase_.. and occupancy or; if not to be occupied. operation. Any require aemc occussiag, is any one os the-docuousts.,is.as binding ss through occurring is all: B. Conflicts La the Contract Documents: In the event. of conflict in"the contract docsammacs. ,Cho priorities stated: Ga sub- divisions' ub•divisions'1, 2 3; and- 4 below shall io've=n: 1 :Addend- shall. 9ald-t bera`over all other--contract doucmemts, = meappt the County's Std 'a=.AgreeamsaC,nal-s- it is speeciffically indicated that such.addes",shall, rMoil. Subsequent addenda shall povesa over prier addoods, only to the =tmst,:specai,*d. case`of conflict_benee " plans .'snd specifi- cations, the speeiaFic-Baas shall .ijavoca.., 3. .CaaMict within the !Leese _ a, Sedrsiolees,-Wma identifiedas sock shall govern over'all other portions of the plass. bi, - Specific Motes, shall lovers *ver all other antes mod all ether pertioms of the plass. C. Larger scale drawings shall Savers over smaller scale drawings. -E ffi ' -39- 156 OIVISICN F. GENERAL C144 (Can't.) 3tCTION IS_ IrssA=: (r*n.t.) 4. cantlists wi hin_tive spsgilieacksm: a. The "r.enmenl Coad:chins ou em Contract" sholl-woe's SPIN! all sections of the s«mciflostisna aape-It for "self It ■mdificatiens thwmnmr thmt coy be stated Is the $Mial Conditions. b. GOMasiairs If.th i Contract documents are not ce"im"'as to any diner detail of.a meq iced construction system-or with rsssra to the saner of combining or Ustailla; of Pasts, Motor lots. or equipaiset. .but tMrai exists an aceostod trade atasdird.:or goal Aad wor+esmnliko comseruetion. such detail shell be 44400d-,to z harm bass Impllsdly rewired br the-contract;, dOCUMOts iA accords=* With smeh_stasdard.. -04tsor. detail'"-small. include the concept of substantially Identical components. w"o the price of each such component is wail ivam though the sur"ace,cosi or'iaMetaaso is smbscaattai. am''shall i, ludl-a amnia component whish is incidental.,w0QA though its cost or is*eeeanei� dlry be substantial. :lre14ualley and.:gwwtity.of the parts or arterial-so,suppliod shall conform to trade standards and be comestible with the, type, compositidm.. strength. sine. and profile of the pasts or materials otherwise set fogih in the contract documents. +ECT20N I6_ tinglmgsq s ADDITt t IP6"&W2tON: _. A. Nbtifieation Sy C or:. Should the,Caatrwt,or'lines"" any conflicts, ariseioNs:yor errors In the eeeetrast documents or haw!is question concerning latuVrotation or clartfleatton of the roneract dmeimionts. or if it appoprs to bin UPC the work ro bed dose or any matters relatjVe `-,tiise4l•` to are net sdlfic OMIY.:dstallad,:or esliULNW in the contract deem"". than. Wort prsceediag with the work affected. he Sball'Im dtataly_wtify-the County in writing through the Construction Suporwtser. and request IAterpreta•. tion. clarification Orc_fvrsisifiaa of additional_-local led instructions concerning the work. ,illsuch gnr•ciws'sifel l be romelvW'addle Instructiewe-ce the Contractor issued viiiilte a ramammmbto:cisco by the County,. whose deetsion shad be final and cosclueiru.' - Sheuld�the Contractor proceed with the work affected War* = receipt of Instructions era ..tom=Coirit*. he shall remove aad..:eplace or adjust any work which Is ort In accordance therewith and he *bell beaks sibte for any resultant damage. defect or aided cost. . il. Heid Orders: Outing :lea course of the Work the Architect and/or Engineer may issue 'field Orders regarding the work. . These Field Orders will supplement the Pians and Specifications in order to clarify chit ate" of the contract documents b7i adjustment to poet field ;o.-A-itions or to ask* ii-bie. various phases of the writ suet and join properly. d EieLd Order iawivss:no change in contract time or price. Performance, partially or in fail. of a Field,Order shall constitute a waiver of claim for a change in contract tines or price for the' work covered by the Field Order, unless a Change Order has been issued. c. Chang* Orders: See Section 22, this Division. -40- 00157 57 DIVISION i . GENERAL COMMONS (Can't.) SECTION 17. PRODIJQ ANQ RE!lD1ENCE STANDARDS A. . g ftVd=t..Disnacion: Ann descriptive cscalosw do*ignatLane, ineluAl-6 aem"Accere:•'s.Maie', product braoi e*r, or model number int-referred to is the cwcra such doeisietions shalL .be camidarsd as bsiag tbsse fmand is, icacions of cneranc lssoe at date of ftrsr ioritation to bid. 3. ssferenee Standards: .bum standards of the Ftderal Government, trade societies, or.trade associations are referred to in the cantract docs a by specific dace of,issue, cbsse sbsll be considered a part of -.nit comeraec. Whom such reference doot bear a dace of issue, Che current Published editioa at date of first iavicacide to bid shall be considered as asst of'rSis contract. SSQZN�2�ULi.`.�llICLES: AND ECUIPM1.: A. Mocerial.shall be now and of quality specified. Ass aoc particularly specified, orceriai snail be the besc-of its class or kind: the Contractor snail, if required, submit secisfaecory evidence as to the-kind and quality of material- Price, :::mess ano quality being equal, prefer shell be ;ivm to pr*"Cts- ride its-California, in accordance +ich•"Sectton &380-ec seq.,.of`tAe Carernumc-Code,-State of California.- . 3. !lsebsnicai_equismeac, factures and aacerial shall'oe delivered- is original sblppipg crscas to :he ?ob site and :he County shall be notified of ttie receipt of such equisaenc, fixtures aad material before uncracing. :'he Cauncy Will, when desired,. iospecc such equipment, fixtures or nacerial :o decarmane any damajSe oc..devtacion from :bac specified. Lcems damaged during delivery sball be rejected. C. whorewei,cse,samn or brand of a manufacturer's article is speciiied herein. is is.usN.as. a asasure of quelicq and utility or-a scasdard. If the Contractor desires co use any other bprmnd or manufacture of-equal quality and utility to that specified, he shall eructs application co the County in writing for any proposed substitutions. - Such application shall '3e accompanied by evidence satisfactory to .he County that the material or process is souel to ls1•����J blVt%IC.% f. GENEE�.t�:.40122� (Can't.) �':CriLN 18. �a►t=4 La _ aafICI.n_ ,►M M111P4EW: (Const.) that Qpeeif ied. Segwst for substitution $Mall be ee"Ani=a".I*-cina_for.. tho Couney's,comideratton as no delay or extra time will be all~ on account thereof. _ blrldspro !urlt:shid, eo,tht County, by the Con- 'tor'shiili` consist of adequaWsis+t sampi40, mitaretai. testing ILborecery gipoks an iseertilu-or prowess: �rsilrfaetreie'a spsei:Icst ioh data. field r"mes an vl iedwaCs appeewel aeM use by othWs panic auzineies. sstertel costs; and-tnseailieierr-:amts am;' Waintoftenee previsions and expertooce or other data as reguirsO by the re"My. T1e County*$ dotisten concerning the refusal or acceptance of mropoaed -abstituce, `or that_speci`led "all -be accepted as final. Requests •or su6mritution will only be conaiderei when,offered b_y_the Contractor with the reason fc— subsetructon. 'a i l+rre to .W"tt C'QMPO eat,rvidence as required and i4quascio ba Couneq shei t be cows;dared ..;Town" for refusal of substIcutlon, ilu ConClsCCet shall lneludl-n notice of changri In co ieraeE'prtcos; if ssubscituttaw is appreA d. 0. All Materials shall be delivered so ss to..ina a a,speedy and uninterrupted oregress.of tie work. -mass-she t t+e stored $ir.ai►-ao eaase,.._ .. no obstruction. and so as.,to preveit overloading of any_portiom of the scrvcture. and the Contractor,sfll be entirely,r+estaatsible far darsge`or to by weeder or other Calve.., . vi' tern momr�[ of tra'Contrie t_ t'he Contractor shall snimtt ��e�oval co tits Cair�ty"a� ��e=1tui +rttitrtals it is ►g tm is Com nt��, iei�dilfer' In'say rssvect from ,aotertals,:seecified...ihis M anall include all satertals !which are "lope iaiM.by CFp subconcroctors as 4011 as by himesit for:is0 [ti'vork of hts Contract and Milch are:not.,speeifically sMeianod in the SpaiIficiefoes. lice must also" include the flRures recent / to' cite Contractor in btd !Oro for the imstertal or materials which ori*aiMibttt" for approval or substitution. togother with the figures in bid'fers`ot'Cho-spaciflas mecortai or materials for which substitutions are proposed. In case a sosCituto Is otlerati onceaeeepeat as aprefed equal to, materials Spec-If i«t the cert of which Is less_ t.hm, the. cost of the Material or equipBrsite' specif tad. then"& credit shall be taken for the difference between tate two costs In osier`that chi county shall obtain whatever benei.its may be derived from no substitution. Failure to or_,_ the ,sabstituclaa of sayarticle within thirty-live: (33) days after the sixatnx of the Coatsaot May be doo"d Buff It tent Cavo for the diYtial`at request for sebscituclon. ss ION 19. snr iilf�S� ']�FSLaITafIVE �3►L_ 'ai11lL_ �L2LYira2SLES: A. The Contractor shall Bowie promptly to the County. so as to cause no delay to the work. all shop dewiags. descriptive data aBd sM�iee for the varioms trades as required by tete specifications, sad otferte of alter• natives. if any. Such ,submittals shall be checked sad coordinated by the Contractor with the work of other trades involved before they are saoitted to the County for awwinstien. —42- 001 O arvulaltt . n"WOMOSISS (COMIC.) SIiClY 14. Std nik&u rtS- D12unrrrft DATA (Can't.) S. The Grnttae9oc.,-air11 syb"t to Cbe Corney shop or.43Stan drawings in the,awior of•-espiao,as_rSjmUatl to submittal schedule, or five (S) Copies it on schedule is tmelud" to aAw dreumatits. The drautop shall Ston emta►lstoir ted�ue[h:to br:dw: aW.oehas: or.oGL&aien shall be suis pet y'ted Cw[rscroo at his.wia eapew,-ow"•.tb h,ths;+atsk be IaKal2ad before seemapreiserr appesenc, . , as perwat br the-Zo rtt cevrue medal Layout only. rsbrientlse;_det"Is'sod lsapeeties ahnll-Gmgdm p to awq Contract Otwt"s, C. Daecripttve Do";- Submit sats at ANNotacturer's broeiwr s or *char data requirad by the speeificsc£ons Iia the number of copies as required in'subsittal schedule, or ;ire (S). copies if_ao.schadula is,included in these documosta. The Counts will:exsfiae.such_suMeulctala, *DCUW cls reoe correct to", and return three copies with a letter,of.cransmitcal,iadicaciy actions cakew by :hi' County'at required of the Csntsaccor. 0. Sessions Submit aaMias of articles. mstertals or equip ae rtree by the specifications. The oate siwtl 'se In accordoseo with Cho approval at the smpies. Samples aWll be removed tram Cousty-prepetty ween.:_ directed. Sawles mat_re Ved by the Contractor. at Che County•& option. will .become the prep M..1otap .,Cite County or will be renewed or diossd at by, "M County at Coetreeter's.ampemos. E. Altermsctwes For conw4otanco In desigtwciae on Che'-plans or-in the speeifieacigine. Certain materials. articles. or oquipmeat-noir be designated by a-brood..or tra a-ams or the nice of the semufacturar t*gether wtth-eatalop dee/gMtlew"*r,otttor Identifying information. hereinafter retorted te4gesetteally_" NdenlswKM b>< bra" hese^. Aa attsrnattvo"sats#ial. ',atttele, or ""boast ,wetsle-,is:ot.,silMeI quality sad of the required-cbereetoristies ;or -tta put so lnteedod,Nmr !e-prrlrpoesd .or use provided the Cantroctsr as"liss etch the tolle+rir�g-reedltoe�cs: 1. "dile Contractor shall submit his proposal ter an alt's"We Iva is writing within the ties limit deslipnatea in the s1 Piftestlans, or it net designated. then within a ported which will comes ne delay in the were. 2, :fie such proposal will be Considered mitso.aeCeepepind by Complete Info. left. and desertgttvo data. nsesseee7 co detsraitiiai t'.ii"*"witty of the offered eeterialmi'artieles. or squipneme. Sawles saall be provide whom. requested by the County. The Contractor shall note that chs bur dam of proof as ca the CeSPtrot£ve gmslttr-or outtmhitity of Cho offered Materials, WCieles, or gwW meat shall be u�es,'tlr-Ceaeraetsr. The County shall be cbm oris jest sa to such matters. In ttw event Chat the County rejects the "a of sura alternative materials, artistes, or iqutpmsse, then oat of the particular psoduccs destgaated by brand name &hail be furnished. 1 -43- 0160 OMS irn P. GE,NSEAL Ci:Q01TPAS (con't.) 3TSIlLe 19 ,`k P--iNAI:1IGS_ OESClMME DATA_ ia, L-:S_ AL2 lY� T��; Con•t.). the Co4ety will examine, with reasonable .. _ Rronipteiessi sutb submittals--mad,rectors n of aubatttals-to the Contractor:+hall OV rel law-the Contractor-froi_V*Wm sibility for devtaetons and alttrnaClrer='re+e the eowtratt alais�arie srieficeelais. n6r`Sha11 !t'reliei ht� !roar resirensibl^trey fer,screes.to eles,silt,�ittals. A;failurs by the Coettactw-te'1QwKtt!► to"his' letter of trassoittal aatertat-dewtaEtons free the_Ptar maid Speettieattews shall void the stiMlctat and any action taken therees;bit-etie Ceiwey Who spoeificallr rggwwtsd by-the County, the Contractor shall rsKSNc Stich Sha drawings. deserkvtivi data. -and sedates aa'"y be required: If,,any aamhanieat, electrical, structural. 'or"other ehanees' are refutred.for-ere -)roper installation and fit of alternattvo`necorrtals. articles, or equtomene, or because ofdeviAcions `rom the contract-plana aad sseeificattens, aaeh cheeses shall not be made without the'eawsswt of"the Canty.mm shall,%e-trine without additional coat to the County. ;ECTTCM UMPLES .1V0 TESTS: The County reserwS the.rtshc.,at its mn esponso to order ceses'of any part or C40 work- If as a resulC`if,"an*`smich east-Che work is found U"CClptab/e, it will Se rejected and any addirionsl eese required by the Larflty,"a11_bo at Contractor's expanse. Jnlo_ss otherwise directed, all samples-for.teseing +i11 be taken by the County 1i6 m rhe +iSterials. articles or equimaiwt,deliver", or,froa.worr perforsied. and-tests vtI'I be urldK the-super• vision of,-or directed by. .and ac such places as aay'be ccnvenCene to toe County. `!aeertata, srtlelss..asd.aquipom* ane requlrins tests thiel be'Qetl•sered-tn•alw ties betnee, istM/sd;use to altar for c attroe, and non*'may so used-bofoee'"weipc of wrlttmm Sm&seral,-.b. c4a, County, "y sample deitweed to-OW'Coantv`or es~Che proofs" for examinstion, 'including testing. shall beWdisjiesis''of by eM<Cancrsetor at his own expense within not more than ten (10) tays`aftst-the Contractor acquires imovlsdee chac,omeh *""nacion is concluded. unless otherwise directed by the county SgCrjalt•Z-.'""CIMMBE "MVEMRS: "a Ceuaty`reserves the right to order- La •titieg,cbsagq.in tbo plans and specifications, without voiding the contract, and-:the-Gggtraccor.shaLL Comply with such order. Yo change or deviation from the plans and specifications will be aerie witboat auchwity, in writing from iso County. work shell be perfoesrd in accosdsaeamitb the original ret!vireme tes of`tbe amrsict Dea mes mal arevious.fully.ea.entisd Ctwsge Orders. :-A Charge Order soy adjust the contract price.aicher upward or dew-' ward in accordance with either or a coubiaation of the foLLewin bases, as the County may elect: (1) On a lump sum basis as supported by breakdown of escimacsd costs. r Z + f w • -aa 00161 D19Ixi011!�', t' COID„�� {Caa't.l S=Ct?41t 21. C7�►M ,0 : CCar't.) _ {x) Oa a +reit Price buts. (3) Oa a cost-Plitt basis is accerdaace with the fell4WU4 coditieea: (a) 1,, tar maapi!VWforaW by era GIA _ � _. 40"M aged:to the.:divwx cot CsInM� she west Bloc iii of iha dice" costs"tet " MCI- a- aM,profit. Z. lar.(+rock.porfosewt by a suipocoarractor aa_ amust equal to Cho direct casts Ear tart bareJA)os tits work piss s'OZ of the direct costs for overbeod sod Profit. (S"sreateo bteoidna: LiZ to the sub-eoatractor, 5% ce=GsasaaL Coacractor.) 3. For ++eek Parfotaad by a swb+sub-rowuractor as saouat "Mal is the direct costs cat cetsaw,.Mwesa► of the work plus 25x of-the direct costs-for overhead aua profit. {Sued breeiutwa: LSZ to sub+sob-caatsactosr SL to S% to Csaeral Caattactor.) 4, to oe cue will the total Mirk_%* be jreater tbaa 25x os the dhoti costs wotwithstaadias the anrinern of caatract "! tiers actually es"tias. S. For,"Asted "ark Cho Mask-4* shall be.:O%_of the direct costs or ilii' est ums thereof. (b) 0U OM. 1. t �z :,be costs for Labor *boli inciudo any, eepioyer paVemms-to or an bobalf-of the aortuina for health and welfare, peesioa, vacation-Med sieiilar our os". uUmer :aces will Mac be recasasrad when is extols of Cho" prerrailiat is the locality ad tine the week is; boast Peeforaatd 2. ..Cstterrtaii ?he actual cost to the ;Dmvactw for the astaW414roit iy required for the Perfotummo of the cbsoted "slit. &wkcoat.mf wntarials Mar include the cost of procwce■Mt, trawaNertatiaa and delivery if necessarily imcr". ti° a trsie distract by Cho actriwl *aPPLIAW As suollabio to -tba,Cantrecter, it *ball be crediced to the Crusty. It tho eateiriais_ere obcaiaed Fres a supply er source meed wholly or is Pert by the Ceacreater, Pafesat•therefore will cwt ascoed the current wholesale price for suck arterials. The tats "trade iisortiat" includes the concept of cask giscoaat. DIVISION f- GENMLL CO[cDi, I2� I S (Coni.) SECyION 21. CUME ORDERS: (Can't.) 2. Het. ettaLs.: (Con't.) If, in the opinion of the County, the cost of materials is excessive, or if the Contractor fails to furnish satisfactory evideace of the cost ca his from the actual supplier thereof, then-ta•-oither case.the cost of the-mncerisls 'shell be deemed to be the Infest current whoieaale price at which similar materials ate • available to the quantities required. The County reserves the right to furnish such materials as it deems advisable, and the Contractor. shall _have no claims for costs or profits an Material furnished by the :Macy. 7. Eau�� The actual cost to the Contractor for Che use of equipment directly required in the perfarmance of the changed work. ;n computing the hourly rencaL. of equipment, any time less than JO minutes_sball.,be considered one-half hour. Yo paweent will be node for time while equipment is inoperative due co.breAkoowns or for moa-wrking days. In addition, the rental tine shaLL include the time'required to move the squipmeat to the-work from the nearest available source for rental of such equipment;-and to return is cc the-source. If such equipment is not moved by its own power, then loadic and transportation costs will be paid in-Lieu of rental titherefor. However, neither moviag.tiae n sis or loading and transportation costs will be paid if the equipment is used on Cho .project ia'any ocher way than'ipon the hanged work. :ndivi uaL ( -iotas of equipment havi. a :eo Lacesenc :,s lus of S L.O.10 ar less shall be considered to b) cools cc imaLl sauiament, ane no oavmmc will be made therefor. For equipment owned, furnished. or rented by the Concraccor, no cost-therefor shall be recognised in sxtess of the :ental races established by distributors or equipment rental agencies in the locality where the +ark Is performed. The 4smuit'to be paid to the Contractor for Cho, use of equipment as set forth above shall constitute full compensation to the Contractor for :he cost of fuel, power, oil,:. Lubricacion, supplies, snali tools, small equipment, necessary. attaehments, repairs and meinteamace of any kind. deprecation, storage.. insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. NS: For say 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 perfermsece of the changed work. Pach estimate for &'change in the work submitted by the Contractor shall state the amsuac of extra time that he considers should be allowed for making the requested change. -46- 3 UCrwwN Z1. CRAM 010m: (Coa't.) (d) RECOM Mo SMORTM L0MVMTt0W- (1) The Contractor shall maintain Us records in such a rrpMor as to prowl" a clear distinction betwea the dire-cc costs of "tees vesk Mid for an a coot-plan Mots and the costa of other opelatiaaa. (2} _CNICTeetsr shall Minta3a daily records shoring mus hones sed aaeerlal quamtiries required for case plus work. the Coetraceor shall use a form &"roved or provided by the Couney. the form vitt be filled ant in duplicate Aad the County's inspector will rewtow and aniht A' siaftaCurS c! Clue fare on the,day the work is (3) Rental and aacsrial c.UMS& shall be subs ad by valid copies of veadae_'s invoices. (�1 The contractor's cast records pertaining to cost-plus work shall be opaa to• inspoccioe or atMit by the County. (e) FdI f0 AA= d ?0 "t: - Amwithatandiag. the csilure of the County and :he Contractor to agree as ca:cesc.-of_Cho proposed change order, chm. Coatyctor.. upoa written from the Couacy, shaLl proceed immediately with the_~hawed work. Da"r j+d•records- shall be kept as indicated in ?arsgraph (di above and when agreed to by the Contractor and the Construction iuspottor, it shall become the oasis for paysestt of the changed muck. Agreement, and execution of the daily job record by.the construction inspector shell a nor precludo subeoquemc Adjuataewe based upon a l&rec-sadJttW_rhr Cauet7= -47- 0916 DIVISION F. GENERAL CONDITIONS (Coa'r.) SEMON 22: LAW: Ever!r part ofthework shall be accwpitshod-by vorkaen. laborers. or mechanics especially skilled in the class of Werk requirld;,aAd vortmrashtp sheet be Cho best. 3EC:IGN 3_�OCf--ZPANCY 3Y T4E Cc UM- PSIOR TO County reserves Cho right to occupy ell or•any part of Che projecc prior to completion of the warp. ua, wrtttMn mrser time or. in .such event. rhe Contractor will be relieved of responsibility for say injury or damage to such part as :ewIts from such oceupomy,_amd use by Che Couaey, Such occupancy does not Conscience aecepcamee by.the County of the work or vast poreton•thereof. nor will it relieve Cho Contractor:of responsibtllty for to.reettag dotictive, work or*=Mortals fosd ac any time before the aeceptamee of Che wrrk as set forest in Seettoe ?G -or during.the Summey Varied after such seCeprsnee `as sec Fortin in Seetlan =R. SE=CTION 24- MERVAT ION AND CLLW11C.* A. The Contractor shall protect and preserve the work from all damage or accident. providing any teapot ry roots. window and doer coveetngs. boxings or otbor coostruetion as _required by the County. :his shall include W adjoining property of the County amd others. ` 3. The Contractor shall property clean the Walls as it prog!'essos. As directed during construction. rubbish shall be removed, and at completion the :chole work shall be cleaned and all teapot ry conscruction. equipment and rubbish shall be reaw"d from the site. all being left in a clean and prance conditles satisfactory to tte County. SECTION ?5_ TAIrS: Any Federal. State or local Carie payable on articles furnished by the Contractor. under the Contract, shall be included ln. the Contract price and paid by the Concracter. The County will furnish twise Tarn kxampcion Certlficoees to the Contractor for any articles which are required to be furnished undbr the ...4 # -48- DIVhSIM F. G �jn COID� IONS (Con't.) SECTION 25. Pw 0 r'�: (Con't) Contract and wbicb We exmept free# Federal 9=ise Ta:. W=00 25. ,i►C�LEt[ : A The work Wall be accepted in writing '301x sirs it a shall have beaa : satiafactorilx to the County. Partial paymmats ObOu aeec 6e Eft tstiM as acceptance,at aw 'piss"of Nur work. 8. Is jiad the.vosk no allowe0ce for dsv acioes� fr'3m the drapings seed Sp"i.ficaCto",will beaide, uolsss-already approved im WrtCt g,ac the c1me and in the speer ss callsd foo. heretofore. C. COWAY.shall-be aivcs adequate opportunity• to make. my necessary arrantata for fire iasuram�ee aM excendsd cowea�a. D. Final be cases of des Contract will not bei gives until all requ3raMMMs:of the contract documents are coaplece sed approved by the County. This shall include. but is.noc limited-.co. all construction. gvarantee forms. parts list, schedules, costs. operating inatsuetfo0s .and as-built dravings - all as required'by the contract doamenets. /•� SEMON V. TO CL DS: I After the official acceptance of the work by the County, the Coacractor shall submit to the County, on a cors accepcabte to the County, a request for pay in full in accord-ace with the j c tract'. The fora "Statement to accowpany Final ?ayaesc" (?%V �r shall be completed, signed by the Contractor, and submitted to &0 County witb the final payment request. SECTION 28. GUARAHM: A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with requirements or all coa- cract, and further guarantees the work of the contract to be and reasin free of defects in workmanship and materials for a ?eriod of one year from the date of acceptance of the contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all wank. cogether with My other adjacent work which nay be displaced in ao doing, that any prove to be•noc in its workmanship or material within the guat- antes period specified. without any expense whatsoever to-chs County, ordinary wow and tear and unusual abuse or neglect escepted. A. Contract beads are in full farce and effect dwU* the guarantee period. C. the Contractor &Amber agrees, chat within 10 calen- dar days after being notified in writing by the County of any work not in accordance with the r"Piremeats of the contract or any 4 , . . —49— 00166 ���� •�i�� (Cosi) . 9YIM (cawC.) defeats is;drt Wit. hs �Kll ews�weia ad ps+e.aeacr .rlts'dei . . dsli�rra adi rest,�ses�sas! tw lselft2l C",teas of tkis ' of Clams. +r la �awc bo fails to se CmMlT aaM• bWeby drelae the Ce"My to I a, ' to bam mob wek dow at the Cowmetse"s" !Ma ad be wul pr,t C" cert til t;d~ do" aarri !leo;C,esW.mall bo aotitled to all casts, 'laelWLe�' raaroMailo'aetoe�o! s frar sicaraatll7r'imam" 12POW dr Comm Craccoe's soiwsal to pat the above costs. Somitlrtmedias the foreign paq¢apk. is the a�aac of at crastttat MI bszm"' to C20 haaltk.ae" 7-of t0a Carac�Is 4010""o pf"We : -M, 1l'amp- sass. the Caum s� =dtaia at Clio C+oMCMCW s ;apses; wttk" mt pel,ot='�. rack aacassaay to corrMC'WM&-b8S6ffd*W coMiitlsMo :wiiMt it ws casaad:b!-wd of the Caatsastw o t bola is accWd Mre Vick-Che T44OLVO NWA of'this WOCXMdt. b t!e veMseal coe eaetoe-aad,sw& of.thO aiatd_Bair. . casttaetaea SbSll 0309WA ad fucaisk the CaaMtYSumemess adds::dir stadst Sae laftw iii 3 - a- 00167 l FM Ono" QMU ONWZ MaLULM i we breiy prsestee to cM Cesaity of centra Csata the (Type of :lark) wkU* we have iastall" in the (rises of Srilding) California, !or year (s) use iron date of filing of the COWLecioa oeelce in the Office of the County detorder. :ie agree to repair or replace to the satisfaction, of the Carty any or all such work that nay prow defective La rerhiship or eeterials within thoc period, ordinary wear asd tear and uwsrsl mdse or neglect excepted, together with any other work vkich nay bo dsweed or displaced is so doing. If we fail to cosply with the absore aslstieaad coeditioes vithia a reaeeneile tUm after being aectfied in writing, We, collectively asd saparacely, de herNy artherise the orser to pracoed co haw the daiaccs repaired and an" good at err eapesse and we will pay the coats sea charges therefore imsdiately upon Sees". Tkis quaraates cor ars and include aay special tares, including tis periode, peeif iod for Chia work or Materials in the plass and specificatisee for this project. This puareacae supersedes any previous quaraace" w '.taw aeM for this particular project. SUlCpplgAC'I'Ot Date: (affix Cor9orace Seal) Date. (affix Cotsec&to Ses U MM: If the fire is not a corporation, add a paragraph stating the type of bw mess organisation asd the capacity and authority of the person signing the guarantee. CcXar1PL�.� • • FORM STATEMIR TO ACCOMAIR ED" PAT"W To: Contra Coat& County .� -Public Werbe Depetcneat county-Admioiatracion .3uiidiag . ,.. Martinez, California _. . .. Re: Final Payuaat (Project) Dear Sir: The undsrsisaod Contractor represents and agrees that the final payment includes herein all claim and demeede, of whatever aacure, which he has or may have against the County of Contra Costa is connection with the contract to construct the above-ent:cied project, and that psymeat by the County of the final ascasate shall discharge ani -aleeoe it from nay and ALL claim. The undersigned here" certifies ,sac A11 verb, liber, and anteriais' on this project love beam iuraished and aurcnased in full compliance with :he contract and with all Applicable law and regulations. The sndersigned states :nac his claim for final payment is crue and correct, that no part has been theretofore paid, and that the amoaac chereia is justly due. Z declare usder penalty of perjury that the forepsog is crtie ad correct.. Dated at (City) - - - Califoraia. _a 00169 DIVISION H. SPECIAL CONDITIONS. 1 .1 GENERAL A. Information given in the Special Conditions shall supersede information given in the Information for Bidders and General Conditions whenever discrepancies arise. 1 . The Information for Bidders is made a part of the Contract Docu- ments to the extent applicable thereto. B. The County inspector shall inspect and supervise the construction of the Project through to completion and shall see that the materials fur- nished and the work performed by the Contractor are in accordance with the Contract Documents. His supervision shall in no way supersede or dilute the Contractor's obligation to perform the work in conformance with all Contract requirements. The County inspector is empowered by the County to act on its behalf with respect to the proper execution of the work and shall give instruction to require such corrective measures as may be necessary, in his opinion, to ensure the proper performance of the Contract or to protect the interest of the County. Except as other- wise provided herein, the County inspector shall determine the amount, quality, acceptability, fitness and progress of the work covered by the Contract. 1 . It shall be the duty of the Contractor to comply with all proced- ures established and/or implemented by the County inspector as stated above. In the event any such procedures-are at variance with other provisions of these Special Conditions, such procedures shall prevail . C. Nothing in any of the Contract Documents shall be interpreted as being contrary to law or ordinances, and all codes and laws of governing agencies shall be followed as .though they were herein bound. '1 .2 COUNTY INSPECTOR A. The County inspector has been given the authority to act for the County as follows: 1 . Inspect the work of the contractors on the Project until final com- pletion and acceptance of the Project by the County to assure that the materials furnished and :cork performed are in accordance with the requirements of the Contract Documents and that the work on the Project is progressing on schedule; 001 1U -53- 1 .2 COUNTY IM PECTOR (con't) 2. Review all requests or recommendations for changes; 3. Review all applications by the General Contractor for progress payment and final payment and make recommendation to the County for approval ; and 1 ,3 CLEANUP A. Each Contractor for a Work Category or Categories shall : 1 . Clean up all waste material , rubbish and debris resulting from his own operations. 2. Not allow waste materials, rubbish anti debris to accumulate on the site and become unsightly or hazardous. 3. Remove all waste materials , rubbish and debris from the site at least once a week. B. If, in the opinion of the County inspector, any of the work described above is neaiected by the General Contractor, the County inspector shall have the work done and deduct the cost from his contract as his inter- ests may appear. 1.4 OTHER WORK If the contractor fails to measure, inspect and/or report defects that are reasonably discoverable, all costs of accomplishing the interface acceptably shall be borne by the contractor. 1 .5 COOROINATIbN A. The General Contractor shall coordinate the work to be done hereunder with the work of his subcontractors in such manner as the County inspector may direct. B. The General Contractor shall immediately notify the County inspector of any actual or impending labor dispute which may affect or is affecting the Work Schedule. In addition, the contractor shall take all appropriate measures to eliminate or minimize the effect of such labor dispute on the Schedule, including, but not limited to, such measures as: promptly ' -54- 1 .5 COORDINATION (con't) B. (con't) seeking appropriate injunctive relief; filing appropriate charges with the National Labor Relations Board under the applicable provisions of the Labor Management Relations Act of 1947, as amended; filing appro- _.,. priate damage actions; taking such measures as establishing a reserved gate, as appropriate; if reasonably feasible, seeking other sources of supply or service; and any other measures that may be appropriately utilized to limit or eliminate the effect of the labor dispute. =1:6 PROJECT SCHEDULE A. The General Contractor will develop a construction schedule for the Project and will utilize it in the planning, coordinating and perform- ing work under this contract, including subcontractors, equipment ven- dors and suppliers. 1 . The schedule, when approved by the County inspector, shall be- the basis for the dates for starting and completing the work (including changes) for the Project. It shall be the duty of the contractor to conform to the approved schedule and to arrange his work in such a manner that it will be installed in accordance with the schedule. 2. The County inspector will establish a program to reevaluate and update the schedule periodically in accordance with the requirements of the job. A representative of the contractor shall meet with the County inspector and shall furnish to him information necessary for such reevaluating and updating and; if applicable, information in regard to changes in the work and the contractor's proposed effort to over- come any incurred delays. The form of such information shall be specified by the County inspector. 3. The contractor shall coordinate his letting of subcontracts, material purchases, delivery of materials, sequence of operations, etc. , to conform to the approved Project Schedule and shall furnish proof of same as may be required by the County inspector. B. Whenever it becomes apparent that any completion date will not be met, the General Contractor shall take some or all of the following actions at no additional cost to the County. 1 . Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per working day, working days per week, or the amount of construction equipment or any combination of the foregoing, sufficient to substantially eliminate the backlog of work. 3. Reschedule activities to achieve maximum practical concurrency of accomplishment of activities. 09172 . -55- 1 .7 PAYMENTS A. The General Contractor will submit a request for progress payment to the County inspector on the 20th of each month. The County inspector will review the payment request and modify as necessary to protect the best interests of the County. The contractor will be allowed to project work he will have completed through the 25th of that month. Upon approval by the County inspector the payment will be disbursed by the County through the County inspector on or about the 10th of the following month. B. In making such progress payments, there shall be retained 10 percent of the estimated amount until final completion and acceptance of' the con- tract work. However, if the County inspector, at any time after 50 per- cent of the work has been completed, finds that satisfactory progress is being made, he may authorize any of the remaining progress payments to be made in full . r _ Y ` -56- ON 73 DIVISION I. INFORMATION TO BIDDERS, PART I. The information and instructions included herein constitute a part of the Contract Documents and are given for the purpose of assisting bidders in pro- perly preparing their bids or proposals. Each bidder shall prepare his bid or proposal in strict compliance with all of the requirements of the Contract Docu- ments and with the following instructions: 1 . Proposal shall be made on the form provided in this bound copy of the Specifications. The requested Bid Package is described in Part II of Information for Bidders. 2. Bidders must fill in all spaces on the form provided, including all requests for alternates, 3. Bidders may not withdraw their bid for a period of thirty (30) days after bid opening. The bid opening date is stated in the Advertisement for Bidders. Bidders will be required to complete all of the work which they are bidding as described in the Contract Documents. All Drawings and Specifications will be incorporated into the Contract Agreement as a part of the Contract Documents. 4. If information is required regarding the Bid Package, Drawings, and/or Specifications, the bidder should direct all information and requests to the County (415) 372-2101 , sometimes hereinafter referred to as the County inspector. 5. Each bidder shall visit the site and familiarize himself with the existing conditions which may influence the work. The submitting of a bid will be considered an acknowledgment on the part of the bidder of familiarity with all such conditions. c. The successful bidder will be required to execute a Contract with the County of Contra Costa, a copy of which is included herein. 7. Permits may be required by the Contra Costa County Department of Public Works; however, no fee will be charged for said permits. Other permits as may be required shall be obtained and paid for by the indi- vidual bidder for the applicable bid category or categories he is sub- mitting his Proposal for. 8. It shall be the responsibility of each bidder to obtain any permits and/or permissions from governing bodies for any ~Mork that affects vehicular or pedestrian traffic pertaining to his work. 9. Certificates for insurance shall provide that the insurance will not be cancelled until the expiration of at least thirty (30) days after written notice of such cancellation has been given to the County of Contra Costa. Certificates shall include as additional insured the County of Contra Costa. t. -57- 0917 4 i,_ e DIVISION I. INFORMATION TO BIDDERS, PART I (continued) 10. Space for storage will be allocated by the County inspector as job conditions permit. 11 . Proposals must include all cost for the full compliance with all safety requirements, including any safety apparatus primarily, for the pro- tection of bidder's employees that might be required by any Federal , State, County or local agencies having jurisdiction. 12. Testing and inspection shall be specified in the Specifications. The General Contractor shall be required to cooperate fully with all inspection requirements of the City of Martinez, the County of Contra Costa, or the State of California. 13. Force reports indicating trade and personnel per trade shall be sub- mitted by the successful bidder to zhe Construction ,tanager daily. A brief description of work performed shall be included. -58- ��1 15 DIVISION J. INFORMATION TO BIDDERS, PART II. 1 . Technical Specifications Proposals for the work of this Bid Package shall include all of the work involved in the following sections: A. General Information Section 2A B. Asphalt Concrete Section 2B C. Cement-Treated Base Section 2C D. Wood Headers and Wheel Stops Section 2D E. Minor Concrete Section 2E F. Demolition Section 2F G. Chain Link Fence Section 2G H. Signs Section 2H '2. Time for Completion A. The General Contractor shall complete this contract within thirty (30) calendar days from and after the date of camm*ncement. 3. Liquidated Damages A. It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County in the amount of $75 per calendar day for each day said work remains uncom- pleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. 4. Dumping All construction debris, materials and equipment in the area of construction and any adjacent areas used by the Contractor shall be removed and disposed of outside of the construction area in accordance with the provisions in Section 7-1 .13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications and these Special Provisions. -59- DIVISION 1 . GENERAL REQUIREMENTS SECTION IA - DESCRIPTION OF PROJECT 1 . LOCATION The temporary lots will be located at the southwest corner of Green and Las Juntas Streets and at the southeast corner of Green and Ferry Streets in the City of Martinez. 2. DESCRIPTION OF WORK The work consists of clearing, grading and placing an asphaltic con- crete wearing surface over approximately 18,000 square feat of County leased land to be used as temporary parking. In addition, a. small gar- age on the property will be removed, along with a small amount of concrete flatwork. Additional items or details not mentioned above and included in the Plans, Standard Specifications or Special Provisions will be performed, placed, constructed or installed according to these specifications. 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled, "Temporary Parking Lots," and to the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same mai apply, these Special Provisions, the Notice to Contractors, the Proposal , the Contract, the two Contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these Special Provisions. 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03, "Beginning of Work," Section 8-1 .06, "Time of Completion," and Section 8-1 .07, "Liaui- dated Damages," of the Standard Specifications and these Special Provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 30 Calendar Days counting from and including the day stated as the starting date in the "Notice to Proceed." The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof. i 00177 -60- DIVISION 1 . GENERAL REQUIREMENTS (Continued) SECTION lA - DESCRIPTION OF PROJECT (Continued) 5. PERMITS Gradin - The Contractor shall comply with the applicable provisions in the Countyrading Ordinances (Title 7-Division 716 of the Contra Costa County Ordinance Code) in the process of disposing of the excess material as fill on private property within the County. Cit - It shall be the responsibility of the Contractor to pay the necessary ee and obtain an encroachment permit from the City of .Martinez for the construction of curbs and gutter within the City limits. The Contractor shall also obtain a no fee permit and a Business License from the City of Martinez for conducting :cork within the City limits. Full compensation for conforming to permit requirements shall be considered as included in the lump sum price paid for the work involved. 6. PAYMENT The contract lump sum price for the Temporary Parking Lots shall include full compensation for furnishing all labor, materials, tools, equip- ment and incidentals and for doing all the work involved in constructing the Temporary Parking Lots, complete in place as shown on the plans and specified in these Special Provisions and the Standard Specifications for the County. -61- �`�� l�7 DIVISION 2. SITE WORK SECTION 2A - GEAERAL INFORMATIOPJ 1 . SPECIFICATIONS References in these Special Provisions refer to Sections in the January, 1975 California State Standard Specifications, Business and Trans- portation Agency, Department of Transportation. 2. II1ATERIALS The asphalt concrete mix design or cement-treated base shall be designated by the Contractor subject to the approval of the County inspector. . The Contractor shall provide the County inspector a minimum mix design review period of five continuous working days. For "non-approved" plants, the Con- tractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" or "Cement-Treated Base" of these Special Provisions. The Contractor shall give the County inspector not less than four working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, and Portland cement concrete from recog- nized commercial plants, and any other material from other than the usual commercial sources. 3. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Attention is directed to the provisions in Section 7, "Legal Rela- tions and Responsibility," of the Standard Specifications and these Special Provi-si ons. Section 7-1 .09, "Public Safety," of the Standard Specifications is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. It shall be the responsibility of the Contractor to sufficiently barricade the lot to prevent cars from entering while construction work proceeds. In lieu of the conflicting provisions in Section 7-1 .08, "Public Convenience," and 7-1 .09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, installing, main- taining and removing all signs, lights, flares, barricades and other warning and safety devices required to complete the work. 4. OBSTRUCTIONS Attention is directed to the presence of overhead utilities, as well as the possibility of water, sewer and gas lines in the immediate construction areas. DIVISION 2. SITE WORK (Continued) SECTION 2A - GENERAL INFORMATION (Continued) 4. OBSTRUCTIONS (Continued) The work specified shall be so conducted as to permit the utility companies, the water district and the sewer district to maintain their ser- vices without interruption. 5. PARKING METERS AND POSTS Salvage all parking meter posts to be reaoved according to plans. Salvaged posts shall be delivered to the City of Martinez. Parking meter heads will be removed by the City of Martinez prior to post removal . 6. COMPACTION a. All base material shall be compacted so as to bring the material to a minimum compaction of 90% of maximum dry density under all paving. b. The degree of compaction is the ratio, expressed as a percentage, of the dry density of the base material as compacted in the field, to the maximum dry density of the same material as detbrmined by Test Method 216-G, as described in the Materials Manual of the State of California, Business and Transportation Agency, Department of Transportation. 7. REMOVING CONCRETE Removed concrete shall be disposed of in accordance with the provi- sions in Section 7-1 .13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. 8. CLEARING AND GRUBBING The site Shall be stripped to a minimum depth of 4 inches to remove existing root mats and other deleterious material . From the entire area within designated work limits, remove existing vegetation, paving, slabs, debris, rubbish or other encumbrances not required to remain; strip site free from top soil ; and remove subsurface soils not approved or when containing debris or vegetation. Soft zones encountered during stripping shall also be excavated. Remove all debris and loose materials to approved off-site loca- tions. All trees shown on the drawing to remain shall be protected to pre- vent injury to all roots, limbs or trunks. Report accidental damage to the County inspector immediately after any incident and proceed with remedial measures as he directs. 9. CLEANUP All construction debris, materials and equipment in the area of con- struction and any adjacent areas used by the Contractor shall be removed and disposed of outside of the construction area in accordance with the provi- sions in Section 7-1 .13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications and these Special Provisions. DIVISION 2. SITE WORK (Continued) SECTION 25 - ASPHALT CONCRETE Asphalt concrete shall be Type B conforming to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these Special Provisions. Unless otherwise directed by the Engineer, asphalt binder to be mixed with the mineral aggregate shall be steam-refined paving asphalt and have a viscosity grade of AR 4000 and shall comply with the requirements of the "Materials" section of these Special Provisions. Aggregate shall conform to the grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications for one-half inch (1/2") maximum, medium grading. Aggregate shall have a sodium sulfate loss of less than 9.6% when tested in accordance with Test '•lethod No. CCC 214 (AC) . Paint binder sha1T be asphaltic emulsion, RS-1 , and shall be applied at a rate of 0.10 gallons per square yard. The Contractor's attention is directed to Section 94-1 .06, "Applying," and Section 93-1 .03, "Mixing and Applying," of the Standard Specifications. No traffic shall be allowed on the temporary paving during construction, with the exception of vehicles unloading asphalt concrete. All vehicles involved with the Contractor's operations shall turn around only at public street intersections; driveways and other private property shall not be used without prior written consent of the involved property owner, a dated copy of which shall be delivered to the Engineer prior to the use thereof. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's operations are cancelled because of predicted rain or fog, a non-working day will be charged, regardless of actual working conditions. The provisions in the last paragraph in Section 39-6.02, "Spreading," of the Standard Specifications, are superseded by the following: Asphalt concrete may be spread with a spreader box. The spreader box shall be self-supported on the grade by wheels or track_ and shall have a screed that will produce a completed surfacing of uniform smoothness and texture conforming to the provisions in Section 39-6.03, "Compacting." The spreader box may be drawn by the asphalt material supply vehicle. The asphalt concrete shall be spread in one layer of 0.12 feet in thick- ness. The sequence of paving shall be such as to avoid paving a lane width with a cold joint on both sides . -E4- DIVISION 2. SITE WORK (Continued) SECTION 2C - CEMENT-TREATED BASE Cement-treated base shall be Class B as specified in Section 27 of the Standard Specifications modified as follows: 1 . Cement content shall be 3% by dry weight of aggregate. 2. Plant mix only shall be used. Proportioning, mixing and testing shall be in accordance with the refer- enced Standard. 3. Prime Coat: MC-70 Liquid Asphalt in accordance with Section 93 of t e Standards. a. Apply at the rate of 0.15 gallons per square yard. 4. Bituminous binder: MC-3000 Liquid Asphalt in accordance with Section 93 of the Standards. a. Apply at the rate of 0.4 gallons per square yard. 5. Screenings: Medium 5116" by No. 8 in accordance with Section 37 of the Standards. a. Broken stone or crushed gravel . b. Apply at a rate of 16 to 20 pounds per square yard. 6. Installation A. Install the cement-treated aggregate, compacting and grading in accordance with Section 27 of the Standards, with the following exception: 1 . Spreader box will be permitted. B. Install the specified prime coat and provide the required curing time in strict accordance with _ Section 27 of the Standards. SECTION 20 - WOOD HEADERS AND WHEEL STOPS All perimeter headers and wheel stops shall be PJo. 2 foundation grade, redwood inspection service grading rules or chemonite-treated Douglas Fir. 82 -65- DIVISION 2. SITE 14ORK (Continued) SECTION 2E - MINOR CONCRETE The combined aggregates for minor concrete used in the work shall conform to the grading limits for the one-inch, maximum size specified in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications. Concrete shall contain not less than 470 pounds of cement per cubic yard. All new sidewalk and driveway surfaces shall be finished with a fine hair push broom. Brooming shall be delayed until the concrete has set suf- ficiently so as to just retain the marks made by the broom hairs. Aggregate base for the blanket to be placed beneath concrete driveways, sidewalks and curbs shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications for Class 2 aggregate base. SECTION 2F - DEMOLITION 1 . Scope of Work The work consists of the removal of a corrugated metal siding garage and its slab on grade foundation and all paving, debris, rubbish or other encumbrances not required to remain, including an obsolete gas tank and pump located at the northeast corner of the existing garage. 2. Removal of Concrete and Debris Removed concrete and debris shall be disposed of in accordance with the provisions in Section 7-1 .13, "Disposal of Material Outside the Highway Right of flay," of the Standard Specifications. SECTION 2G - CHAIN LINK FENCE 1 . Chain link fence shall be type CL-4 and shall conform to the Stan- dard Specifications. 2. All ferrous materials shall be new and galvanized. 3. The base metal for the manufacture of posts and braces shall conform to the requirements of AASHTO Designation X1181 . 4. Tubular posts shall be fitted with rain proof tops. 5. Chain link fence fabric shall be 9-gage galvanized steel fabric con- forming to the specifications of AASHTO Designation M181 . All chain link fence fabric shall be woven into approximately 2-inch mesh, such that in a vertical dimension of 23 inc:ies along the diagonals of the openings, there shall be at least 7 meshes. The fence fabric shall have a knuckled finish on top and bottom edges. 6. Line posts shall be spaced at not core than 10-foot intervals , measured from center to center of posts. r 00183 DIVISION 2. SITE WORK (Ccntinued) SECTION 2G - CHAIN LINK FENCE ("'cntinued) 7. All posts shall be set in concrete footings conforming to the details contained in the specifications and crowned at the top to shed water. S. The fabric shall be stretched and securely fastened to the posts, and between posts the top and botton of the fabric shall be fastened to the tension wires. Tension wires shall be stretched tight. SECTION 2H - SIGNS 1 . The Contractor shall mount two County furnished signs on two County furnished posts and erect them on the site as directed by the County inspector. Posts shall be set in holes 10" in diameter, 2' - 6" deep, and back-filled with Class C concrete. 2. The Contractor shall pick up the two signs and posts at the Public Works Corporation Yard, 1801 Shell Avenue. The County inspector shall be notified 24 hours before the Contractor desires to Dick up the signs. -67- Is Ntra• •w ft•rwa,0. are .rSM -r�frNAlen KI�� ♦..I!�tI ` t rale • ltretaw Mesa, worn a Win Wa M M ►.tet. 0..M. a•wrrw f.r /•!'t I�.>i'� res n• rt t•a•taatw MflaN r owe Nta tttrta at•• ■w� �» tff Af0 � • a •NAM•Sr• 0.40 Yw ••It, M 040 r rete Yf•+af r -4 ftrttr• •raw ► tuM..f •,aM �\ /� rt{J4r• p• •11ltiA i i irPl.•t Mr ate i tis/�.t ill, YIM� K+ri M ' .wta to r •r a ca•sae r.as w r ••� M itr •r�•a••f AttM•• ata• aaM M Mw* Se r fY a- rile arM • •tut. art 001.al . Mn. ��), KKeI tMlaf { MWap NAf! I!1! filet, M !o•eYr! K rltw ftI4*5 U i ria• dtt M(ot., awu%* ft• Atli M i fAwt left Mf MW 'f w •Irntr ! I - aay,a• «len e•.r TV KC !ON ••• a a #"mo/#am amt Me M rile, Sea twel tin, mile "a w • sw -` •A•I•.f lett am w 4101011r.t• 10141 pftm M Yat r 1. att•w• .'� .040014 Mara• e•• wnr• talel/rRI a KNt M •f•lett N 1. MOWN* ^00 an 4101 • Ow Owe .0." ft 'A M, in, r mea weenie I guru MM Ua .tna MM paxmk eM fwM rp.Yln YY+ r NIM• co /. \ ate" na M to" M �' w r•M M itAn •MY i • allow •lea► Mttrr M Me%- tM Ma •f• on f•N r Y / a .ItaW rl••wM Yat M "O"Am Stf•At«ar o— ea frAfr `m+eM... .a •• / 1 !.W— •r! M Mont iM. l 011f a law M 0000 iia KMt aanr tta �„• 1 Mt'a ""t �"'" of&A-S M "" • rM ltlifr S t•�- TM t M•afi r tri •w lea aK •eY♦ direr r '!•fM S. 4.411" fwle rr•M IN a�. m�Y•�Mya •M no" ri M .1 M �1M M SN '� ASEL mr,t'#Mpl #- $#Me SM �Mtt "We tM •i W. IN mit YYl SOW IN iRiM 101 , • M YM.r 6O fr YNI. MY AN M asammef r.%t r mow M SKet to •ItrM i.r faiN f .•turn Y« #soma %l.L MMlalt Irle ant twtr• w.. .tit � •�f"aw"� TY�MCAL temr# - Or"de Mm 1•wr M1hf Mt Aft•f.�MrSalah AMr• le ale" ♦ MOWN" M ■•• a 0+ w�a OLLN �tr UCT C-C • er •w f "Mlw" ler w w ^Ao# well" rt tr v two e.•� at ...s a \�<r'`�.' // hMet trv.ar NtnO « eta w.a • fr•• .l ill• ^i:tA'+•�ti {aaatM fttr A Ia •Yale• r file R, Me • • • •ttluu �w- ale...: rfwf. w.r+af _ _ -/M "'Al • w _1_'1�f_ l._-, N..'S!_--- wwf re...t AM —06 i 1 ttfali0._�.-_.. , M1 w t • ..! `•,%': fr�•���{{ -#`7 ! �If� �.f rfrM 1'_..._ .r{ A.,.:tiaafrr J-- t.t �'• M! a♦ tr 4011 hwtto f- A 40000's40000's.y .r • a.a• .lft"m "a �L�i1M�._m1iM t� ii/failjTiD ilOElril[ /a •� Litif SteedC• Ot!'r tan w r a.ta.tN »aa N•aM• ft an Are• Mus UsAw •♦ (�" N/ rftaa• twooml wail—''- r 'r "`t•rM Mearl so".ea • Mtat •40,10 1-..,.._a,.,.�.._. V w mit Me anrr . f ort lei Me. wi,A. SKr lei a 1111"Iar SOW ala ail t""•7"t�'r'�T"7"'t f•NaMlf Mtae aM M t� aot.r+r• r• W- - l on •t"m totf TYWAL OINVC" SUWALNOHO M " POW" A too- RsNAIIRMCAi►L� --x �� rl t t wtl . M tMM.r �""-f«ale • f•tta•rt No . •lr Y lel /1/t a SNIP as a M to rt M •-• AM M M ON f ,tt• e tt• .a•afa! p• 4.000 fit { j� Aims" • ,t ufs krfat »`yL."7�t'.:.M... ..aft.. «. ....«mow! ,...., wren u«•. • tre•r. IF tat» firf t• wa.• i f M aft+.a• Ifltatfll tilt.VL!It !!!R!.--- `M !t_v*m, 0014':a M�NN•tiYfa ttAcr Mtnlr tc• MIA . - r qtr. 't'r e. - !i ----- .u•' flet w � ew•• i •.f... l t tt ta•fM t wu-- w0 + l��Alk OAAN *IN • • It"�-.i eAe.rt etv •AtM Waal ata f'"A (.mom _+ , JiN{rt1W�r•wmo w tM r NMI[ arae ` ,,_t�..'► I r eenaa tr!a.f•.It___ _4__tt _w_` _ M1TT1N cNtuA 9441A C"*TT�COKIAM1 AIQ "Usc V"96 scill"14 Twf"I tI� awls aafnta��r tat«.,., .f» w a cuiM. 8tlttrte MIM1�I. Nf*[�Tt1MrA ,Cr�'��LL� fQ�(�� MltiD AM �IMtMllt i•7 � .AAAA_..—w — eea�MAW M1All.• ay to M,e+ a w '7 friMMl CC sot ► t ` r ` _ E air ' .► r '•Vit.*:.•s:..f�ii•,. •ri:+lf.ii:1. �f 1 i• dw lb !f�•••.•ils.;•. fs•f..•s♦lass y l •r/ O .� lrfj, r -• IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the ) . Detention Facility Food Service Contract, Contra Costa County RESOLUTION NO. 78/117 Detention Facility Project, _ Martinez, California. Re: Project No. 5269-926-( 58 ) ) WHEREAS Plans and Specifications for the Detention Facility Food Service contract, Contra Costa County Detention Facility Project, Martinez, California, Project No. 5269-926-(58) , have been filed with the Board this day by the Public Works Director; and WHEREAS the Board CONCURS in the recommendation of the Public Works Director that the work is necessary for the construction of the Detention Facility; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Planning Commission reviewed the Environmental Impact Report pertaining to this project on April 26, 1977, and found it to be adequate and found the project to be in compliance with the General Plan; and WHEREAS the Environmental Impact Report was approved by the Board on May 3, 1977: IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on March 9, 1978 at 2:00 p.m. , and the Clerk of this Board is directed to Publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be Published in the MARTINEZ NEWS GGAZETTE PASSED AND ADOPTED by the Board on February 7, 1978 Originator: Public Works Department Detention Facility Project ' cc: County Administrator County Auditor-Controller Public Works Director County Counsel RESOLUTION NO. 78/117 ow 87 NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT F F;1 L E MARTINEZ, CALIFORNIA S 978 CONTRA COSTA DETENTION FACILITY PROJECT J. R• OLSSON DETENTION FACILITY FOOD SERVICE CLERK BOARD OF SUPERVISORS C t A CO. PROJECT NO. 5269-926-(58) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the County Public Works Department will receive bids until 2:00 PM on March 9, 1978 for the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Food Service which includes: All Food Service Equipment. The project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $215,000.00 The work shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in reference thereto. A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez, California, at 11 :00 AM on February 22, 1978. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone: (415) 229-3610. Only bids submitted by Contractors licensed by the State of California will be consiuered. Each proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and proposal forms may be obtained by prospective bidders at the Turner Construction Project Office, at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California 94553, upon request. A-1 Microfilmed with board ordw NOTICE TO CONTRACTORS (Continued) The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and proposal forms may be obtained by prospective bidders at the Turner Construction Project Office, at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California 94553, upon request. Each bid shall be made on a proposal form to be obtained at the Turner Construction Project Office located in a construction trailer at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal . The Proposal Guaranty may be in the form of a cashier's check, certified check 'or bidder's bond, made payable to the order of "The County of Contra Costa". The above mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being required to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Adminstration Building, 651 Pine Street, Martinez, California 94553, on or before the . 9th Day of March 1978 at 2:00 PM and will be opened in public and at the time due in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California , and there read and recorded. Any Bid Proposals recieved after that time specified in this notice will be returned unopened. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. A-2 j t4 6 89 a NOTICE TO CONTRACTORS (Continued) Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California , or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors , and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA BY 0".X—CX. it IA&AOL) Deputy. DATED: PUBLICATION DATES; A=3 LE FEE) CONSTRUCTION SPECIFICATIONS j i9l=3 i J. P. OLSSON FOR CLERK BOARD Or SUP[RVlSORS C NTR O A CONTRA COSTA COUNTY DETENTION FACILITY DETENTION FACILITY FOOD SERVICE PROJECT NO, 5269-926-(58) # 1 GATED: February 7, 1978 I f PREPARED FOR: 4 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Sixth Floor, Administration Building Martinez, California BY: KAPLAN/MCLAHGHLIN ARCHITECTS 901 Battery Street San Francisco, California Microfiimed with board orcW 00 11 TABLE OF CONTENTS Section Item Pages A Notice to Contractors A-1 - A-3 B Project Description B-1 C Information to Bidders Part I C-1 - C-3 D Information to Bidders Part Ii D-1 - D-2 E Instructions to Bidders E-1 - E-4 F General Conditions F-1 - F-25 G Articles of Agreement G-1 - G-4 H Affirmative Action Plan, County of Contra Costa H-1 - H-9 I Federal Requirements T-1 - 1-4 J Proposal J-1 - J-5 SPECIFICATIONS Division 1 : General Requirements 01010 - Special Conditions 1 - 8 Division 2: Technical Specifications 11400 - Food Service Equipment 1 - 37 Division 3: Project Manual dated January 24, 1978 Sections 34 - Interior Elevations 35 .- Modular Casework Schedule and Details 40 - Floor Details 00192 NOTICE TO CONTRACTORS i CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT DETENTION FACILITY FOOD SERVICE PROJECT NO. 5269-926-(58) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the County Public Works Department will receive bids until 2:00 PM on March 9, 1978 for the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Food Service which includes: All Food Service Equipment. The project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $215,000.00 The work shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in reference thereto. 1 A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez, California, at 11 :00 AM on February 22, 1978. # t Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone: (415) 229-3610. Only bids submitted by Contractors licensed by the State of California will be considered. Each proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. r The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and proposal forms may be obtained by prospective bidders at the Turner Construction Project Office, at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California 94553, upon request. • A-1 00193 .,• ,fA n t .,t..,.. .l.l..:., tY , ..i'S- 4�x_,... ., 7 J. .<.. -,_. _... ._ ... - _ .. - NOTICE TO CONTRACTORS (Continued) The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and proposal forms may be obtained by prospective bidders at the Turner Construction Project Office, at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California 94553, upon request. Each bid shall be made on a proposal form to be obtained at the Turner Construction Project Office located in a construction trailer at i the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, i California. Bids are required for the entire work described herein, , and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal . The Proposal Guaranty may be in the form of a cashier's check, certified check 'or bidder' s bond, made payable to the order of "The County of Contra Costa" . I The above mentioned security shall be given as a guarantee that ! the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses , neglects or fails to enter into said contract or to furnish the necessary bonds after being required to do so by the Board of Supervisors of the County of Contra Costa. E Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Adminstration Building, 651 Pine Street, Martinez, California 94553, on or before the . 9th Day of March 1978 at 2:00 PM i and will be opened in public and at the time due in the Chambers of the + Board of Supervisors, Room 107, Administration Building, Martinez, California , and there read and recorded. Any Bid Proposals recieved after that time specified in this notice will be returned unopened. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent ' of the contract price, said bonds to be secured from a Surety Company authorized to do business in the .State of California. A-z 01.)19 . . ^ ^ ' NOTICE TO CONTRACTORS (Continued) Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California , or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per them wages and rates for legal holidays and overtime in the locality in which this work is to he performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per them wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same 83 if set forth in full herein. For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. ' The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. UL3SON COUNTY CLERK AND EX-OFFICIO CLERK ' OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA . . ` , BY ` ' Deputy. . . DATED: PUBLICATION DATES: . ' ' . ' . ` A-3 ����~84�-~ ',^, v -J , PROJECT DESCRIPTION CONTRA COSTA DETENTION FACILITY FOOD SERVICE This Contract is for furnishing and installing all Food Service Equipment for the new Detention Facility. The Detention Facility is located in downtown Martinez, California and is bound by Willow Street, Pine Street, Ward Street and Mellus Street. $`' 01)1 ��1 INFORMATION TO BIDDERS Part I The information and instructions included herein constitute a part of the Contract Documents and are given for the purposes of assisting Bidders in properly preparing their bids or proposals. Each Bidder shall prepare his bid or proposal in strict compliance with all of the require- ments of the Contract Documents and with the following instructions: I . Proposal shall be made on the forms provided in this bound copy of the Contract Documents. Proposal must be enclosed in a sealed envelope, addressed to the County of. Contra Costa, and shall state "BID - DETENTION FACILITY FOOD SERVICES - CONTRA COSTA COUNTY DETENTION FACILITY" . 2. If information is required regarding the Bid Package, Drawings and/or Specifications, the Bidder shall not contact the County of Contra Costa or the Architect. All questions and requests for information shall be directed to Turner Construction Company, Telephone 415T 229-3610, Attention: Craig Braccia. 3. Prevailing Wage Rate: Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the mimimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. 4. A pre-bid conference will be held at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California at 11 :00 AM on February 22, 1978. C-1 INFORMATION TO BIDDERS Part I 5. Safety: Introduction• Construction by its nature presents numerous hazards to participants and spectators alike. As is too often the case in a construction project, expediency and false economy take precedence over good safety practices with resulting injury or death. The following suggestions and directions are presented to emphasize the concern of the County of Contra Costa and their construction managers, Turner Construction Company, for accident prevention and safety in the course of this construction so that our joint experience will be both pleasant and rewarding. Purpose The primary purpose of this plan is to demonstrate a method to provide a safe working environment for workers and to reduce public liability. All safety reqirements directed by the Department of Industrial Safety administering Cal OSHA are a mandatory part of this program and all job personnel are expected to be knowledgeable in these rules and to comply with all Cal OSHA directives, Yurner Construction Company Safety Requirements and all other applicable safety codes. Policy Statement You, as Contractors, and your Subcontractors will have direct responsibility for the safety of your men and the operations under your control . When there is a choice of safety versus time or safety versus economics, "Safety First" is to be the rule. This program will be effective and successful with your full commitment and cooperation in carrying out the basic procedures that follow and in transmitting concern and enthusiasm for a safe operation down through all your supervisors, foremen and employees. Since safety consciousness is not unique to this project we are requesting that two copies be promptly submitted to Turner Construction Company upon award of a contract to the successful Bidder C-2 00198 INFORMATION TO BIDDERS Part 1 Safety Meetings Regular meetings shall be conducted for supervisors, foremen and employees to stimulate and maintain interest in the safety plan and provide a direct path for feedback to management of possible hazards and/or suggestions for improving safety practices. We are requesting that two (2) copies of the minutes of these meetings be submitted to Turner Construction Company. Forms will be provided by Turner Construction Company. A. All new employees shall be made aware of the basic rules of conduct expected of them, to insure their safety and that of their fellow workers. B. Tailgate or Tool Box Meetings will be held weekly by each craft to discuss problems or conditions peculiar to their trade. The meetings will be conducted by the supervisor or foreman in charge and will emphasize the workman's participation. Your job superintendent shall attend these meetings to lend his support to the safety program and to coordinate the solution of problems. C. A superintendent and foreman's meetings will be held at least every two weeks. This meeting shall be attended by representa- tives of all Contractors and will be conducted by Turner, for the purpose of reviewing the safety record, acting on suggestions made by job personnel and for analyzing future scheduled work to determine safety precautions that are necessary for accident control and elimination of potential hazards. Accident Reporting Procedure Maintaining control of the safety program requires prompt and accurate reporting of all accidents and injuries. It will be your responsibility to submit one copy of all Accident/ Injury Reports to Turner Construction Company for permanent record. These Accident/Injury Reports must be submitted on one of the follow- ing forms. 1 . Cal OSHA Form 5020 (Rev. 3) and your Foreman's Report of Injury. 2. Standard report form which you submit to your insurance carrier. 3. One (1) copy of your Annual Report, Cal OSHA Form 102, covering all work performed on the County of Contra Costa Detention Facility Project. 09199, 99 C-3 INFORMATION TO BIDDERS Part II 1 . Scope: The Contractor will furnish and install all Food Service Equipment as shown and noted on the Contract Documents and as specified in Section 11400, Food Service Equipment. 2. Schedule: The Contractor shall complete this Contract within Four Hundred Twenty (420) calendar days from and after the date of the Notice to Proceed. A Notice to Proceed is anticipated by March 21 , 1978. The present schedule anticipates the Food Service Con- tractor's starting installation in January 1979. 3. Parking: Parking spaces are at a premium in downtown Martinez, construction workers will not be allowed to occupy existing parking areas. Parking for one foreman of each Contractor will be provided, additional construction parking will be in locations directed by the Construction Manager. It is anticipated that sufficient parking for the peak construction phase will be made available north of Mariva Vista, approximately six blocks from the project. 4. Temporary Power and Lighting: The Electrical Contractor is providing temporary power boxes at central locations throughout the building. Each Contractor will provide his own extension cords. Temporary lighting is also by the Electrical Contractor. 5. Clea-n-U p: The Contractor shall keep the premises free at all times from all waste materials, packaging materials and other rubbish accumulated. in connection with the execution of the work by collecting and depositing said materials and rubbish in debris boxes to be furn- ished by the General Conditions Contractor. Debris boxes are furnished for normal miscellaneous debris only. Dunnage and bulking type materials must be removed from the site at the Contractor's own expense. D-1 0920 O INFORMATION TO BIDDERS Part II 6. line and Grade: Two column lines in a north-south direction and two column lines in an east-west direction will be provided on each floor for use by the Contractor. Assuming the accuracy of these lines, all other layout will be by the Contractor. Four bench marks for elevation control will be provided on each floor for use by the Contractor. 7. Temporary Buildings: Space for storage and temporary buildings will be allocated by Turner as job conditions permit. Temporary offices or sheds shall be constructed of fire resistant materials . Material and layout must be approved by Turner prior to installation. 8. Obtaining Documents: Bidders will be furnished one set of Contract Documents, additional sets or copies of reference drawings and specifications , if desired, can be purchased from the following: East Bay Blue Print and Supply Co. 1742 Franklin Street Oakland, California PHONE: (415) 444-8001 or 465-7363 D-2 01���',,,01 Instructions to Bidders 1 . LICENSING OF BIDDER. Before submitting bid, bidder shall be licensed in accordance with the provisions of Section 7000 thru 7145 of the Business & Professions Code of the State of California in the clan-. sification required for the work bid on. The bidder's name shall correspond in all respects with the same shown on the license. License numbers and names are checked with the State. 2. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK A. CONTRACTOR'S RESPONSIBILITY The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal , plans, and specifications of the contract. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpretation therefor. There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of those exist ing 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 responsi- bility for subsurface conditions, the bidders must satisfy them- selves through their own investigations as to the actual conditions to be encountered. Contra Costa County Detention Facility E-1 C 1.l102W112 Instructions to Bidders (Continued) 0 • B. DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clarification which will be given in the form of addenda to all bidders if time permits. 3. BIDDING DOCUMENTS A. Bids shall be made upon the special Proposal (Bid Form) , 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 interlineal- tions, alternations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supply- ing these specifications. B. 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. C. List of Prosed 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. D. 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 insure 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. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses , neglects or fail to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. Contra Costa County: Detention Facility E-2 Instructions to Bidders (Continued) 4. SUBMISSION OF PROPOSAL: A. Each bid shall be made on a proposal form to be obtained at the Turner Construction Project Office, located in a construction trailer at the corner of Pine and Mellus, (1035 Pine Street) Martinez, California 94553. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California, on or t before the 22nd 'day of December 1977 at 2:00 PM and will be opened in public and at the time due in the 6th floor Con- ference Room of the County Administration Building. 5. WITHDRAWAL OF PROPOSALS: A. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. Any oral , telegraphic, or telephonic re nest to withdraw a bid propqsal is not acceptable. The withdrawal of a bid shall not prejudice—the right of a bidder to file a new nid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. 6. IRREGULAR PROPOSALS: A. 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. 7. COMPETITIVE BIDDING: A. If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in violation .of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. Instructions to Bidders (Continued)' • 8. AWARD OF CONTRACT: A. 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. 9. EXECUTION OF CONTRACT: A. The contract shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Saturdays , Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Con- tractor 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 would be at his own risk and as a volunteer unless said contract is so approved. 10. FAILURE TO EXECUTE CONTRACT: A. Failure to execute a contract and fill acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responj' sible bidder to whom any such contract is so awarded to execute the same, such bidder's 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. . :.. Contra Costa County Detention Facility .)11 V_ E-4 GENERAL CONDITIONS SECTION 1. Definitionac Whenever the following terms, pronouns in place of thea, or initials of or^,nnizations appear in the contract documents, they shall have the following meaning: . AAdddeennd - A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. f�t Action Md �i tilization wr tten 3ocuwent (daily, weekly, orcont y prepared by the contractor for submission to the Count vhieh reports the total number of :mployaes, the total number of ain- ority employees, and the present minority manhoure of total esu- hours worked on the project. Agreement - The written document of agreement, exa- cuted by the County and the Contractor. ____eh��ite t or Enxinesr - Shall mean the architect, engineer, inWT37a or co-partnership, employed by the County of Contra Costa; as deli nated on the title sheat of these speci- fications. When Contra osta County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorised i representative. Bidder - Any individual, partnership, corporation, association, o n venture, or any combination thereof, submitting mproposal for the work, acting directly, or through a duly author- d representative, and of S1!2!rvisa s - Shall mean the duly elected or apppointed officials who can�titute such a loard, who will act for the County in all matters pertaining to the Contract. Cha e� OrrdssK� - Is any change in contract time or price and any change in conTiact documents not covered by subcontractors Clarkg� t or - `i�Tlrie�sint�ia-autTior�ised OF of the oun y at the site o the work. Contract - The contract is comprised of the contract documents. Contract ,Documents - The contract documents include the agreement, t e drawings and the specifications. Project Manager - The Project Manager is ,the authorized representative of Contra Costa County. Constructioa Manager - The Construction Manager is the County's construction representative as described' 7 in the Special Condition,, Section 01010 "" F-1 GENERAL CONDITIONS SBCTt 1. Definitions: (continued) Contracto - The individual, partnership, corporation, association. o nt venture, or any combination thereof, who has entered into a contract with the County. Count - Shall mean the County of Contra Costs, a political au vision of the State of California and party of the first part, or its duly authorized agent seting within the stops of their authority. Field Orde - Is an instruction given during the course of the work.l (see Section 161). ner 1 Noter - The written instructions, provisions, conditions, or of er requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans - The official drawings including plans, ele- vations, sections, detail drawings, diagrams, general notes, in- formation and schedules thereon, or exact reproductione. thereof, adopted and approved by the Count} showing the location, character, (" dimension, and details of the work. SPSct(icati4Lu - The instructions, provisions, condi- tions and detailed requirements pertaining to the methods and man- ner of performing the work, or to the qualities and quantities of work to ba furnished and installed under this contract. Su o a or - An individual, partnership, corporation. association, o nt venture, or any combination thereof, who con- tracts with t e Contractor to perform work or labor oar render service in or about the work. The term subcontractors shall not include those who supply materials only. Sunarinte t - The representative of the Contractor who shall be present at the work sit* at all times during erform- ance of the work, Such Superintendent shall at all time be fully authorized to receive and act upon instructions for the Architect or his authorized agents and to execute and direct the work on be- half of the Contractor. Supplementary Arrsament - A written agreement providing for alteration, amendment, or a:tansion of the contract. Work - The furnishing and installing of all labor, materials, art Iles, supplies, and equipment sa specified, desig- nated, or required by the contract. F-2 (tilNG GENERAL CONDITIONS (continued) SFCTION 2. Governing Laws and Regulations: A. The Contractor shall keep informed of and observe, and canyily with and cause all of his menta and es- ploys*• to observe and comply with e11 prevailing, federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accord- ance with the latest rules and regulations of the Unifors Building Code, the Stats Fire Marshal, the Safety Orders of the Division of industrial Safety, the National Electric Code the Uniform PlumbingCode published.by the Western Plumbing Oft iciale Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to crsit work not conforming to these Codas. the Contractor shall keep copies of Codes on job at all times during construction period. C. Excerpts from Section 6422 of the Labor Coda of the State of California are included below. The Contractor shall caspjy 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 forth* excavation of an trench or trenches five feet or sore in depthshall be awarded f unless it contains a clause requiring submission by the Contractor andacceptance by the awarding bodyor by a registered civil or structural engineer, employed by te awarding body to whom authority to accept has been deli ateA, in advance of ex- cavation, of a detailed plan showing the design of shoring, bras- Log, sloping, o of other to be made for worker protection cavingfrom the ground during the excavation of such trench, or trenches. if such plan vertex from the shoring systew standards established by the Construction Safety Orders, the plea shall be prepared by a registered civil or structural engineer. "Nothing in this section shall be deemed to allow the us* of a shoring, sloping, or protective system lass effective than that required by the Construction !Safety Orders of the Uvisioa'of Industrial Safety. "Nothing in this section shall be construed to impose tort liability on the awarding body or any of ite employees. "The terms 'public works' and 'awarding body', as used in this section shall have the same meaning as in Labor Code Sea- tions 1720 and 1722 respectively." F-3 'f t r 3' k{4";.tit ''C <` ?d ,a' G t.3;4eWays l'�,v ti+���X1?�?.#,,t�t,f.+ 7a ..,�.r r• yy,.ey; ` � 'k�l• �t >' ! �l� �1 k ¢+may+ .1 �Yr`': W .+. �' i7i �"! 1 i.t.* +� "f 1 G _ � }�� . y�'3J�i'�`L�..��%s�rhvF#}:,.a '�+,'��''�':�•.�. .: "' as 4 . :+�.' ;- i gJF_JLAL CONDITIONS (continued) SECTION 3. Patents and Royalties: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates showing the payment of any such licenses or royalties, and per- mite for the use of any atented or copyrighted devices shall be secured and paid for the Contractor and delivered to the County on completion of t a work, if required. i SECTION k. t ' ibifor Wgrk and Public UCLILLttea: A. The Work: Until the forual acceptance of the work by the Counter, the Contractor shall have the charge and care thereof and shall bear the risk of injury or domwgs to an part of the work by the action of the elements or from any of or cause-ex- cept as provided in Section 23. The Contractor, at Contractor's cost, shall rebuild, repair, restore, and make good all such damages to any portion of the work occasioned by any of such causes before its accept- once. B. 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 Com tractor shall assume all responsibility concerning same for which the County logy be liable. b. Enclosing or boxing in, for portection of any public utility equipmwnt, shall be done b the Contractor. Upon comple- tion of the work the Contractor shall 'room'a all enclosures fill in all openin*o In masonry ;routing the sows watortiot 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 coa- tinuing use of•same by the County during the entire progress of.the work. { SECTION 3. f." AAd Insurances A. The Contractor to whom the work is awarded.*hall within five (S) working days after being notified enter into a contract with the owner on the Contra Costa County Standard Vora for the work in ,accordance with the drawing and Specifications shall fur- nish_and file at the some time labor and material andlaithful`per- flormance bonds as set forth in the advertieewent for bids, on a ass acceptable to the County. F-4 5 f x) 1 ,. C , r 'rCriy`",ff'`�",•y' ryC.T'` Cti t�. •" 1 y tr' ,� t J,�i9 �� Yi'� �.+1: �j 5.• n � a Gt � i',7 '' d a♦ .�, " 0 9 , '�yy! YV Z"1'g `(„{�`.q A �N til � S T�� i •'�„ cCl�:�'�^ � ,,} r���t'S, k,r., a.,G 1..:`:� x + °' 1-.Y�'.:y _z � eZ• , 9t s i � e x r k ti ,..* } 1'', [ ,t � )f t s"" t y, `eT`'. i a-':'"`f � `r ':� •�6 i il ,.�Y a7 Y� F t l } l� / ! �,Pf � ._h.. �. �7�.:• �' � �'y'W�,�T�l' } � Y ',i+y � �,IfS,",r C''' ? b ' �� 4?r�tu.t9.j Sv,' �P�'' �z; Yy. '.. �` �'��"�,#�Fii• .S,�v� I`1�.�1�k�ta'^'t��ay� �� � •n� � a^�*5J�1+'�''� � .b. GENERAL CONDITIONS (Continued) • SECTION 5. Bond and Insurance (Continued) B. Compensation Insurance The Contractor shall take out and maintain during the life of this Contract adequate Workmens' Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmens' Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. s In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmens' Compensation statute, or in case there is no applicable Workmens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected. C. Public Liability and Property Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including 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 coverage in the amount of $500,000 for any damage to property, includ- ing the loss of use thereof, arising out of each accident or occurence. Consultant shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requir- ing 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 of Agreement. D. Builders' Risk: The Owner is carrying a Builders' Risk Policy on the Project. However, each Contractor is responsible for the deductible of $5,000 per. occurence. 01),10 GENERAL C(IdDITIONS (continued) SICTION 5. BMD AM) INSURANCE (continued) E. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance, and Fire Insurance, shall be filed with the County and shall ba subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverageAf- forded under the policies will not be cancelled until at least thirty days' prior written notice has been given to Contra Cost• County, F. PERFORMANCE BOND: One bond shall be in the amount of One Hundred percent (1007.) of the Contract, and shall insure the Owner during the life of the Contract and for the term of one (1) pear from the date of acceptance of the work against faulty or i�sproper mater- ials or workmanship that may be discovered during that time. G. PANT BOND: One bond shall be in the amount of fifty percent (50x) 1 of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all clalas for labor and materials used or consumed in the performance of this contract and of all amounts under the Unemployment Insurance Act. SECTIOM 6. SUBCONTRACTING: A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recog nised as such. All persons engaged in the work will be considered as s"loysee of the Contractor. Z. The Contractor shall give his personal attention to the ful L - filant of this contract and sall keep the work under his control. When any subcontractor fails toprosecute 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 ba arranged according to various trades, or general grouping of Work, the contractor is not obligated to subet the work in such manner. The County will not entertain request* to arbitrate die- putes among subcontractors or between the Contractor and one or nota subcontractors concerning responsibility for performing any part of the work. F-6 GENERAL CONDITIONS (Continued) SECTION G. SubcontractinK (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only In case of public emergency or necessity, and then only after a finding reduced to writing as public roc- { ord of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcontractors must be in accordance with the provisions of the "Subletting and Subcontracting Fair Practices Act" beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject hill to penalties which may include cancellation of contract, assessment of 10 percent of the subcontractor's bid, and disciplinary action by the Contractors' State License Board. SECTION 7. TIME OF WORK AND DAMAGES: A. The County will designate the starting day of the con- tract on which the Contractor shall immediately bo in and thereafter diligently prosecute the work to completion, The contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal (Bid Form) r� for completion, subject only to such adjustment of time as say be set forth in this article or pursuant to Section 21. g. If the work is not completed within the time required, damage will be sustained by the County. It is and will be inprect- icable and extremely difficult to ascertain and determine the actual dmage which the County will sustain by reason of such delay; and it is therefore agreed that the Contractor will pay to the County the sum of money stipulated per day in the Specifications for each and mwery day's delay in finishing the work beyond the time pres- cribed. If the Contractor fails to pay such liquidated damees the County may deduct the amount thereof from any money due or t9at may become due the Contractor under the contract. C. The work shall be regarded as completed upon the date the County has accented the same in writint. D. Written requests for contract time extensions, along with adequate justification, shall be submitted to tho County not later than one month following the delay., E. Any money due or to become due the Contractor, may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. F-7 00212 GENERAL COMPITIONS (continued) SECTION 7. TRZ OF_WORK AND DANAGES: (continuud) F. Should the County, for any cause, authorize a sus- I. pension of work, tileLiue of such suspension will be added to the time allowed for c unpletion. Suspension of work by order of the County shall. not be deemed a waiver of the claim of the County for damages for non-completion of the work after the adjusted time as required above. SECTION B. PROGRESS SCHEDULE: See Special Conditions paragraph 1.12 SECTION 9. 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 ` temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and upon can- pletion of the work shall remove all temporary piping. B. The Contractor, at his own cost, shall furnish and in- stall all matere,all electric li ht and power equipment and wiring, all gas meters, gas equipment an� piping that is necessary to per- form 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 atoll furnish, vire for, install and main- Iain temporary electric light wherever it is necessary to provide illumination tor the proper performance and/or inspection of the work. The lightin shall provide sufficient illumination and shall be so placed and d atributad that these Specifications can be easily read in every place where said work is being performed. This tem- porary lighting equipment may be moved about but shall be maintained throughout the work, available for the use of the Engineer, Project Inspector, or any other authorized representative of the County whenever required for inspection. F-8 CBNERAL COND T*ONS (Continued) SECSECTr• U&-9-R-JARY UT LIT ES AND F C D. . .The Contrsctor s�a�_provtd T E (Continued) duration se the work, temporary toilet facilities forothehwork- sen, These facilities shall be of an n proved t to the requirements of the Count pp YPe conformin� be weathertight structures with raised floor*. and shall to have adequate• light and ventilation and door e` uip ed with Structures are latch or lock. Contractor shall service such.facilit ias 'daily, maintaining Basis in a clean and sanitaryy condition. Of site occupied by toilet facilities shall ba'graded and Portion cleaned up upon of work of facilities when so ordered and/or upon cayletiion of work. E. of he Will i lona eediirectly to the utility c all other fees required b ► p ty c fees y ospanies with thePermanentq y the utility companies and gassociatedd sted with toraryiservices care required they will be If additional fees be associ- b the Contractor. The County will nit paid phone and electricity consumed on the for water. gas, tele- ling# sakes written request to the utility until after the count1ings be sent to the County, (Normally the County wi that bil- these requests after the y pill sake project is accepted as complete.) 1R. See Special Conditions for requirements. Variations to the above .10• ?MALTS: r The Contractor shall metra application for all permits. that are required for the performance of his work by all laws 'ordinances, rules, regulations, or orders, of an bod�r wPa+end to maks or issue the same and Kevin y lawfulir shall give all notices necessary in connection therewith. }M Contractor is pat re it d to ied ction and alts. (It •ls not t� pa any charges associated with par. to the incorporated citieseforppem I Of the County to pay fees SECT • CONDUCT OF Yoar• A. The Contractor shall observe that the County reserves the right to do other work in connection with the tract or otherwise. and he shall at all times conduct work so con- as to impose no hardship on the work. He shall adjust. correct and coordinate hiothers s work wiin thteha work of others so that no discrepancies shall result in the whole work. The Contractor shall materials of proper qualit provide an adequate work force, . the work and to insure completiony, and equik%ent to prop:rl carry on etime ee each part in accordance with his schedule and with the time agreed. i - t t- F-9 rF'! kt, 'd Y y4,. ay.a� 1 •�.i.>C.�' �'FsRt y�.�w�,+,7 iu"5 ,�uY.., s:i'Y r��' tt'z 1e''jm*yt' r r Z � � 43.'� . }Y ' •�'t �; -€?i' ,v.�r" t r� ,a. # a t' ;.�". $"�t•i`'�t�_sn �� s ' ''t! `, I r t3� i } - ? ; .:5. 'qs_,-.+ �y4 `t 4. G" g�„ t"• CF :;�F :>*�l�4us� � ;•�i,� � -�itL'.1�v. ra y,` "tk',� d i t.::"�rjk�f',� GENERAL CONDITIONS (Continued) ACTION 11. CONDUCT OF WORK: C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all Iu until the job is accepted by the County. This superintsn Bent s 11 be empowered to act in all matters pertaining to the work. D. Daily Manpower Reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the site ready for the construction. He shall verify dimensions and scale of plot plans, and shall check all dimensions, levels, and construction. F. Where work of one trade joins, or is on other work, there shall be no discrepancyy or incomplete portions when the total project is complete. Tn engaging one kind of work with another, sarring or damaging same will not be permitted. Should improper work of any trade be covered by another which results in damage, or defects, the whole work affected shall be made good by the Contractor without expense to the County. G. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and setat proper tins&. An- chorage and blocking for each trade shall be a part of same, ex- cept where stated otherwise. H. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspect the work. 1. Watchmen, at Contractor's option, shall be maintained during the progress of the work as required, at the expense of the Contractor. J. If any subcontractor or person employed by the Contractor shall appear to the Engineer to be incompetent or to act in a dis- orderly 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. SECTION 12. RESPONSIBILITY FOR SITE CONDITIQNSt The following shall constitute exceptions, and the sole exceptions, to the responsibility of the Contractor set forth in Section 4, in the Instructions to Bidders: A. If during the course of the work the Contractor encount- ers active utility installations which are not shown or indicated in the plans or in the specifications, or which are found in a location substantially different from that shown, and such utilities are not reasonably apparent from visual examination, then he shall • _ F-10 �NERAt, CO ITIONS lCnnttn.. ar SEC?_0 12. K55ppN IbXLItY FOR S?Ts (continued) promptly notify the County in writing. Where necessary for c the work of the contract, the County shall issue a written order to the Contractor to make Such adjustment, rearrangement, repair removal, alteration, or special handling of such utility, including repair of the damaged utility. For the purposes of'the.fore of to other than abandoned, end "utility iaetaliationctiv�lshall mass othe following: Stems,,-petroleum products eir,:chestiicel,,weter, oe dui.t:torm water, As$, electric, and telephone pips linea or The Contractor shall perform the work described in such written order and compensation therefor will be made in accord- once with Section 21, relating, to chap es in the work. Except for the items of cast specified in such Sections, the Contractor shall receive no compensation for any other cost, damage or delay to his due to the presence of such utility. fails to live the notice Specified above and thereeaftterrtact$with- out instructions from the County, than be shall be liable for an or all damage to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof, and he shall repair and make good such d amags at his am cost. t *• If the contract requires excavation or other work to a stated lbait of excavation beneath the surface, and if during the course of the work the Counter orders a change of depth or dimsn- •tons of such subsurface work duo to discovery of unsuitable bearing material or for any other cause, then adjustment to con_ tract fries for such changge will based* in accordance,with see- tion 21. Except for the Stam$ of cost epscifiod ther sin,` the Ca- tractor shall receive no compensation for any other cost, a4mthe Ca or delay to his due to the prsavnge of such unsuitable bearing material or other obstruction; SECTIO. 1,=i ZNSPSCTION: A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect Pe work or an yy ppart thereof and the shops where work is in preparation. This oblia ation shall include maintain for such inspection. Where thescontractfrequir sswork, to be tested It sha12 not be covered-up until Inspected and approved by the County, and the Contractor shall be solely responsible for notify- in ' g the Counry where and When such work is in readiness-for inspec- tion and testing. Should an yy such work be covered without such test and approval, it shall ba uncovered at the ConGractor'.s sx- panso.` b. Whenever the Contractor intends toparform Work on Saturday, Sunday. or a legal holiday, he shell give notice to the county ..uch intention at•least two working:daya_prior to Performing such work, or such other fi#d, so that the Count period is may,be .specs- y n+i►y maks necasaary`.arrangemanta. ,s al � F 'tY F 4 r J 1. 5. '1• _� %S i '` f �^A �F FS; G • K. , e, -A'. E t :SY+'r�' t `.,9^/`v t t?.. .SJ`ea.t ,.a. '� tiJ,f� S )` n rL yds t• 4k �-::�.r}',k., s.�4k A17•. �':,Y.Jr,'^; ? :.,:4� Ali !nit�S �� �~? � � •.n�^+.y+t rr. L�ti t a�x�� .a`E' ♦'tc.�,i t"'j r r3.� FSS tit a�;� �rF �,�,,q} $5l}'}fid i`7�P:. Y,.t��:tar, 't i ;+, vt t `x,� � •!4 rn,M lc 5 0; �ay ���s t z -s Y`[ ':"Y { aT rf + 7 i� ��•r 9 �"- t�'s'"�r''x� + <;: 5.,... .> ,:'f..•. .�: w ,.. .�7v �., . t=v ,3'�: p;� .s�,`a .S .� r a:='.�;'- r%= 4c.�`r ' �r:v ;b <.�,^e: r .�:.,� p ,�. GENERAL CONDITIONS (Continued) SSECTION 13. INSPECTION: (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting such requirements shall be made good and unsuitable work or materials may be rejected, notwithstanding that such work � or materials have been previously inspected or that payment has been made. SECTION 14. RF-JtCTIONS OF MATERIALS:_ A. The Contractor shall promptly remove from the premises all materials condemned by the County as failing to conform to the Contract whether incorporated in the work or not, and the Contractor Aall promptly replace and reexecute his own work in accordance with the Contract and without expense to the County and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal. E. 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 paythe expenses of such removal within ten (10) days thereafter, he County may upon ten (10) daya written notice, sell such materials at auction or at private sale and shall account for the net pro- coeds thereof after deducting all costa and expenses that should have been borne by the Contractor. SECTION 15. INTERPRETATION OF CONTRACT REQUIRR&RrS: r l A. Correlation: The contract document* shall be interpreted as being complementary in requiring a complete work ready for use and occupancy or, if not to be oceupiid, operation. Any require- sent occurring in any one of the documents is as binding as through occurring in all. g. Conflicts in the Contract Documents: In the event of conflict in the contract documents the priorities stated in sub- divisions 1, 2, 3, and 4 below *hal govern: 1. Addenda shall govern over all other contract doucments, except the County a 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 plana. b. Specific Notes, shall govern ever all ether notes and all ether portion* of the plans. c. Larger scale drawings shall govern over smaller.*cale drawings. s ..: F-12 4 • x,<< GENERAL COi1DiTIONS (Con't.) SECTION 15, INiERP £TATION OF CONTRACT REOUIRiOMEN[S1 (.on't.) 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. b. Omissions: If the contract documents are not compl*to to to any minor detail of a required construction system or with regard to the Tanner of combining or installing of parts, materials, or equipment. but them exists an accepted trade standard for good and workmanlike construction. such detail shall be deemed to have been loplledly 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 ainRle 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. mise, and profile of the parts or materials othervlee set teeth In the contract documents. SECTION Ij- CLARIFICATIONS AND ADDITIONAL INSTRUCTIONS A. Notification by Contractors Should the Contractor discover any conflicts. aaissions. 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 there- to are not sufficiently detailed or explained In the contract documents, then. before proceeding with the work affected, he shall immediately notify the County in writing through the Construction Supervisor, and request Interpret&- tion, clarification or furnishing of additional detailed instructions concerning e the work. All such questions shall be resolved and Instruction* 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. ' g. 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 Plana and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the varto a 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. .4 C. Change Orders: See Section 21, this Division. t F-13 GENERAL CONDITIONS (Con't.) ` SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When descriptive cataloSue designations, including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. S. Reference Standards: When standards of the Federal Government, trade societies, or trade a sociation# 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 data of first invitation to bid shall be considered as part of this contract. SECTION 18. 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 4360 at seq., of the Government Code, State of California. B. Mechanical equipment, fixtures and material shall be delivered (• in original shipping crates to the job site and the County shall be notified of the receipt of such equipment, fixtures and material before uncrating. The County will, when desired, inspect such equipment, fixtures or material to determine any damage or deviation from that specified. Items damaged during delivery shall be rejected. C. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall wake application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to F 1"4 �. (� 1 : 19 GE14CRAL Ct VDITIOW (Can't.) c-CTICN ls, MATERIALS,_ ARTICLES, AND EQUIPMENT: (Con't.) that tpeciflrA. Request for substitution shall be made In ample time for tl:w County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate site samples of material, testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies, material costs. and installation costs and maintenance provisions and experience, or other data as requiredi by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be, accepted as final. Requests ror suhstitution will only be considered when offered by the Contractor with the reason for substitution, "Allure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. The, Contractor shalt Include n notice of change in contract prices, if substitution is approved. D. All materials shall be delivered to as to insure a speedy and uninterrupted progress of the work, Same shall be stored so as to csusa no obstruction, and so as to prevent overloading of any portion of the structure, and the Contractor shall be entirely responsible for dasuae or loss by weather or other cause. E. within fifteen (15) days after the signing of the Contract, the Contractor shil,ll submit fop approval to the CouDty a cosnlete list of ail materials it is grepossd t,o, usl wndgr this Contract, which differ In any respect from natoriale specified. This list shall include all materials which are nroposee by the subcontractors as wall as by himself for use In work of his Contract and which are not specifically mentioned In the Specifications. This list must also Include the figures received by the Contractor In bid form for the material or matertals which are submitted for approval or substitution. together with the figures In bid for* of the specified material or materials for which substitutions are proposed. In case a substitute Is offer" and accepted as approved equal to oatorlals specified, the cost of which is less than the cost of the, material or equipment specified, then a credit' shall be taken for the difference between the two costs in order that the County shall obtain whatever band its say be derived from the substitution. Failure to propose the substitution of any article within thirty-five (33) days after the aNnint of the Contract may be deem" sufficient cause for the denial of request for substitution. ECTION 14. SHOP DRAWINGS, DESCRIPTIVE Q&TA, SAMIJ, ALT£R_NATIV£S: A. The Contractor shall submit promptly to the, County, so as to cause no delay in the work. all shop drawing*, descriptive data and "spite for the various trades as required by the specifications, and offers of altar• natives, if any. Such submittals shall be checked and coordinated by the Contractor with the work of other trades involved before they are submitted to the County for examination. Al 4• F-15 .�o'20 GENERAL 00HPITIONS (Con't.) SRrTION 19. SNDP DRAWINGS, DESCRIPTIVE DATA, SAMPLES, ALTERNA?1VES: Won't.) g. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schedule, or five (S) copies if no schedule is included in these documents. The drawings shall show completely the work to be done; any error or omission shall be made good by.the Contractor at his own expense, even though the vork be installed before same becomes apparent, as approval by the County covers general layout only, fabrication, details and inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of manufacturer's brochures or other data required by the specifications in the number of copies as required in submittal schedule, or five (S) copies if no schedule is included in these documents. The County will examine such submittata, noting thereon corrections, and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles, materials or equipment as required by the specifications. The work shall be in accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option. will become the property of the County or will be removed or diposed of by the County at Contractor's expense. E. Alternatives: For convenience in designation on the plans C or in the specifications. certain materials, articles, or equipment may be designated by a brand or trade name or the name of the manufacturer together with catalog designation or other Identifying information, hereinafter referred to generically as "designated by brand name". An alternative material. article. or equipment which Is of equal quality and of the required characteristics for the purpose Intended may be proposed for use provided the Contractor complies with the following requirements: 1. The Contractor shell submit his proposal for an alternative In writing within the time limit designated in the specifications. or if not designated. then within a period which will cause no delay In the work. 2. No such proposal will be considered unless accompanied by complete information, and descriptive data, necessary to determine the equality of the offered materials, articles, or equipment. Samples shall be provided when requested by the County. The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equip- went shall be upon the Contractor. The County shall be the sole judge as to such wtters. In the event that the County rejects the use of such alternative materials, articles, or equipment, then one of the particular product& designated by brand naw* shall be furnished. 10 `,. F-16 �,: • UNERAI. C0401171UNS (Con't.) :ECTiLN 19, SHUP DiAWINGS, DESCRIPTIVE DATA. SAMPLES, ALTEMATIVES: (Can't.) The County will examine, with reasonable promptness. such submittals. and return of submittals to the Contractor shatl not relieve the Contractor from respoi+9ibillty for deviations and alternatives from the contract Plans and specifications. nor shall It relieve him from responsibility for errors in the submittals. A failure by the Contractor to identify in his letter of transmittal material deviations from the plans and Specifications shall void the submittal and any action taken thereon by the County. When specifically requested by the County. the Contractor shall resubmit such shop drawings. descriptive data, and samples as may be required. If any mechanical. electrical. structural. or other changes are required for the Proper installation and fit of alternative materials, articles. or equipment. or because ofdwiatlons from the contract plans and specifications. such changes shall not be made without the consent of the County and shall be made without additional cost to the County. SECTiCN 20, SAMPLES AND TESTS: The County reserves the right at Its own expense to order tests of any part or the work. If as a result of any such test the work is found unacceptable. It will be rejected and any additional teat 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 super- vision. of, or directed by, and at such places as may be convenient to the County. Materials. articles. and equipment requiring tests shall be delivered in ample time before intended use to allow for testing. and none may be used before receipt of written approval by the County. Any sample delivered to the County or to the premises for examination, Including testing. shall be disposed of by the Contractor at his own expense within not more than ten (10) days after the Contractor acquires knowledge that such examination is concluded. unless otherwise directed by the County. SECTION 2 1. CHANGE ORDERS: The County reserves the right to order in writing changes in the plans and specificationst without voiding the contract, and the Contractor shall comply with such order. No change or deviation from the plans and specifications will be made without authority in writing from the County. Changed work shall be performed in accordance with the original requirements of the Contract Documents and previous fully executed Change Orders. A Change Order may adjust the contract price either upward or down- ward in accordance with either or a combination of the following bases, as the County may elect: (1) On a lump sum basis as supported by breakdown of estimated costs. F-17 00222 • r GENERAL CONDITIONS (Con't.) SECTION 21. CHANCE ORDERS: (Coni.) (2) on a unit+price basis. (3) on a cost-plus basis in accordance with the following conditions: (a) MARK-UPS: 1. For work performed by the Contractor an amount equal to the direct cook (as defined herein) of the work plus 15% of the direct costa for overhead and profit. 2. For work performed by a sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 207. of the direct costs for overhead and profit. (Suggested breakdown: 15% to the sub-contractor, 5% to _ _ Contractor.) ). For work performed by a sub-sub-contractor an amount equal to the direct costs (as definedherein) of the work plus 25% of the direct costs for overhead and profit. (Suggested breakdown: 15% to sub-sub-contractor, 5% to sub-contractor, 5% to Contractor.) 4. In no case will the total mark-up be greater than 25% of the direct costs notwithstanding the number of contract tiers actually existing. r_ 5. For deleted work the mark-up shall be 10% of the direct costs or the agreed upon estimate thereof. (b) DIRECT (Y1 S: 1. Labor: The costs for labor shall include any employer payments to or on behalf of the workmen for health mad welfare, pension, vacation and similar purposes. Labor rates will not be recognized when in excess of those prevailing in the locality and time the work to being performed. 2. Materials: The actual coot to the Contractor for the materials directly required for the performance of the change work. Such cost of materials may include the cost of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited to the County. If the materials are obtained from a supply or source owned wholly or in part by the Contractor, payment therefore will not exceed the current wholesale price for such materials. The term "trade discount" includes the concept of cash discount. • F-18 GENLSAL CMITIOAS (Con't.) SECTION 21. CHANGE ORDERS: (Coni.) -r 2. Materials: (Coni.) If, in the opinion of the County, the cost of materials is excessive, or if the Contractor fails to furnish satisfactory evidence of the cost to him from the actual supplier thereof, then in either cage the costof the materials' shell be,deemed to be the lowest current wholesale price At which similar- materials ate xrF svaflable in the quantities required. `The County"reeerves.`ths right:to furnish such mterials os it .dnlls advisable, eM'the 3 Contractor shall have.no claims for coats or prim tis'on material furnished by the county. 7. Equipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any time less then 30 minutes shell b}.considered one-half hour. No payment will be made for time while equipment is inoperative due to breakdowns or for non-working days. In addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return 'it to the source. If such equipment is not moved by its own power, than loading and transportation costs will be paid in lieu of rental time therefor. However, neither movi% time nor loading and transportation costs will be paid it the equipment is used on the ( . project in any other way than upon the changed work. Individual Places o_f equipment havins a replacement_ value at. I OOo or �! shall be considered to be tools oe small eouiswut -Lad _e"paymat will be made therefor. For equipment owned, furnished, oriented by the Contractor, no cost therefor shell be recognised in.excess of the rental rates established by distributors or equipment rental agencies in tM locality where the work is performed. The amount to be paid to the Contractor-for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubrication, supplies, small tools, small equipment,,necessary,attachments, repairs and maintenance of any kind, depreciation, storage, insurance, labor (except for equipment operators), and any and,all'costs to the Contractor incidental to the use of such equipment. (c) ALLOWABLE TIME EXT OSIONS: For any change in the .work,"the Contractor shall be entitled only to such adjustaenti in time by which coepletion*of the entire work is delayed due to performance of the"changed work.* Each estimate for *'change in the work submitted".by the Contractor shall state the amount of extra_'time that he considers should be allowed tar • making the requsated chane. R We �?.'X`;` „�.2,.•� r.i`}r.���f:.,,�,e� xf�. t>: {.g er.^.�"i.�.tl:'�/'R h'"^'§,; �y} �tk} '.ar:,e e.;2 ..l;yy5r.tv��: ,i t,�.., s+sx'.:,.t^ tit r.r ti ,i 41•.t.� g '�'".e r�sx `' ra.;o. tt'`L1r t `'S� ' •�.i k:�a'-� ,i tr. aC,,T:.. :,x ar ,.�•tx ,t � •'.r�r� .,vents} '? v, �::����t."yj ." 'i+ ,2�'-' ;4tS,�n1 ^. •..y� l.. {,gam!:. s,.,,, ;. �.., 'i.�.. •eve .},.' �+.;fib+,., .}r;:i' 7 + 'e' i <�� ,f7 4..:a• „ .,`�,.._ %i'� "� ,;,:�'��L.G-ws�'`al.':.. �^r`^tl`-.`" ��' .7�:�'s;�,.a 'w" '`Z ��� `rC t'. �,..z .,-�t`L•a SFtT, ,-�K7 m �:i'� �"' �„ t � - . GENERAL CONDITIONS, (Con't.) SCCCION"21. ClU1NCE oRDERs: (Con't.) (d) RECORDS AND SUPPORTIVE INFORMATION: (1) The Contractor shall maintain his records in such a sonar 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 wan hours and material quantities required for cost plus work. The Contractor $hail use a form approved or provided by the 'County. The,101108 will be filled out in duplicate and the County's inspactor will_rwisw and Y attach his-approving sianaturi t_ the torw on the day the Mork S formed. (7) Rental and material charges shall be substantiated by valid copies of vendors invoices. (4) The contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAILURE TO AGREE AS TO COST: 16. Notwithstanding the failure of the County and the Contractor to agree as to coat 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. . s F-20 i • i�+ �� z J, J f -- i a t t f ti cr ti��*.•. t -F: 'rj,4.z.ri k°rk .,� ly 7 �•Yt„ y i ., '':�"3 9`„Yy, < rjR 4 �wr"%.', _ F'�fi - `s {c1: +iuk <'J y�TM`.i A �c `t Q. a t4`Y`� l a • �i'.��..A �x.���.2�,. � k i j V '� �� . � x e s� � � vt ` '1� h#�S �4j T^��� ��i,Ar•, .# GENERAL CONDITIONS (Con't.) SECTION 22. IASOlt- Every part of the work shell .be accomplished by workman, • aborersi. or mechanics especially skilled in the 'class of workrequired and workmanship i' shell be the best. SECTION 23. OCCUPANCY BY THE COUNTY PRIOR TO ACCEPTANCES 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 24 or during the guaranty period after such acceptance, as set forth in Section 20. SECTION 24, PRESERVATION AND CLEANINGI A. The Contractor shall protect and preserve the work from all damage or accident, providing any temporary roofs, window and door coverings, boxings or other construction as,required by the County. This shall Include any adjoining property of the County and others. 3. The Contractor shall properly closa.the work as it.progresses. As directed during construction, rubbish'shall be removed, and at completion the whole work shall be clesnod and all temporary construction, equipment and rutbish shall be removed from the alto, all being left in a clean and proper condltier ! satisfactory to tiv County. SECTION 25 PA)'liENT OF FIDIMI,oII STATC__TAX65i 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 Clae Tax'Exe�ptlan Certificates xe to the Contractor for any articles which are required to be furnished under the 3 a , � � ar, y.,"�y#,'� 1f2 t��, sx„n. } �„si•r�-a-"�Af: '"�'.'1` w'�,} '{ }>'" ��t ;,rel w��� i Y., yi '+s $ rrJ�xy t ti + •it$ °SF A .F�t'j F six Y } fi +�> +k '.�'. '�S '` .'''':r` ...''� �" "i � ", ti.,! '•x t " X, t {*''�,sV*� zS ,, ' �yr� � }} wr R c�bxy�y'r�' ,.' �� i44��, v� -s r�,.y.,� i�'�� ,lt�.. '�' •f.. ,�.�y. .�, .r;?a§,.j - -?". ` 'd c;;(`f�.,'3 .tom i-'�:a. GENERAL CONDITIONS (Con't.) SECTION 25. PA MYT OF FEDERAL OR STATE TAXES: (Con't) Contract and which are exempt from Federal Excise Tax. SECTION 26, ACCEPTANCE' A. The work shall be accepted in writing only when it s shall have been comppleted satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. B. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any necessary arrangements for fire insurance and extended coverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings - all as required by the contract documents. SECTION 27, FINAL PAYMENT AND WAIVER TO CLAIMS: After the official acceptance of the work by the County, � - the Contractor shall submit to the County, on a form acceptable to the County, a request for payment in full in accordance with the c.o.ntract. The form "Statement to Accompany Final Payment" ( OII 44_ ) shall be completed, signed by the Contractor, and submitted to t e County with the final payment request. SECTION 28. GUAAANTEE: A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with requirements of all con- tract, and further guarantees the work of the contract to be and remain free of defects in workmanship and materials for a period of one year from the date of acceptance of the contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all work, together with any other adjacent work which may be displaced in so doing, that may prove to be not in its workmanship or material within theuar- antee period specified, without any expense whatsoever to the County, ordinary wear and tear and unusual abuse or neglect excepted. A. Contract bonds are in full force and effect during the guarantee period. C. The Contractor further agrees, that within 10 calen- der days after beim notified in writing by the County of any work not in accordance with the requirements of the contract or any • ` L F-22 i GXMRAL CONDITIONS (Con't) SECTION 28. G,ARANTEE (con't•) defects in the work, he will cosmmence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee, and to complate the work within a reasonable period of time, and in the event he fails to so comply, he does hereby authorise the County to proceed to have such work done at the Contractor's expense and he will pay the cost thereof upon de- mand. The County shall be entitled to all costs, including reasonableattorney's fees, necessarily incurred upon the con- tractor's refusal to pay the above costs. Notwithstending the foregein paragraph in the event of an emergency constituting an llaam�ss fate hatar� to the health or safety of the County's employees, property, or licen- sees, the County may undertake at the Contractor's expense with- out pprior notice all work necessary to correct such hazardous conditione when it was caused by work of the Contractor not being in accordance with the requirements of this contract. U. The general contractor and each of the listed sub- contractors shall execute and furnish the County with the standard guarantee fors. (see Page 24) F-23 I GUARANTEE POR OONTRA ODSTA COUNTY WILING MARTINEZ, CALIFORNIA We hereby guarantee to the County of Contra Costa the (Type of Work which we have Installed in the (Mane of luilding) California, for year (a) use from date of filing of the completion notice in the Office of the County Recorder. We agree to repair or replace to the satisfaction of the County any or all such work that nay prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other work which may be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions within a reasonable time after being notified in writing, we, collectively and separately, do hereby authorise the owner to proceed to have the defect& repaired and made good at our expense and we will pay the costs and charges therefore issediately upon demand. This guarantee covers and includes any special teres, including time periods, specified for this work or materials In the plane and specifications for this project. This guarantee supersedes any previous guarantees we have meds for this particular project. SUBCONTRACTOR Date: _ (Affix Corporate $eal) GENERAL CONTRACTOR Oats: (Affix Corporate Seal) NOTE: If the firm is not a .corporation, add a paragraph stating the type of business organisation and the capacity and authority of the person signing the guarantee. F-24 FORM STATEMENT TO ACCOMPANY FINAL PAYMENT To: Contra Costa County public Works Department County Administration Building Martinez, California Re: Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payment includes herein all claims and demands, of whatever nature, which he has or may have against the County of Contra Costa in connection with the contract to construct the above-entitled project, and that payment by the County of the final estimate *hall discharge and release it from any and all claims. The undersigned hereby certifies that all work, labor, and materials' on this project have been furnished and purchased in full compliance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and that the amount therein is justly due. I declare under penalty of perjury that the foregoing is true and correct. Dated , at (City) s California. F-25 CONTRACT (Construction Agreement) , (Contra Costa County Standard corm) 1. SPECIAL TER11S. These special terms are incorporated below by reference. (S§2,3) Parties [Public Agency] [Contractor] Complete legal name (S2) Effective Date: (See 54 for starting date.) (§3) The Work: (SO Completion Time: [strike out (a) or (b) and "calendar" or "working"] (a) By (date] (b) Within calendar/working days from starting date. M) Liquidated Damages: $ per calendar day. (S6) Public Agency 's Agent: (S7) Contract Price: $ (for unit price contracts: more or less, in accordance with finished quantities at unit bid prices.) (Strike out parenthetical material if inapplicable.) 2. SMIAVURES & ACY.11041LEDGIIDYT. Public Agency, By: (President, Chairman Or Other Designated Representative) (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor Code §1861 concerning Workers' Compensation Law. By: [CORPORATE (Designate o ficial capacity in the business SEAL] • By: Designate official capacity in the business Note to Contractor (1) Execute acknouZedgment form below, and (2) if a corpora- tion, affix Corporate Seal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -• - - - - - - - - - - - - - - - State of California ) ACKR OWLEDGMENT (by Corporation, County of ) ss' Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual. and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated. • (NOTARIAL SEAL] Notary Public FORM A11PROVLD by County Counsel. (CC-1; Rev. 11-76) 04► 31 3. WURI, CONTRACT, CHANGES. 0 By their signatures in Sectic , effective on the above date, these parties promise and agree as set forth in this conti.,ct, 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 wor):; and will furnish all materials, labor, services and transportation necessary, jWonvenient and proper in order fairly to perform the requirements of this contract, all trictly 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. TINE: 140TICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the Notice to Proceed; and shall complete it as specifibd 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 agrees] that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Sec. 1, the result of the parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said work; and if the same be not paid, Public Agency may, in addition to its other remedies, deduct the same from any money due or to become due Contractor under this con- tract. If the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of wort; or extension of time, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the wort:, 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. INTUGRATLU UOCU1•ENTS. The plans, drawings and specifications or special provisions of the Public Agency s call for bids, and Contractor's acccted bid for this work are hereby incorporated into this contract; and they are intended— to co-operate, so that any- thirrg exhibited in tyre 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.rneaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, anZ__a_s_-ruM compensation for all this work, the Public Agency shall pay the Contractor the sum 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 the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the araount determined to be due, minus 108 thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have begn removed, replaced and made good. 8. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or Fecau-se of later discovered evidence nullify all or any certificate for payment, to such extent and period pf time only as may be necessary to protect the Public Agency from loss because of; (1) Defective work riot 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) Ramage to the Public Agency, other than damage due to delays. �) 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 th��e� r r work, it small issue a curtifi. _e to the Contractor and pay ti. .balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all clams for labor and materials have Leen 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 seasonable inuications of defective or missing wort: or of late-recorded notices of liens r claims against Contractor. 9. INSURANCL. (Labor Code S51060-61) On signing this contract, Contractor must give ublic 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. BOIJUS. 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. FAILURV TO PL'RFORM. 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 Secs... 1735, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agraujaent complies therewith. The parties Specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially ii Secs. 1775 i 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code SS4100-4113 are incorporated herein. 14. 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 cra 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 wor):ing 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 provides) for by applicable collective bargaining agreements. All skilled labor not listed above count 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 thea 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 an such) for which no minimum wage rate is specified, the Contractor shall it-unodiately notify the Public Agency which shall promptly determine the prevailing wage rate tiiurefor 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 contiiivanco of such employment. 15. HOURS OF LAISUR. Light hours of labor in one calendar day constitutes a legal day's wc� r'rk, ani no wor :rnan employed at any time on this work. by the Contractor or by any sub- contractor shall be required or permitted to wor): longer thereon except as provided in for Code Secs. 1810-1815. 6. APl'1tLUTICLS. Properly indentured apprentices may be employed on this work in accordance with Labor Code ,Secs. 1777.5 and 1777.6, forbidding discrimination. (CC-1; Rev. 11-76) G-3 00 t13 17, 11'RLFLH1*,i4CL FOR MiTLRIAL The Public Agency desires to smote the industries and 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, ASSIGIVIENT. 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 PUBLIC AGUNCY. 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 11AWILESS & INUEMITY. (a) Contractor promises to and shall hold harmless and Indemnify from the liabil'it es as defined in this section. M 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. M The actions causing liability are any act or omission (negligent or non-negligent) in connection WIT—hthe matters covered by this contract and attributable to the contractor# subcontractor(s) , or any of(icer(s) , agents) 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 whather" 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. rt Nyv .7 AFFIRMATIVE ACTION PLAN, COUNTY OF CONTRA COSTA 1 . AREA AFFIRMATIVE ACTION PLAN The Area. Plan applicable to this project 'shall be the Contra Costa Plan on minority employment. Organizations subscribing to said Plan include, but are not limited to, certain trades from the Contra Costa County Building and Construction Trades Council , Local Construction Trade Unions, and General and Specialty Contractors' Associations. Contractors participating in the Contra Costa Plan may qualify under Part 1 of Section E (2), "Affirmative Action Requirements," of these special provisions for the following designated craft, if said craft is to be utilized on this project: PLU14BERS #159 2. AFFIRMATIVE ACTION REQUIREMENTS Part 1 : The provisions of this Part 1 apply to bidders, contractors and subcontracts with- respect to those construction trades for which they are parties to collective bargaining agreements with a labor organization or organizations and who, together with such labor organizations, have agreed to the Tripartite Agreement for Contra Costa County, California (but only'as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization), together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor using one or more trades of construction employees must •comply with. either Part 1 or Part 11 of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with these conditions by its inclusion, with its union, in the Contra Costa Plan a specific commitment by that union to a goal of minority manpower utilization for such trade "A." thereby meeting the provisions of this Part 1 , and by its commitment to Part 11 in regard to trade "B" in the instance in which it is not included in the Contra Costa Plan and, therefore, cannot meet the provisions of this Part 1. To be eligible for award of a contract under Part 1 of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part 111 hereof. Part 11 : A. Coverage. The provisions of this Part 11 shall be applicable to those bidders, contractors and subcontractors, who, in'regard to those construction trades to be employed by them on the project to which these bid conditions pertain. 1 . Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part 1 hereof; 2. Are signatories to the Contra Costa Plan, but are not parties to collective bargaining agreement's;' Part 11: A. Coverage (Con't) 3. , Are signatories to the Contra Costa Plan, but are parties to collective ' argaining agreements with labor organizations who are not hereafter cease to be ..ignatories to the Contra Costa Plan. 4. Are signatories to the Contra Costa Plan, but as to which not specific commitment to goals -of minority manpower utilization by labor organization have been executed pursuant to the Contra Costa Plan; or S. ' Are no longer participating in an affirmative action plan acceptable to the Director, OFCC, including the Contra Costa Plan. 8. Requirement--An Affirmative Action Plan. The bidders* contractors and subcon- tractors described in paragraphs 1 through 5 'above will not be eligible for award of A contract under this' Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part ill hereof that it adopts the minimum goals and timetables of minority manpower utilization, I/ and specific affirmative action steps set forth in Section 8. 1 and 2 of this Part 11 directed at increasing minority manpower utilization by means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program pursuant to Section 8.3 of this Part 11 . Both the goals and timetables, and the affirmative action steps must meet the requirements of this Part 11 as set forth below for all trades -which are to be utilized on the project; whether-subcontracted or not. 1 . Goals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade -not othgrNise bound by the provisions of Part 1 'hereof for the following time periods for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades tto be utilized on the project shall be as follows: Until 9/30/720 - 11 .8% , From 10/1/72 until 9/30/73 11 .8% - 14.5% From 10/1/73 until 9/30/74 14.5% 17.0% From. 10/1/14 until 9/30/75 17.0% - 19.5% ' In the event that under a contract which is 'subject to these Bid Conditions any. work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the ranges for the period ` 10/1/74 through 9/30/75 sha11 be applicable to such work. The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be. worked by the bidder's, contractor's and subcontractor's entire work force in that trade on all projects in Contra Costa County, California during the performance of I/ Minority is. defined as including- Negroes.. Spanish Surnamed Americans. ,Drientals and .Americsn Indians. �-� ' •2 09' 33 B. Requirement--An Affirmative Action Plan (Con't) • its contract or subcontract. The manhours for minority work and training must be substantially uniform throughout the length of the contract on all projects and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-employer or from project-to-project for the sole purpose of meeting the contractor's or subcontractor's goals shall be a violation of these conditions. ? In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part 11 , every effort shalt be made to find and employ qualified journeymen. However, where minority journeymen are not available, minority trainees in pre-apprenticeship, apprenticeship, journeyman training or other training programs may be used. In order that the nonworking training hours of trainees may be counted in meeting the goal , such trainees must be employed by the contractor during the training period, the contractor must have made a commitment to employ the trainees at the completion of their training and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered. ' A contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this Part 11 by the employment and training of minorities in the appropriate percentage of his aggregate work force in Contra CostA County, California for each trade for which it is committed to a goal under this Part 11 . However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to. meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part 11 and has made Avery good faith effort 'to make these steps work toward the attainment of its goals within its timetables, all to the purpose of expanding minority manpower utilization on all of its projects in Contra Costa County, California. In all cases. the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part 11 shall be subject to the requirements of that Part, regardless of the obligations of its prime contractor or lower tier subcontractors. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions including the provisions relating to goals of minority employment and training. . . 2. Specific Affirmative Action Steps. Bidders, contractors and subcontractors subject to thisfart 11-must engage in affirmative action directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps: ' a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of .the organizations' response. H=3 �' B. Requirement--An Affirmative Action Plan (Con't) b. The contractor shall maintain a file of the names and addresses of each minority worker referred to him and what action was taken with respect to each such zferred worker and, if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefor. c. The contractor shall promptly notify the CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT when the union or unions with whom the contractor has a collective bargaini agreement has not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal . d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organizatio_ by including it in any policy manual ; by publicizing it in company newspapers, annual reports, etc. ; by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posing of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, speci- fically including minority news media; and by notifying and discussing it with all subcontractors and suppliers.. The contractor shall make specific and constant personal (bosh written and oral recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organi- zations within the contractor' s recruitment area. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. , i. The contractor shall validate all man specifications, selection require.. ments, tests, etc. J. The contractor shall make every effort to promote after-school ; ,summer and vacation employment to minority youth. . k. The contractor shall develop' on-the-job training opportunities and participate and assist in any association or employer-group training programs relevant to the contractor's employee needs consistent with- its obligations under this Part 11. 1 . The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek •such opportunities. ' The contractor shall make sure .that seniority practices, job classifica. tions, etc. , do not have a discriminatory effect. " N-4 �� B. Requirement--An Affirmative Action Plan (Con't) n. The contractor shall make certain that all facilities and company activities are nonsegregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority contractor association. 3. Contractors and Subcontractors Deemed to be Bound by Part 11 . In the event a contractor or subcontractor, who is at the time ng eligib a under Part 1 of these Bid Conditions, is no longer participating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, he shall be deemed to be committed to Part 11 of these Bid Conditions. Further, whenever a contractor or subcontractor who, at the time of bidding is eligible under Part 11 of these Bid Conditions, uses trades not contem- plated at the time he submits his bid, he shall be committed to Part 11 for those trades. Whenever a contractor or subcontractor is deemed to be committed to Part 11 of those Bid Conditions, he shall be considered to be committed to amanpower utili- zation goal of the minimum percentage range for that trade for the appropriate year. 4. Subsequent Signatory to the Contra Costa Plan. Any contractor or subcontractor subject to the requirements of this Part 11for any trade at the time of the submission of his bid, who, together with the labor organization with whom it has a collective bargaining agreement, subsequently becomes a signatory to the Contra Costa Plan, either individually or through an association, may meet its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and submits a new certification committing himself to Part 1 of these Bid Conditions. No contractor or subcontractor shalt be deemed to be subject to the requirements of Part 1 until such certification is executed and submitted. S. Nondiscrimination. In no event may a contractor or subcontractor utilize the goals, timetables or, affirmative action steps required by this Part 11 in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. • Part III: Certifications. A. Bidders' Certification. A bidder will not be eligible for award of a contras ender this Invitation for Bids unless such bidder has submitted as a part of its bid ,.he following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION 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 1 of these Bid Conditions for participation in the Contra Costa Flan, 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 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific af;ir:native 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 it's subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions, Signature of authorized representative of bidder B. Requirement--An Affirmative Action Plan (Con't) * Part III: Certifications. (Con' t) B. Subcontractors' Certifications. . Prior to the award of any subcontract under this Inv Cation for Bids, regardless of tier, the prospective subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: SUBCONTRACTORS' CERTIFICATION certifies that: Subcontractor 1 , it intends to employ the following listed construction trades in its work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the _ Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: _.� and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. -ISignature of authorized representative of bidder C. Materiality and Responsiveness. The certifications required to be made by the bidder pursuant to these Bid Conditions is material and will govern the bidder's Performance on the project and will be made a part of his bid. Failure to.submit the certification will render the bid nonresponsive. Part IV: Compliance and Enforcement. Contractors are responsible for informing' their subcontractors regardless of tier) as to their respective obligations under Parts 1 and 11 hereof (as applicable). The bidder, contractor or subcontractor shall carry out such- sanctions and penalties for violation of the equal opportunity • Sample form only. Official- form is part of the Proposal (Bid form) Section. -� 09'141 S. Requirement--An Affirmative Action Plan (Con' t) Part IV: Compliance and Enforcement. (Con't) Wiause, including suspension, termination and cancellation of existiag subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. Any bidder or contractor or subcontractor who shall. fail to carry out such sanctions and penalties shall be deemed to be in noncompliance with these Bid Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part l of these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade' s goals of minority manpower utilization, or of the requirements of Part 11 hereof by a contractor or subcontractor who is covered by Part 11 , shall be deemed to be in noncompliance by such contractor or subcontractor with the Equal Opportunity Clause *of the contract, and shall be grounds of imposition of the sanctions and penalties provided herein. The Contra Costa County Public Works Oepartment shall review its contractors' and subcontractors' employment practices during the performance of the contract. In regard to Part 11 of these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or subcontractor shall be presumed to be in compliance with these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency othe rNise determines that the contractor or subcontractor is not providing equal employment' opportunities. In Judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor' s or subcontractor' s minority manpower utilization and will not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has railed to comply with the requirements of these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate, including,. but not limited to: 1 . Withholding of payments to the contractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or 3. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is ' implementing an Equal ' Employment Opportunity program which conforms to the. provisions contained herein. ' When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met- the requirements of Mesa Bid Conditions, but the contractor's failure to meet his goals shall shift to him -the requirement to come io r4ard with evidence to show that he has met the "good faith" requirements of these ld Conditions by instituting at least the Specific Affirmative Action steps listed (�f H-s 1r'42 B. Requirement--An Affirmative Action Plan (Con't) Part IV: Corn liance and Enforcement.. (Con't) above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings' shall be taken into consideration by Contra Costa County in determining whether such ' contractor or subcontractor can comply with the requirements contained therein and is therefore a "responsible prospective contractor." It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. The procedures set forth in these conditions shall not apply to any contract when the Contra. Costa County Public storks Department determines that such contract, is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports . relating to the provisions of these Bid Conditions as shall be required by the Contra Costa County Public Works Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTOR'S EEO REPORT or optional form 66, MONTHLY MANPOWER UTILIZATION REPORT will be required monthly. Additional forms or reports that may be required will be presented at a pre-construction conference to be held prior to the start of work. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Works Department. r H-9 . rtULMML KLIJUIMCr1rn14 The Contractor is informed that Federal Funds will be used to finance this Project and the following Federal requirements must be complied with: Equal Employment Opportunity -- During the performance of this Contract the Contractor agrees as follows: (1) Minimum Wages ( i) 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 unconditionally 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 the 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 and made a part hereof, regardless of any contractual relationship which may be- alleged to exist between the contractor 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 1 (b) (2) of the Davis-Bacon Act on behalf of laborers or mechanics, subject to the provisions of 29 CFR 5.5 (a) (1) (iv). Also for the purpose of this. clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period are deemed to be constructively made or incurred during such weekly period. (ii) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclas- sified 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 to be used, the question accompanied by the recommend- ation of the contracting officer shall be referred to the Secretary for final determination. (iii) The contracting officer 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 contractor is obligated to pay a cash equiva- lent 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, accom- panied by the recommendation of the contracting officer, shall be referred to the Secretary of Labor for determination. (iv) If the contractor does not make payments to' a• trustee or other third person , he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a pian or program of a type expressly listed in the wage, determination decision of the Secretary of labor which is a ' 00244. 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. (2) Withholding The County 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 employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic 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 construction or development of the pro- ject, all or part of the wages required by the contract, the (Agency) 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. (3) Payrolls and basic records (i) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or develop- ment of the project. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in section 1 (b) (2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found "under 29 CFR 5.5 (a) (1 ) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (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 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. (ii) The contractor will submit weekly a copy of all payrolls. to the (write in name of appropriate Federal agency) 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 (write in name of agency) . 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 classifications set forth for each Taborer or mechanic- 0024"J . echanic•0902 J ' ,, 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 responsible for the submission of copies of payrolls of all subcontractors. The contractor will make the records required under the labor standards clauses of the con- tract available for inspection by authorized representatives of the (write the name of agency) and the Department of Labor, and will permit such representatives to interview employees during working fours on the job. (4) Apprentices Apprentices will be permitted to work as such only when they are registered, individually, under a bona fide apprenticeship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training. United States Department of Labor; or, if no such recognized agency exists in a State, under a program registered with the Bureau of Apprenticeship and Training, United States 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 employee listed on a payroll at an apprentice wage rate, who 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 contracting officer 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. (5) Compliance with Copeland Regulations (29 CFR Part 31. The contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference. (6) Subcontracts The contractor will insert in any subcontracts the 'ciauses' ' contained in 29 CFR 5.5 (a) (1) through (5) and (7) and such other clauses as the (write in the name of Federal agency) may by ap- propriate instructions require, and also a clause requiring the ' subcontractors to include these clauses in any lower tier sub-• contracts which.they may enter into, together with a clause re- quiring this insertion in any further subcontracts. that may in turn be made. (7) Contract termination; debarment A .breach of clauses (1) through (6) maybe ground$ for termination of the contract, and for debarment as provided in 29CFR 5.6: 010'45 APPUNTICE AND TRAINEE EMPLOYMENT REQUIREMENTS • (1 ) The contractor agrees: (i) That he will make a diligent effort to hire for the performance of the contract a number of apprentices or trainees, or both, in each occupa-. tion, which bears to the average number of the journeymen in that oceupa- tion to. be employed in the performance of the contract the applicable ratio as .determined by. the Secretary of Labor; (ii;. That he will assure that 25 percent of such apprentices or trainees in each occupation are in their first year of training, where feasible. Feasibility here involves a consideration of (a) the availability of training opportunities for first-year apprentices , (b) the hazardous nature of the work for beginning workers, (c) excessive unemployment of apprentices in their second and subsequent years of training. (ii- ) That during the performance of the contract he will , to the greatest extent possible, employ the number of apprentices or trainees necessary to meet currently the requirements of subdivisions (i ) and (ii ) of this sub- parz:graph. i (2) The contractor agrees to maintain records of employment by trade of the number of apprentices and trainees, apprentices and trainees by first year of training , and of journeymen, and the wages paid and hours of work of such apprentices , trainees and journeymen. The contractor agrees to make these records available for inspection upon request of the Department of labor and the Federal agency concerned. (3) The contractor who claims compliance based on the criterion stated in Sect. 5a.4(b) agrees to maintain records of employment, as described in Sect. 5a.3 a (2) . on non-Federal and non-Federally-assisted construction wor{: done during the performance of this contract in the same labor market area. The contractor agrees to make these records available for inspection upon request of the Department of Labor and the Federal agency concerned. (4) The contractor agrees to supply one copy of the.written notices re- quired in accordance with Sect. Sa A(c) at the request of Federal agency compliance officers. The contractor also agrees to supply at 3-month intervals during performance of the contract and after completion of contract performance a statement describing steps taken toward making a diligent effort and containing a breakdown by craft, of hours worked and wages paid for first-year apprentices and trainees, other apprentices• and trainees, and journeymen. One copy of the statement will be sent to the agency concerned, and one to the Secretary of Labor. (5) The contractor agrees to insert in any subcontract under this con- tract the requirements contained in this paragraph (29 C.F.R. 5a3(a) (1 ) , (2) , (3) ,. (4) , and (5)) . Sections 5a.4, 5a.5; 5a6, and 5a7 shall also be attached to each such contract for the information of the contractor. The term "contractor" as used in such clauses in any subcontract shall mean the subcontractor. MODIFICATIONS P. i MOOIFICATIOUS P. 2 CISON m: r'A7t-5070 = :rd."a4 DECISION NO. CA77-5090 (Coned) - - L 2 lit>.S:•193-5cpt.•�I•.r 17 IYl7) Fria.E.n:fit.Per..:n.. r s•u F,•ws.B.-fol.P.r••../s _ Y Alaxda;.Alv(ne. Asudor. Eutte, B..:c Retic Grua1 Ma.dy Ed.or•en . fi41arcras, Coluea, Cogtt. , Ile••ir R.I.& M L of .n .. rOel Fortt.'EI Dorado, Fresno, Rete. maw -F-.64. VueWe owe. _ - AM••�• �. `i.itgq `.Mwb•Idtfi K1nCs l+lke. . r•Tr. Monterey County: �MecSn.•Meripesa. Groundmen $9.42. $1-IS 31.3.00 .n6 McMuiot(M, Marla. , LinemenM Technicians 12.56 1.15 ]1.3.00. .06 >^,". .lYMlttrty. Nsp•''Nevad•e;Plaeer,, Cable Splicers 13J6 1.15 31+3.00 .06 Y ar bPl1=•s, Saet•mmto, Sen'Beulto, faintares r ' �Erigelsee.`'Set1 l0•gYlq, Sao' 1 1 Alpine. Amador, Calaveras w �tta,.Sal,ta Cl•r•.•'Sanra Cruce and San Joaquin Counties 1 V Slgrn,'.,Slakiyor. Spleno - brush 1.82 .BS j.it 1.11 ��SwlalaY•, To Sprays Spcayi Sheetcock Tapers; Miia'Trinl, Tulare `Twllliuld Swing Stagel'Scaffold; Countlu.'Callfora Sandblaster Sttuctutal tdolsef 7uba • ' as _ n - Steel 10.22 .85 1.34 1.11 " 84w[en Ibnter:; San Benito, San .Cement?Masonsi Mateo, Santa Claca and zz r ,.Cemcilc:M•aoas - ; "x10.30 $1.66 - -5 at Ctuz Oountles Cox- $40.30 $1.65 . .0S cludlny portions of Counties S t Mastic; sAnesIts;All Cam sltlon Masora in the take Tahoe Area) Po 10.75 1.30 1.6E 1.65 .OS Brush 11.92 .99 1.30 .80 03 �� Men;wrklrig-fro�;avinrfas Spray 12.17 .99 1.30 ,80 .03 `' � or-alip'tore.`autfolda..•1 10.75 1.30 1.68 1.65 .05 Sprays 12.67 .99 1.30 .80 .03 „; �ilectrlciagss Clara aad. plasterer Tenders: Countlsc Z ��rl;aq"Mgito;3t Calaveras and San Joaquin , sfadp Crus Counties `pt [lectricline" Counties 9.91 1.25 1.70 1.00 -4 •13.80 : .12 , 3142.10 ;05 llootersl j Ciblf'Spllesn 15.53 .92 31+2.10 ;OS / take, Marin. Rendxino. Nam vfso.Mptao County pa Solana,and Sonoma Counties N s [leetri clans' 14.23 1.j3 31+).25 .07 sysraa San Joaquin Boo[ers 10.98 1.10 1.20 1.63 .09 pad Cownmtlef 'r; Mastic workers; Kettleman x [leetrleleas i-T�cbe/claw. X1].80 ,96" '3141..49 .Ol (2 kettles v/o pumps) - 11:23- .1.10 . 1.20' 1.63 .09 ole"Spll"to 13'33 :96 3y41.49 .01 1` Mituaastic; Enamelers; Pipe ae Mse`taeer,Cowiq' , vrapperst Coal tar pitch 11.98 1.10 1.20 1.63 .09 ` ilectrlcleris 1 .12,50 L.IS 3147.00 ,06 fan Dealt*and Santa Clara*Cos. - gGbla Soltcere r - Rooters; Kettleman r U,fl 1.15 5L+3.00 .06 , (1 kettle) 11.10 .e5 1.29 z .: rllleetHetana 13.91. L.30, 31+1.65 ,069 Laborara: G�W'S Lieer-a ` Group l(d) 6.775 1.25 1.70 1.10 .10 P 13.32• `1.30 314/.63 .069 PCNer Wipment operators: sL1M Ceeatrertlons 10iidWllto,.Ssau Clfu and;'„ r fes attached - }afl+aats Crus Countles ... 1 dcoeadsaq 11.65.: 1.02 3742.10 •.04 ,LlnearnI Liao Egslpsent'CPS. 17.70 1.01 31+2.60 ,04 4f a rfiYlaapllners 15.411 .02 31+2.10 .04 � SKS-tf � •' 1 • . _ . ' a E`er � �� .'. � r t+trxta,NO.�42, 91o.,242-Aiwllr, •u, It» • 'fr N3'.l 'IaC.iG aY: .G f `M01fiCAT1OhS P. 1 77-s !D lcmt'o) lOOIfiGT10HS•P. 0 e, ui'"� �'�•CA77-5010 {font•df fuwze 6.w•hq►.reew��. i fdwp 8wwek#.►eAarae_ Mawr E6,ta.ew :� took 56.14 8lsraa N a It• rtaties. v4,all" nJ /r3E - Tllpl!WiM10Ai: .-ReM. tab M l• ra■dwsc rssslf.a. ~ a1►�.t•. 4A"rCroup 1(0) $0.97S 41.25 $1.70 $1.10 .10 AREA 1 AREA 2 Contra Costa County Only& tipelaperal Caulkers, I =� •z i[oup�lr $ 9.13 $10.64 8 1.Se• $ 2.25 $1.00 .2f 8andela layers and plastipers, - - . eteup:2t 9•So 11.01 1.58• 2.25 1.00 .29 dolt leyere and plastic 5 Ce, 3r 9.73 11.24 1.58• 2.2S 1.00 .2plpels"Ver Pressure pi + 'aster• no joint pipe art U 10.32 . 11.83 1:Se• 1.25 1.00 =� • , stripping or sea. In- .2:�•�esP S& _ 10.55 12.06 1.58• 2.25 1.00 .29 eluding repair of voids. . 10.71 12.22 12.12 1.58 2.25 1.00 29 T&' , 30.87 12.38 • . Precast manhole setters, >rStl 2.15. 1.00 .29 Ca at is place, aailh le qupat 11.31' 12.82 1.58• 2.25 1.00 .29 [ors fltbra Y rosp!9r 11.54 17.05 1.58• 2.2S 1.00 .29 Plaster Tenders " r aaPa0r - - '11.76 13.77' 1.58• 2.25 1.00 : .29 Pajama soon 9.15. 1.25 1.70 1.10 00 -As 11.88 13.39 1.58• 2.25 1.00 .29 ei&p lit`;, 12.06 13.57 1.566 2.�5 1.00 .29 Tile setters• tblpers# • Alww.la, Contra Costa, Del 11�At° 13.22 -14.73 1.58• 2.2S 1.00 .29 sup 11 FD( 13.52 15.03 1.580 3.2S 1.00 :29. Norte. Humboldt, take, Nuc . soup 11{r , 13.86• 15.35 1.50• 2.25 1.00 .2! 1 Mendocino.BanitlSan Fra Naps. _ lan8enito, San Francisco, ,. i�2liwlndi9•1.28 Ner•hour to t� toned Ith and Irate Pnd. San Mateo, Santa Clara, Santa Cruz, Sisklyou. G New Sonoma. 56lano and ar * 6-tic EI+c�Nes Trinity Counties 9.27 .69 .51 101 r dc.} � .' M�•df �E tate. N a IN r�swleo YwNlaa awUer ,. Aqr.7r. OFICISION NO. CA77-5091 - !W. I$ (42 FR 52927-September 30, 19 ) Q -iabwnrsr. Alameda, Alpine. Aztsdor, -�• prptp,l(tl $6.973 "$1.25 $1.76 11.10 .30 Calaveras, Contra Costa, Dal T• torte, F.1 Dorado. Fresno, -Contee Costa County.Onlys'. Humboldt, Marin, Merlpow, N Plpeleyers, Osulkera& tf , Oaeders; Plpandpperel. Merced, Monterey. Napa. Naysd . g duitILayers and Plastic Placer, Sacramento, Son 6enit . •Ilpslayerel:prNmure Pipe San Francisco, San Joaquin. S Tewtgr, no joint pips and Mateo, Santa Clacs, Santa Cru stripping of saws, includi 0 Solana, Sonoma, Sutter, Tabani , tepilt.'Ol Yoldo; ptsaest Tuolumne. brolo am Yuba Count �'. ' hole'swtten, G at In . California a . Nn�holti focw Netore er •r Cement Masons# ersr � Ceam:nt Mesons 10.50 1.30 L" 1.65 .OS' --ba aup at[1 9.56 1.25 1.70 1.10 .10 Nestle, Mzgnesitet All -gL e:vinding Machine-in Composition Masons 10.75 1.30 1.68 1.65 .OS -eosaectlon with.qunitin0 Ilse working from srin0arg shot Ctmts-'AligMc oc slip fors scaffold 10.75 1.30 1.68 1.63 .05 Ccaup:l[11) 4.)73 1.25 1.70 1.32 •16 Electricians& Mica vindi"'weehtme in Ataoeda County j t!omnaetlon With'qunitlrM, • Electricians 13.91 1.30 n+1.65. .069 z :Cc Shot cnts -Aligner Cable Splicers 15.32 1.30 32A.65 .069 01 / AL NOWN, MOL. 42. 110. 20--fMMY, DACE l 16,'1976 ' ' t • _ __888_8 MODIFICATIONS P. 5' NJOIFICATIU(:S P. 6 but W. 0477-Soul (Cont•dl Bozic friolo 116.4116 peroaa.s , I eAv, EOaco$ion OBCISIGN NO. CA77-5091 (Cont•d) Rea. M l Y P.••iees vocuwe sever , - Bass Benito, Santa Clara and ANr,7.. 1.iwge B.wef.$c Ner-cw.. Santa Crus Countieu Bnelc Beck Clecttleians $138,0 .!2 36.2,10 .OS Ilewly howl[ LJwce,..w Cable Splteis a 15.51 .92 3►•2.1D ,OS lOM17t BpU1PMl7Jl OI'lpA7Un5 R.u. ,ka�et It b N P"0846 Vec.naw AOP:e(r Ban Mateo County alertrietane 10.23 1.29 3110.25 .43. ARBA 1 AREA 2 Calaveras and San Jdaquin Co . .1 Cleetrlcianaj Tachnicians 17,80 .96 31.1.09 .01' j Group It S 9.13 610.61 $ 1.58• S 2:25 $1.00 .29 Cable Splicers 15.53 .96 314.19 .011 Group 2s 9.50 11.01 1.5b- 2.25 1.00 .29 Blontecay,county , , ilectriclana, 12.50 •1.15 31.3.00 ,04Group 3s 9.73 11.83 1.511• 2,25 1.00 .29 Cable Splicers 13.61 it.Is 3113.00 1.0i Group 0r r 10.32 11.03 1.S11• 2.25 1.00 .29 h&&no County � Group Ss 10.55 12.06 1.)U• 2.25 1.00 ,29 8lano Couana, not t0 '1. Group 61 10.71 12.22 1.50• 2.25 LAD .29 f • Group 7: ' 70.87 12.30 1.Ss• 2.25 1.�0 .29 esoeed 2 atotiea) 7.75 .80 11+1.05 0; Group Is 11.31 '1..82 1,55• 2.45 1.00 .29 j Painters+ ! '�� Group 9: 11.54 113.05 1.5n• 2.25 1.00 .29 Alpine, Anadar. Calavoraa, , 1 2 and Sea Joaquin Counties' j Group l0$ 11.7d 11.27 .:d• .25 1.00 .29 q +1' Group 10-A: ll.atl ;13.19 3.5u• 2.25 3.00 .29 B[arh 9.12 .85 2.30 1.11 h: Sprays-sheetcock toperas `' Group lis 12.0; 1J.57 1.Si• 2.25 1.00 .29 Swing&Legal Scaffolds F Group 11-A: 13.:- `14.73 1._0• 2.25 1.00 .29 Q Group 11-Bt 1].52 15.03 1.Shw 2„S 1.00 . .29 Btess). atersl Structural. is Group II-Cs 13.04 35.35 1854& 2,25 1.00 .29 ' fteel 10.22 ./S 7.31 1'.11• MlatsreYs Ban Nelto. Sets •Includes 1;2BPOC hour to PeAstoneJ He lth and [&heir& Haemo, Seats iClaca and i Basta 0908 Counties Ise- •, clueing potltans Of the fdy B-10,Pq-.•u lab Taboo Area) : Boole Z 8ru$sh 11,92 •.99 1.10 .88 .07 - IIVAV a Bpcay' 12.13 :!! 1.30 ,80 .03 Rei.c M i M rations VacsNee 6.4,01 ..$ Taper& 12.17 .99 .1.30 .80 .03 , Anrs.TO. tn11 Plaster lenders$ Omits sn Calavetas and San Joaquin Lhorerar Counties 1.91 1.75• 1.70 ).00 Group 11f) 1.975 1.25 1.70 1.10. .10 1 B&mfecat Contra Coate county Only$ Marin. Maps, SolamO and Pipelayers, eaelketa, ra ' SonoCountiei , Banduts, Ptpewraspars, Co i Bootees 10.91 1.10 .1.20 • 1.63 .0! Ault layers and plastic luetic Mockersl.Settlemen1 Plpelayetai Presbute pipe (2 battles w/o pumps) 11.23 1.30 1.20 1.61 .09 &eater, no joint pipe amt 111tuisastics Enemaletas . stripping of sap, lnclud 41 Pipew[appeca7 Goal tat repair of voids, precastson- pitch 11,98 1.20 1.20 1.63 ,09 hole uottera, coat in Cala roc Ron Benito and Santa Clara awnhole form eattvtn Camnties t BOofe[el Ilettlemess Lborers$ I& settle) 11,10 .15 1.23 iabotetat , Group Ice) /9.36 11.25 $1.70 51.10 .LO • &&*Ild) 8.775 1.25 1.7 1.10 .16 Mics winding machine in 88met Egaipmsnt OperalOtats I eonaeaeton with guniting, � Sts attached e , Or shot creta -Aligner ' Coll ; :a • /own Maisie. VOL It. NO. 2012--pR10Ar, OECIIMPS! 16, 117Y 1 IIDDIFICATIOi15 P. 7 10DIFICAT1011S P. 0 { • Oxlslon LCA774091 Corst'd. B•sgs t !dap b••d.i•Pgw•nH 0A "::Off Edrar*s Rues b L e r..sles Y•.snaa •od/s, as9..Tr. �ri: !d•e.R•nd.ts Pi��•wrs iasis Group 11[1111 6.375 1.25 1.70 1.10 .10 Heade EdnaN•n Nice winding machine In Rets 11 a It p•asiWas vensl•n •nd.a. connection with guniting. ask• to. of shot crett -aligner !rc tPor Group 1193E MIR-1 01077 SOL - lt..t. ;p3 ( 8.975 1.25 . 1.70 l.lp .10 & Contra Canis County Onlyt (h2 FR5+704 Occo6et 7, 1977 plpolayers, Caulketa, StZ�ewide Idaho jr [seders, Pipewrappers, cc ri-- duit labra and plartic s n et� , plpolayereg Pressure pip assonewah\.,B.erst l f tenter, rso joint pile an ReClearwater, I Boundary. stripping of same, inclu ing Clearwater, Idaho County spelt Of voids, Precast Mn- Lat&(north L*wf). Kootenai, pare, bole setters, cast In pl ce, hash. a eau Her Yerce. ! rtenhalo farm otttect Shoshone Courklas =12.75 .S1 $1.20 Platter Tenderst Carpenterer \ Salano County - 9.45 1.25 2.70 1.10 '6enewah, Bonner, 111siindary. -lite Setters' Helperst - Clearwater. Naha C.wnty ' •laoeda, Contra Costa, Del (north of the northern tort*, Humboldt. Matin. boundary of Township r►29 , 14atoroy. lisps, $411Penito - north), Kootenai, Lttah;, f Son Francisco. Sen Mtea, hula. Hex Peru. Shosboai, Santa Ciera, Santa Crus, F Countless .� le=nt tri Ealsno Ccs. 9.27 .69! ,S1 tollcarpenters kO.84 .68 .75 .073 • Sawliler. Stationary \ SlON eDbtl-1:1i :+l. tl Power Noadworking Tool ,'Z N2,lb 7>9ii-;optes6sc 30. 197 I i Operator, :tiedrtrer 1 .99r -be .TS .075 p boa t OeLoware Carrenters (burtn.d, chat /jo w red, creosated or stmt / \ tie larly crested=coria hlaeetat too=Han 11.09 .6k .73 .073 1A Am@ rats ; 2.97 .9S .15 .0; Hil.wright and Machin ; structure atwl eucpended Ere.tar LL.34 ,68 .73 .073 GMttolding (swing, hair. Ylladri•sr (creoso d i window belts) 9.19 .95 .S5 .01 =Celiac) 12.21 .6d ?S • .075 lrrchiaa taping 9.97 .95 .SS .0; ltilectrlcianas, \ tanks lit exposed to tilt Remaining Counties ~ , �, Weather and are used tot tlecrrictansi Tfthniclans 11.10 • .75 3%+ .501 17 atotase or pcooessing Cable Splicers. 12.21 .75 31+ .SO it purposes With a capacity of Plumbers ' 6x000 gallons or more wing Ramming Cout/ss tad Idaho* estariot dimensions and/or County (so h of the-46th letettot work on all tusks). Parallel) 11.37 .69 .90 .10 sandblasting and array 9.52 .95 .5S .01 bridges tit surtact to paigtea to $0' or maPesbove , stand or Water).� /at caused scaffoldfai9 11.46 �.95 .ss .01 vq n work is 75 additional SSO oes cne . MpiIAL M101ti?N, 1/Ol. 1!, MO. 242•441"y, WCRMSER 16, 1977 . MODIFICATIONS P. I MODIFICATIONS P. 2 BLCISI0:1 ►al. AA77-4173 - N•,d. 43 Friss.6.+0.00 r@ymos-00 - 2 FR 42106J - AMS40t 19, l_977 Gamic oldi raon County. Arkansas Moody E4.cstl Rates M G M Feasts.@ Vacation a-4/ DECIStON 00. CA77-5092 - ltd. 03 171Ames Ms o. 142 s7t 52941-September 10. 19771 ICE CO'7 Ti.,MON Ispeclal. Inyo, Recn, IM Linemen Operators $11.23 3% /Gi Angeles, Mono. Orange, Cable epi ors 11.375 3Z 3/81 RI colds. San sernacdlaos Basle Frisse so-0►ts rey..-.a. Crouadwn ( vence�) 637.[11 11 Gan Line Obispo, Santa 1/8i' MM1I Ea.e-tI@- 6roaadman (ls 6 coathe) 49iM 3% 3/81 Barbara and Ventura Counties, R.%s N A Is Psnl@as Vecatt@s @.also Ylctcb track 737JR 31 3/ei ' California Aon•T.. LATUMS 9.10 .01 • 91.9MICLA115a ilattrlclens 10.73 , .30 3; I/41 Brlcklayert)t Stonemasons Cable splicers 10.875 .SD 3i 1/ii Santa Barbara and San Luis ` Obinpo Counties $11.58 '91.15 $1.30 .02 D IOi N0. AR77-4297 - d. 4 Blectrlclanst , i2 FR 32903 - September 1 197 ) imperial County Sttlask!County. Arkansss slectrlcrans .13.70 .73 31+1.45 - Cable Splicers 13.99 .75 31+6.43 d1ANCEs sern.(Chlna Lake Naval INE CONSTRUMONt Ordnance :Teat Stations s Llmemma 11.21Y3% 3/81Edward* Alza) Electricians 15.25 .90 31#1.60 .15 Cable opticers' 11.]73 3/81 Cable Splicers 16.78 .90 3%#1.60 .15 Operators LL1 r 3/81 Earn Couuty (Remainder of Os nty) Croou*dman (advanced) 63W49W� 3/81 Blectrlclanes Technicians 12.75 .90 31#1.60 .15 Winch equman (1st 6 sontha) 73%JR 3/83Cable splicer* 14.03 .90 3%+1.60 .13 Ytach equipabut 7]Z2R 3/83 Ions Angeles County I I 0►CIStON t:0.AR77-4288 - Mod. a2 , Electricians 13.02 1.25 31+1.95 .07 M Flt 57901 - September 30. 197 l Cable Slot 11.12 1.IS ]1+1.95 .07 Z Sebmmtlan. Crawford and YashLaStc Traffic Signal and Street 0 Countless Arkansas Llghtings y zleatciclens _ 12.65 1.05 31+1.95 .07 COANGEt \ Utlllty Technlclan No. 1 9.49 1.45 31+1.95 .07 N ELECTRMMISc Utility Technician No..2 6.86 1.05 31+1.95 .07 Sleetciclans 10. .35 3i++5.31 IA% found Technielanss , Coble splicers 10,b3 .33 3L+S)SZ ilii Sound Technicians (on now building conatcuctlon) 12.67 .73 31 DECISION NO. AR77-4290- fk.d. e1 found Technicians (On codl i2 FR 58914 -Novesaot 11. 1917) ficatlon of eaistiny y� Durso, rY a,d _ buildings) 10.74 .75 38 Cldm Yam ntiArm aiverslde Count t ClebesBo Couetlp, Arkansas Eleetrlelens y 13.06 .85 31+1.65 .04 CNANCEI Cable Splicers 13.36 .85 36+1.63 .04 I�COIIMUCrlml 1 Inyo, Kano and Gan Ntoatd! Llssmen $11.25 , - 3% `3/e% Counties aria 12.70 1.11 31+2.00 .04 Cable opitesrs 11.775 3% 3/8; Cable Splicers 13.00 1.11 39+2.00 .04 ' Granters 11.25 ]i 3/83 P Ceoseduen (advanced) GSTJR 3% 3/8i Tuttnals 0cesm6ean (Mat 6 no s) i97JR 3% 7/8i� Electricians 1197 1.11 31+2.00 .04 Winch equipment 73ZIR 5i 3/83 Cable Splicers 14.27 1.11 31+2.00 .04 Na616Ei1s i PIPEFITTb Si Santa Barbara County Within 10 Nile radlus of Pulaski• (Vandenbur9 AFB) ' Cottaty CourthZZ-0, .10.60 ' .60 .55 .05 Electricians Is.ILS 1.10 39+1.15 .03 Over 10 miles fulaski. Cable Splicers 16.15 1.10 301.3 .63• ConnaMemo lly Cour 10.90 •.60., .35 .03' ' -ask Loft FOU" ME IUM, YOL 12, SO. 21Y-MMAY. DOCIBA U 9, 19J7 Wv �. IIDDiFIAjIONS P. 3 • WDIFICATIONS P. 4 IMISION W. CA77-Sall Vront'dl DWtSION No. CA77-5092 lCont'dl - fe{gw ti.+ebi.Pt,,<t+et • Bt.tr - Nt..ir E4.atnp fr{wct B.ncUH Prewt.h Brat It A• Pw.itrs YecNt.e -Us.oft - .. Remalrnler of County �•-Tr. _ RsNrl M i it P«..i.wt Y.cNi.r ki t!n w . Ae►•.Sr. Cable Splice 611.40 $1»10 39.1.35 .03 Ramainlec of County Cable Splicers 16.60 1.10 30+1.35 .03 Gcourwlama Flo as $1.10 31+1.35 .03 ' Ventura county , Sleccticisns 13.41 1.00 39+1.aS .02 Unemrn 13.60 1.10 31.1.35 .03 Cable Splicers 14.75 1.00 30+1.05 .02' Cable Splicers 14.60 1.10 31+1.35 - .03 Sertgation and town Sprinkler s Kirble Setteces . Imperial, toe Angeles. Oran! , Imperial County 11.90 .41 1.17 .06 Riverside. San Bernardirro, Paintecsi San Luim Obtapa, Santa Ielietlal.'Oramie, Riverside, ptbara and Ventmem Cos. 1.75 101 160 170 Ii los Angeles (Pomona Area), San er porto (excluding Uno Constructions i Pa imperial County , Reatern Gtounemen, 10.16 .75 3i+l.fS Brush% Painnt B Burner 10.99 1.09 1.10 .75 .07 i Linemen 13.70 .7S 30+1.45 Paperharvleres Iran, steel i Cable Splicers , 13.96 .75 31+1.45 sad bridge (wing'stage}s pin (China take Naval Sheat tock taper 11.44 1.09 1.19 .7s .07 r Ordnance Teat Station ape Ocush (rwin! stage}i Spray 11.24 1.09 1.18 .75 .07 •Swards Avg) i • Steeplejack 12.39 1.09 1.16 .7S .07 Gcoundarn 12.06 .90 3%+1.68 .15 i Refrigeration.& Air Condition ngs Lineman 15.2S .90 31+1.60 .15 LDa Angelo* and O[ange Cos. 12.53 1.85 1.80 1.52 .20 Cable Splicers 16.79 .90 3+1.60 .2S 2ecraazo Nnrkevas Pile settecl r Z Sato (Remainder of county) imperial County 11.94 .81 1.17 .06 Groundmsn 9.56 .40 •3+1.60 .l5 Q ' Lineman 12.75 .90 30+1.60 .1S Add, + � Cable Splicers 14.03 .90' 36+1.60 .15 file Slttersi r» Orengs County Inyo. tarn and Mono Cos. 11.20 .65 As iN Gtouneman, 1st year 10.46 •.61 36+1.45 .02 Marble, sectazzo, and Mile • Gtoundmsn, after lot year 11,51 It 3+1.45 .02 Setters' 0elpecar L1Msani assay spipmant lspertal County 1.04 .61 1.17 .09 opecatot 13.34 .41 N+1.4s .02 'i - a SION NJ• CA77-5093 - Mod.09 tiCable Splicers 13.95 .61 3+1.45 .02 %ftVr Now and Sam Note"din k. t41 ru S1953-September 30, 197 } csmattes r Imperial, Seen, los Angeles. j GLoati&Wa 5.62. 1.11 3+2.00 .06 • Orange. Riverside, San ' Ltnsssn 112.72 1.11 31+2.00 .04 Bacnardino, San Luis Obispo. fable Splicers - 13.40 1.11 36+2.60 .04 Santa Barbara and Ventura i Stwerslde County Counties, Callfornia i •Grousimen f.ii .ii 3i+i.i5 •.46 i Llnem ors Lipa lquipast geme i Operators 17.96 .9S 31+1.6S .i6 " Rricktayetas Stonemasons_: Cable Splicers 13.39 .is 30+1.65 a.46 Saints Barbara and San Samq pthata County.IV&nftn arg. 3{ale Obispo Counties 511.50 01.1.5 $1.30 .93 Groum9sam 11.40 1.10 ]0+1.35 .43 S , ;. idisraa 1S.1S 1.10 30+1.35 .03 t _ Cable 4ylMesse 14.15 1.14 W1.35! 03 t ' • �� # MEW EGISiEE;, VOL 42, NO. 237--FUMY, 06"Aaft !. 19" • i MODIFICATIONS P. r MODIFICATIONS P. 6 . « DUCISION NO. CA77-5093 Want'dl F-i.•oe S.eetit.Per" *e Neste mcisiON No. CA77-5093 (Cont'41 • Fetes.6ohre Pe, ft t Norit wares MiM Pwtskews�~Vecar(ar Basic E4etrtksr ewiJrr AOae.Tr.." Nemtr , F4rceaaa t answo N l r Peahen Yecaties erUer hperhangecs) Icon. A»r Te. steel and bridge (avI09 NieccclC(anes r stage)[ Sheet cock Tapcc 11.49 Il 1.09 1.12 .75 .07 Imperial County Brush caving stage)# Spray 11.24 1.09 1.18 .7S .07 Slectcicians 11.70 .7S "76+1.45 Steeplejack 12.39 1.09 1.16 .75 .07 Cable Splicers 13.96 .7S 36+1.45 Daitigeratlon and Air Conditi"niag. Seen Coanty (China cake ins Angeles and Orange Cue. 12.53 .1.1S 1.60 1.52 .20 Naval Ordnance Test Tile Setters+ ' Station, Y.hrards"a). Im"clol County 11.64 .61 1.17 .00, Slectticlans 15.25 .90 36+1.60 .15 Cabin Spllcets 16.76 .90 3103.60 .15 Adds Note County (NsossiaAec of O9 Is The Setterst ilectricianes TachniciMe 22.75 .90 36+1.60 .1S starts County 11.20 .65 .55 Cable Splicers 14.03 .90 36+1.60 .15 Tile Setters' Itelpeces los Antioles CountyIrperial County 9.04 .91 1.17 .01 Nlsctricians 17.02 1.25 1601«9S .0J Cable Splicers 13.32 1.25• 3601.95 .07 DLCLctOri#a). Cx77-5094 - tt ice) Riverside County 142 Pts 52961-September 30. 197 Slectrlclans 13.06 .65 3601.65 .04 San Diego County, California Cable Splicers 13.36 .65 3601.65 .04 1 ! Ran Ssrnardiro County ' • er Slectricions 12.70 1.11 36+2.00 .04 Slectcicianst z Cable Splicers 17.00 1.11 36#2.00 .04 stactelelans^ 13.26 -.70 34+1.71 .02 O Monte Barbara County Coble Splicers 13.56 .70 36+1.71 .02 0 ! lrsndahbur9 An) Line Constructions ' Slectriclons 15.35 1.10 36+1.35 .63 5coundmsn 10.45 .70 3601.71 .02 Coble Splicers 16.15 1.10 3601.15 .03 Lineman 13.57 .70 36+1.71 .02 N Remainder of Camty t Cable Splicece 11.67 .70 31+1.71 .02 Mlsetciclans 17.40 1.10 3601.15 .03 ' luebie Setters, Taccasso Cable Splicers 14.46 1.10 3601.35 .03 wrrkers and Tile Setters ll.i! .41 1.1.17 .04 h0stura County IYrble. Tocrasso 4"Tile il6ctelclans 13.41 1.00 3401.05 .02 Setters, 6elpare 9.04 .61 1.17 .06 ..Cable Splicers 14.75 1.00 3601.05 .02 Irrigation aid Lawn Sprinkle at DBCISION►Ki..CA77-Sots -nod. 13 _Imperial, los Angeles, s .442 fR 52949-September 30. 197.1 s Orange, Dlvocside, San Ron Diego County. Colifornl6 , Secamediso, San Luts ! •Obl•fo, Santa Sarbsca and Changes " 1 i 9amture Countlem 9.15 1101 160 134 is Nlectciciansc .Valittecat Nlectrtclans 13.26 .70 36+1.71 .02 sivecial. Ocutgs, Riverside, Cable Splicers 13.56 .70 36+1.71 '.02 •s0e"leg (toNona Area), IYcble Settees, Tocrasso Mork rs +•Man Socaardino (saclud)ag ' and Tile Setters 11.44 .S1 1.27 .04 ( owtera faction) k ' Marble. Terrazzo spud Tile ftmabl hint suemscs 10.99 . . 1.09' 1.16 .75 .07 Settece, Melpecs ; •9.04 .81 1.17 .06 - COOT IMM 6ECliUk VOL. 41, NO. !Ms-MDAY, DICKWU 7. It" 4Np 6Qr. k 60 _ WDIf IONS P - : IGIi �, .':,... .. ....: - - R. IRiON W S 1 Mod Il . 42 IR $4927-Septn•ber 30, 19771 R■•I• memoCAlAvec :-'.::•;,. .:'. ...,•.. - d•. Al !ne 1Wdor .. ....-. •. - R 1 :_...:.. _ •e, Cpntc• Costs, Del •• • Y•■■11a■ •■//■r �::�-:;�• E,', - Ri Dur•do. Fresno, Aqr.Tr. .•. ..: -�:.:.,..�_:.' �'...:.•... :_.:...,::;.�•'�::;'.:^ - �',�`'��•.r':i'�;�:::;;,;;:.�:;;�...;�:: Ru•bo • Itr rt ed a onteteY Napa, . Nevad • • !1•cerssec ntosanR•nl o ' ,... ..:::.- - " Son P tanclteo, San Jo urn San L ' weeo Santa ct•r• Santa . - - So ".., • 1•no, So/lo•a soccer - • 7Lolu 1 ane Y010and Yuba , Count l e• • California 1 _ • t 5� Changeo :< ...,a Asbestos Hork • ., 117.00 .95 x_ :i" 11.27 2 0 .... ..'.. . ... -. ... Roo .. .., W. ,., ...:..•:.•..' [crel '• San _'. - Ira l co and Ban N•teo C •.Roofers - - 11.5/ 0 i .i 1.20 1.15 0 . 9 • N•sel - r er■ and .: ::;:•�• Rattle•an 12 kettles ela• r oPS pumps)1 11.0 Z i31.3153fllt • Enawlec• rPPe c •r 12.S0 7 0f .. .:..::.;.•.. ........:�.-: -"...` .....r<,._.„,.�il Dorado, Placer Sutter ,,.,... •.:.•.;,.....,;. ,•::{ iY•`• " ;'- �-- - and Vuba •' ,.. .....:'-'.-.. :::::'::....�: �:. Counties �.;..,:-. .:..... Root•r 11.09 .91 :.,. ' Car e • rod ..: .;. - - ... . ..:.:..:::: told :5:"' •:s_.=',•- entlal eonatruetton rs�.<•.:_;: •rl fib • and w 7.00 3.22 reea Cos. :..:•...: 3>>w Z'; 11 - E. sw : 1 — — , l' 'I .. . ...-. • I w 1 UT • 1 a• Q'I. 1 'Mo,"o," gloo , MOL 42, NO. 227.-MAT, NOYEMRER 23, IM w Aston MMo. ♦4117-11096 -Nod. 42 NWIFICATIONS to 3' t 11MFICATI(NIS P. 4 • 142 FR 52905-1105 30. 19771 _ Alatrda. alpine. Amadoc. Butte, ORCISION 00. CA71-5090 ICont'diFA.g.a...41%r.1-0.1% r Vi b.lc Glewraa, Cvlrsa, Contra /atom EEamwe P"."IS relegates tl.e.l Costa. Dei NOrte, t1 OoraQo, Bedc ' R.seb Mttt P...1•ra Vacation t .fir . Mem,ly Ed.casles Lake. Marin. Mendocino, San Prealto, Glenn, Nuaboldt, Rings, Ref9. N L r POsolose Verafle" •aNUi. Apvf.Tr. Like, Lesson, litd"/, Marin, fcanoldco end sonuea Con. Ta Bcush 11.77 .99 1.30 .00 .03 IYrlposa. Men,3ucim, N.cead, ftwoc, wntvrey, Napa, Nevada, Spray 12.27• .99 1.30 .U8 .03 Vlacec. slums, sacraau.to, ' Tapers 12.72 .99 1.30 .80 .03 San Bonito, San rranclsco, plu.bscul stea.11tteces San Joaquin, San Mateo. Santa Alpine. Amadoc. (Southern Clara, Santo Ccus, Shasta, portion of County). butte. Sterna. Sisklyou, SoL1no, Calaveras. Culusa. Pecan. Sonoma, Stenislaus, Sutter. Glenn. Kings, Lauren, Tehafa6. Trinity, Tulare, • Madora, rte.lioba, Murcad. Tuolumne, Volo and Tube radar, f►n,tvcay. plursu. Counties, California San Joaquin. Santa Cruz. ' Shasta. Sierra. Stakiyou. a r Stanislav&, Sutter, Tanana, Eleetticlaeat Ttinity, Tulare, Tuolumne Lake Tsbw Area and Tula Countium 13.60 1.44 2.00 .10 ElectriciansPootmt.•c $13.96 .84 70!.92 •W • Cable Splicere 15.26 184 701.$2 .00 (a) L]-ployor eontrlbutee 01 ! basic urly rat [or ave S reams service. Calaveras and Sall Joaquin ()oe _ and 66 of baste hourly Iti to for 6 WnUld t' S roar• Is Vacaci-In Pay tleotriciane 13.05 .96 ' 343.49 .el CcedLt. Bis Pai•1 Iwlida•d. a thr ugh r. Cable Splicers 14.66 .1.96•. .3011.49 .01 roomer r4dipment Oporatorut Napa and SolanO Counties (Plledclving) Lleoteiclans 12.91' 1.06 3941.10 .04 Otoup 1 9.10 1.586 2.25 1.00 .29 _ Group 1(a) 9.Sh l,ya• 2.25 1.00 .29 C:.1.1. Sii:i:mtN 13.12 . 1.411' 3&•1.10 .04 eros 2 e 9.7e 1.511• 2.25 1.00 .29 a Lake, Kevin, Mendocino, , P ( ) Mid Sonora Counties Group 2 9.78 1.Stl• 2.25 L.00 ,29 ZUCtriclans 13.15 1.11 301.30Gcoup 2(s) 10.61 �1.5b• 2.25 1.00 .Y9 .02 Group 3 .10.92 1.511• 2.25 1.00 ,2v O Cable Splicers 14.50 1.11 301.30 .02 Group 3(a) 11.36 1.5a• 2.25 1.00 .L9 ■levator Conaccuctore - 14.82 .748• .56 a .025 -4 r Elevator Constructors' Helpers 70aJ& •745 .56; a •,025 Croup{ 11.93 1.50• 2.25 1.00 .24 .Line Constructions Croup 5 •12.11 1.:0• 2.25 1.00 .29 M Cel Node. Nodoo and siskiyou t •Includes $.26 per hour to Pet stoned I1 lib ar,.t Ilalfare ftul. Ln Countles F.ir •Be"fito Pensee Tree tc11Na&e Nlpei) Ground Basic Bose 9 Ion 6.21 •.{S 311•••••• .10 1/20 •• Memoir It...IF Ed+callow said smawk Sas Iisodscomd- ' kat•. R.I.$ N t.11 PENSIONS Vocaslon and/o. Yn (shipper)) 19woca ens favor l9gUlpoent Operator a APv To. Jeekhommo son 6.76 .45 31 i' .10 1/20 . LineFquipllant Nan 10.02 .411 Sar Acea 1 Area 2 • . .10 2/26 , Ltrwait$blanproyscl Heavy ' Crplp 1 -$9.13 $10.60 $1.56• 12.25 .90 .29 Line E 5 nt Ment Group 2 9.50 11.01 1.50• 2.25 .90 .29 •Grgltied led 11liaaaan wider 11.1]•, .{S 31' � .10 1/29 Group 3 9.73 11.24 1.504 2.25 .90 .29 Tree tel.esr 30.50 .45 36.., .10 1/20 table SplicarsM tasdtYnt Group 4 10.32 11.83 1.50• 2.25 .50 .29 ' • rule Sprayer12.88 , .45 31 .30 1/2� Group S 10.55 12.06 1.5111 2.25 .90 .3v n9• fake, Marin, Mendocland Group 6 10.71 12.22 1.58• 2.25 .90 .29 • Base" Counties ' Group 7 10.07 12.]0 1.5u• 2.25 .90 .29 Gcoundsan $10.52 $1.11 711.86 .02 Group 6 11.31 12.02 1.504 2.2S .90 .29 LItM filuipniM!'OperatOril 11.04 .1.11 30.00 .02 Gcoup 9 11.54 13.05 1.594 • 2.25 .90 .29 LlMeon 13.15 1.11 304.80; ,02 croup 10 11.76 13.27 1.50• N 2.2S .90 .29 table Spllsecs 14.50 1.11 41.00 .02 Group 10-A 11.96 13.39 1.58• 2.25• .90 .:v • Groep 11 12.06 13.57 1.50• 2.25 .90 .29 Group 11-A 13.22 ' 1•.73 1.511• 2.25 .90 .29 Group 11-B 13.52 15.0) . 1.56• '. 2.:5, .90 .29 i • Group 11-C . 13.04 15.35 1.50• 2.25 .40 •29 *Includes $.28 aalth per hour o lvswlot 1and WaLf ce Pdnd. JOE ' RMAL NO1:W VOL G!c NO. !IM•FNIOAY, NOVEMBER 11.1977 - IpDJfICAT101Ji A. 5 • ' Ib0lfIC!►Tl0A1S�. 6 r08 SD: CA77-sato (Cone 5t /q. CA77-9091 tCanc•d1 • rd""srssre rare- gotta p,laes g..a1Gs Pq.na • gsdc1 Ns.drw S Newly E/res/bw . 1 •1: list.. -maw 1"01646 Vocative «Isar Soto. � N A/ rr.:vas Vatstlsa a d/-r. lsrtOster Mar.7e. falateret matin, sea lreanolaco. CalaMras a fan Jos"In am. 19.98 91.25 91.70 and soros Oauntles Norse f9uipsent Opecatotat k..ba $11.77 .99 $1.30 .00 .03. Oler of pasty to Otoup 10 • Spray 12.27 .99 1.30 .60 .03 '1 tike astute, Nalpscel Tapers 12.72 .t9 1.10 .80 .03 •:Anter# header. gutta, •8lsmbetel stemfitterss Calaveras. Gant&, ildocada, Alpine, Aaadot (S..utharn , Glenn. laassn. Nodoc, Nevada, portion of Comity), ..•.0kaoe9. VIVO", smeaa.roto, Calaveras. Fceaea, .•gym Joraain. gasses, Nasipoea. Netted• Nonteray. "so. Stanlslaw$, suttet,• - San Jopuia, 8ants Crus. 51Nams, Polo and Yuba Cos. 7:70 .00 1.20 suttee. Tehama, :uoivano and Yuba Counties 13.60W1.a• 2.00 10 '�atON N0�G77-SO91 Kid. 82 9tnoter 902 Fg 52927-Sepatdre 30, 197 1 (+? lAployst contributes 88 o basin cly rat tot it S years' sotvlee, A1wW 0s. Alpine, mdor, and 61 of basic hourly r+ • [uc 6 ntlra IS Yeats a v+catlol 114 C11114104945, Contra Costa, Del Credit. Six Paid uolid.y A the uStt P. Norte, v Oorado, Fresno. mesboldt. Marin, Inc iposs., • Bods Besse enfrteas esnsh»Pvyw.nu . \ ftcc"f ltetey, a". : f . . Ilerrit Ilrr.ly I E:rtsu.s 'IleeiGa, F1ac:t. .9Jt:t yitnla. r sebt R.10. u 4 3t remotest Vessr,re +i c�Q.ar Sen Benito, plan Francisco,,• ,' powsc aQulpmont Operator r Avpt•Tr, sae Joaquin. Ian Natty. Sante .1; . Claw. Santa Crus. Solan. • Jltcs 1 Asea 2 1 serrms. Satter. 'lith", Z Tlglssrr. Volo ane Yuba ; t Group 1 $9.13 $10.65 $1.580 $2.29 .90 .29 0 tloeeties, Cali[ochia Group 2 9.50 11.01 1.58• 2.25' .90 .29 =! t Group 1 9.73 11.24 l.se• 2.25 .90 .29 A 1 ' t Group i 10.32 11.03 1.504 2.25 .90 .29 y. Sleattieiarret i Group S' 10.55 12.06 1.Sd4 2.25 .90 .29 late lobos Ates Group 6 10.71 12.22 1.586 2.25 .90 .29 musteielane - 11.90 .81 31►.92 .08 Group 7 10.87 12.33 1.584 2.25 1 .90 .29 Cable SOLiters 15.20 ,.00 386.92 .08 Grose 8 11.31 12.82 1.50 2.25 .90 .29 Calevetem Gad San'Joaghta QN Groep 9 11.50 13.05 I.SOO 2.25 .90• .29 tleattis/eae • i 13.85 .86 34-1.00 .01 Group 10 11.76 13.27 1.501• 2.25 .9u ..9 Cable Spliasn 18.68 .06 X31+1.09 .01' Group 10-A 31.00 17.39 1.360 . 2.28 .110 .29 maps Gad Solaoo Cqueties • ! Group 11. 12.06 13.57 1.511• ,2.25 .90 .29 811e0teislans 12.91 1.08 301.10 .00 _ Group 11-4 13.22 ' 11.73 1.564 2.25 .90 .29 Cable Splicers 13.02 1.06 ' 38.1.18 .06 Group 11-6 , 13.SZ 15.03 1.58• 2.25 .90 .29 f @bets sat Sonans Counties Group 11-C 13.84 15.35 1150• 2.25 .90 .29 suctcloisne 11.1$' 1.11 10.38'' :02 ` einalU&S 9.58 pot !lout a mklnsier d llwalth and WU to 11aM. Cable splicscs ' 16.50 5.11 10,6.30 .02 � 03awatoc Cosstematots 10.62 .745 .56 s• .923 flavacoc Coattcuctsrs' velpoirl 70810 .78S ,36. . s .62S at lick ""Sees 1 Calaveras A San Joaquin Coe. 99.99 $1.29 $1.70 Power Fquiamsnt Oper.tocst Cbirf of party to Group 10 • Site SsteerO Natperst Alpine, Amador. Cetavetas, . 1'1dorsdo, Nevada, vl+tet, 1A. Saecamewte. Sen Jeaqutlt, • Sutter, Tehaw. Tot. .nJ TWA Counties 7.78 .80 2.20CA . 1• MUM 2/OIf1ft VOL +2, NO. 210 -mmy.'NOvfM 11, 1m v MODIFICATIONS P. 7 OWTSIOat W. CA77-s&•12 M-nt'd) • c" 77-9092 - nod. 42 M301FICATIOIIS P. B � Z.Sl,too 4L-Septcavor 30, 197 1 Fdays S melba Feraaate .al .Inyo, earn, I1" M sic F.ae,e Angeles. M R% Ocangs. r Edreatian magic Rlvetalde. San bacnatdlno, 2.1.6 M l• Paa.iems Vacation, ands, 11"817 Sam Tule oblapo, Sano Blaster. Driller, po.rdecwant Rat.. 'M l f Pon,tan. Yecetaen en-9.Tr. Bacb&ra &nJ Ventura ' Chemical grout jotaullt O.urcy Ap1r.T Countlee, California plckeraan# Grout ganmsnl Clout minermant Geout pv.gernt Jack- • t leg vainest Jumbo suns Kanpur Brlek Tenders 66.45 11.05 $2.30 .60 amt other pneumatic concrete Electciclanmt plaemc opecatoet t••inac tunnel Ocaoge Co4nty (hand cc auchlna)t Powdaraa.t Blectc:cians 13.34 .81 1sol.45 .02 (Pr ltrr hound)# PL 1214[ a I%j Cable Splicers 13.95 .61 31#1.45 .02 Shotcrete many Steal totm Blavatoc Oonatcuetotet ralsec and @attar# TiaJwt- Impeclal, Inyo, Karn want Ratimbec twood or (South of Tehachapi. steel)r Tunnel concrete Range), tai Angeles, 1 finishers Morzlceant ttdno, Orange, Riverside.- , Operating of trovaling Ban Bernardino, San , - r3 and/un, grouting waciaLtal Luis Obispo, Santa Sandblaster 9.92 1.05 2.30 .60 , Barbara and Ventura 'i Counties F f �' Shaft, tales alnecr Diamond elevator OonatruetOra 13.41 .745 .56 a .025• dclllec 10.20 1.05 2.30 .60 Blavator ConatructOre' �' r Belpece login .745 .56,• 'A,s .025 Adds Bern county (►forth of is Gunits Laborecat of Tehachapi Range) Nozzlemcn and Rodaen 9.67 1.05 2.30 .95• Elevator Constructors 14.82 .745 .K t a X025 Gunmen 9.17 1.05 2.30 .95 • Elevator Constructors' FF '! Raboundmun 8.21 1.05 2.30 .9S 1lelpece login .745 .56 i & .025' Plastereret 1; DCCISION 110. CA77-50.13 -1U.1 /2 Los Angeles and Orange Cos. 12.135 .63 1.05 t .115 : (42 FR 5295.1-Septumbec 30, 197 plastarera' Tendecel :l. Imperial, Kate. Lou Angeles, Plage Benefit,Perm.-1e A Imperial,•in Beale Riverside and Son #�� 1• - Mango, Riverside. San 11".Ir EJ.c.Ilen y, Mrnaside Counties 11.22 1.OS 2.45 • 1' t Bernardino, San Luis Obispo# R.1., N t V Pension& Vacation ger., ' Santa Dacbeca ami Ventura App'.T'• fan Angeles and Orange Coe. 10.475' 1.05 2.30 'x.65' ' Counties, California Nootnote t �•. (a) Employer contributea B/ I f basic I surly tit i for me .5 years • t ,. Chan et • service and 61 for 6 scal he to 5 1 acs' est Ace as V4 Cation F y Drl kck Tenders 60.45 $1.05 32.30 .60 credit. fix hid Halidal a. A thr.unit F. Electriclanes , fabOtars Orange County (Tunmel) r Electricians 15.34 .81 31*1.45 .02 Batok Flan lo*wecal Bull'yanyCable Splicers 13.95 .81 391.45 .02 Nicker, tracksaa# Concrete crew, ' . Elevator Conactuctoret Aitcludimg roddera&rid speeadermi Imperial, Kacn (South of CWtysta usevasnt oumpmnl Dusp-. \ - Tehachapi Rangel. Las we (outside)I Euaspac Intake- 1 .. Angeles. Ocange..Rlvarelde, alma and Switchmen on tunnel •� , Son beenasdlno, San Luis sotklt tunnel Materials haadll_ng Obispo, Santa Batbaca and Meet lwl Man 69.64 •TLSO 62.30 ,60 Yantura counties Elevator Comstcuetees 13.41 .74S .S6 a .02S ' Cable 10mk"g8 vont t"Weel ' , Elevator eoaatsuetora' Ripper# Steal fon ra/sac1 Nolpe . c■ login .74S .56 a .025 a"setter's belpact vibrator- ' , Item County (North of swat. jaeklumsee. pneumatic ' . , Elevator lutchapf, conalfAnga) tools (except dr/lleclt loadlLng �` ' , ' Elevator Conatructoca 14.62 .745 .S6 a .025 cam/wmloodlty agitator este# rrElmva►or conatcuctors' •Rmt tender Wong wastle or t1 Ilelpate 701JR .745 :56• a .02S mater materials 8.76. 1.195 .11MAL �ffft VOL. 42, NO. =16-FRIDAY. NOVEMMEM 11, 1977 +mow # 3 MWIFICAT1011S P. 9 j.. �- �iF..�SiO1f Mo. alt-so» .Ict+et•d) - r` M.rc hiq.6a..4h Pa[.aaea gas*" N t W Peseta. Y.c.MM mmWer r ' lLiterasar . `. Ia,"MOiL• •M ccaago Coe. 12.135 43 1.05 .Its -c Piasterets' Tanderas 1*i InWtlal. -Riverside and ° Y� AO'W[nardtiro Cos 11.22 1.05 2.49" ica`MgeLos and orange Cos. 10.475 1.05 2.30 .OS Poatawte� (a) fAmplatter contributes f0 4! basic tautly rate for we S.yeate service , 7r_ and 4* fag 6-months to 5 years 04 rvice as Vacation ey Ccedi Six :Pld Holidays, A-through P. . s,- e � �`t rrwm►ite Lboraut , . tku'sleaan"and pAwkwn - 9.67 1.05 2.30 JS , Y fwgrn. 4.17 1.05 2.30 .95 /lcboimdaon 0.21 t- r +h OOCISION 410. a77-5091 - Mod. 12-- 0acfe Fr(wp 0.a.(Na Ppn.a�a 52961-September 930, 197 ) `-San Otago county,`California Rai.. N i M Pwdaaa Yacrnaa ;T. , tleracoc contractors, $13.41 .745 .56 a .025 .,��r tieNcot-Constroctora' ' � ' � M,1pGc•. 70t3R 765 .56 • .025 `§mak 'Obotaia' 11.29 "0 .75 1.00 SIMMONS kL � �, '� �tStOM NO. G7�50lS -'Ibd. • x fit fR 32969-Septe•bac.'30,-197 r s5� ` aiago county, California tlevator Coasuuetoca 13.01• .?OS, ON • .025 '.i lefratot-Coastrnctora' "b1 NaI(+ec0 70932 .76f ow a .025 3; aoote�a ( 11.29 .60.', .75. = 1.00 ia!'�Ploytr.ciantributes-f0 ato boy fata•t c giac S ars' sv w[ Ice a sad 6% basic Aoucly-cats for 6 to S acs' 609 tic@ as lAcaticil ;lay C[idltr -Sis=Paid No days. j through Fj - r� aY`., 'r .���.�--�.-Wit'•.-.-.-.-... - • 4 F OOM iIEQtS1rER, VOL 42. NO.,21$—*MAY, NOYEOWN 11, 1977 Y y 2 - • 4. - N)DIFIGTIO S P. 3 (OOIFIGTIOUS P. 4 en 001f3B1 00. CA77-15090 -Med. 01 1920M Ma 539011-September 30. 197 11 Prlap Bwalgi'a,o.an OmCISION 00, Ca77-SO/0 Wheit141 &Una". Alpine. Medoc, Butte IN sl M..i11 E4rarass p.I.N 11"Ats/.r.e.ft CmLwsam, fbluse. Contra Basic Batas M A■ hashes Vagaries mWer a M.wlr E4.s.2r0. Oete. Bal haste. St 20ra6c, tea,7r. - B.Ng M ILB remst"s vmgan.a "aAr . Stamen. Memo. sumboldt, slags Aq..T.. • �, Late, Lassen, Madeta, sarin. Ilacipses. madoeltto, NatFed, . Matting tot Striping tack .. Mabe. Monterey. Maps. Wveda. and/or Highway hacks&*& . •Bleosr. sprats. Smsemento. , •gcaasa, Binga and Tulase Sm Malto. San Weencisco. Counties W iomgmin. San Naceo. Santa Traffic Delineating Device Cuss. Sean ergs. Shasta. Applicator $9.37 .SS .40 p Slerra. dletlyom. Solan. wheal Stop Installers 003emo, Stantalamm. Sutter, Traffic Surface Send- a wham. Trinity. Tulare, blsecacs Setlpec 4.98 .515 .40 b 1ADUm me. Tole ase Yuba salper (wheel atop installs . Olmttiee, California traffic surface rand- blaster! stclpec) 7.08 .35 .40 b Blurry Seal Operations LyacOt ftenmtaeon0t , Mlsec Opecstac 9.90 .55 .40 b _ Alp/es, ArOor. CaLvecaa, Squeegee Ilan 7.18 .SS .40 b Men doequla. Stanislaw and Applicator Operator 7.09 .SS .40 b 7401 la Counties 111.70 $1.00 '61.30 :1'.00 Shuttleman 6.90 .55 .40 Is Almmada std Contra CostsTop Man 6.08 .55 .40 b faouatles 12.1515 1.15 1.25 •s .2S teaiining shanties Notte, Calm". 111 oarado, Traffic Delineating Dgvice . Glenn. Lasses, Madoe. Nevad . Applicator/ wheel Stop •L Blaomr, lLmtam, Saecamrnto, Installer. Ttatfla Sactece festa. Sierra. Sutter. . Sandblaster 9.27 •.SS .40 b .lbb�. Va!o nae Two melpec (traffic delineating fl Cematles , 12.30 1.63 1.31 .25 device applicator. Wheel N Uta Basito sed Sash Claraatop Installer, traffic 4mmtles 12.65 1.33• 1.23 .23 amreace seaislaster) '7.97 .SS .40 is 11metriciamms scraper 10.47 .55 .40 b gaHpmes, !bred, B90ete1ew salver (atcipec) 8.47, .55 .40 b BMs%mbi me camisties Blurry Seal Operations olectelclans 12.73 .94 741.50 1/49 Miser operator 9.37 .115 .40 Is ; ' table Bplunce 14.80 .94 31e1.4 1/49 Squeegee Man 0.87 .55 .40 b t '$Ramat Applicatoc'Opecatoc 7.97 AS .40 b SMmdor, a Bose", sails bn Sbuttleman 6.90 .SS .40 b W Vale oommttee 11.72 .67 1975 .011 Tap Man 6.67 .SS .40 b QHn es . SLumbecmt arms. Stades. calme" Coacra Cemq Coanty 14.17 1.25 3.29• .26 aid oft Jawlw Comatles tomfmrmt i me"11 9.92 .76 2.14 1.11 Amsduc. Samrameate and Vale Iss. lambre (slate, the and . i♦Sapl ahMeseet smpasel .. .Some Steges SOefe0ld) 11 composition) 11.15 1.04 1.10 1.00 .10 sombimtees Is"gh gece 110.72 .70 2,36 1. tremaier Bad mpitch 12.65 1.04 1.10 1.00 .10 r t . 91BUM 0151M, VOL 42, NO. 199-MDAV, UP n 10. Ivry MIFICATIONS F. 6 WDIFICATIONS F. 6 gKISION NO CA77-52l0 stint-dl Fel-se B.w•It-•/•rw•ett RMISION NO. CA77-5091 (Cont-dl S•.t[ F.M1s 54-htt per... • H•.Ar Edre•tlem , *sic Bert• N a rwtleat v«etMe «dust M.•.Ir Edreertw Appr.Tr. Beat M a/ P•etltilt recstwe ••d/e, Apt.Ta Fresno, Rings. Madera ' Blecerletans# end Tulare Counties i11.iS .60 .80 Maciposa. Merced and Sheet Metal Norkecsr . Tuolumne Counties • Alameda, Contra Costa, - Eleetclelans $12.73 .94 31+1.50 1/41 Napa and Solano Counties 11.94 .73- 2.11 111 .04- Cable Splicers 14.00 .94 31+1.50 1/41 San Mateo County •13.54 ,.73 1.84 .10 Latherat Tile Setters& Amadoc. 91 Dorado, Saccasont Alpine, Amsdoc, Calaveras, , and Talo Counties , 11.72 .67 1.75 .02 San Joaquin, Stanislaw and Fainters& %alumna Counties 8.17 1.00 .70 2.00 Alpine. Amadoc, Calaverea and San Josquin-Counties Add, Bcuah 2.91 .70 3.34 1.11 flumbecor Bgamfttterst i Spray# Sheetcock Tapersl 1 Ban Benito and Santa Swing Seaget Scalfoldr• - Clare Counties 15.151.08 1.77 .14 Sandblastart Structural Ban Mateo county 16.61 1.14 2.30 .33 Steels Papechangers 10.32 .70 2.34 1.11 Flumberar s Contra Costa County 16.37 1.25 2.29 .26 Plumberat Steanlittecst )' BBCISION Mq. CA77-5091 -trod. 11 San Moteo.County 14.41 1.14 2.30 .2S (42 Sa 52927-September Alameda. Alpine, Amador. .Z Calavacas, Contee Costa, Cal Mede' it Dacedo, Fresno. F Mboldt, Morin. Maciposa, , OBCISION NO. CR77-5092 -Mod. 81 A Mscead, Monterey, Napa, ! (42 rA 52941-Sepesabec ]o, 187 ) N Masada, Placer, Sacramento. Imperial. Inyo, Kern, Las Ban Banito. San reawisco, Bon Angeles. Mono. Orange. joSVIA, San Mateo$ Banta Blvecside, San Bernardino, l . Clara, Banta Ccs&. Bolan, San Luis Obispo, Santa t BorAns, Sutter, Taboo, Barbara and ventura A olumns. Polo and Tom counties. California Coantlee.0allforata Cha er chaftel Drywall Inatallecs 11.40. 1.49 1.95 .90• .07 '• Srlcklayerar Stonsoa0onst Painters# Alpine, Amabc. colovecu. 1 Facking Lot Striping 1bck San Josquja and Tuolumnes and/or ■ighvay Morkete. Counties 11.70 1.00. 1.38•' 1.00 Into and Now Countte Almonds and Contra Costa Cos 12.35 .33 . 1.25.'. .21 ! ' ; Stcipec 10.17 .SS' .40 b. - Rldocado. Nevado, Pleeac. atctper Helper 8.47 .SS .60 , = b - Sacramento, Sutter. TeMas, Traffic Delineating Device Volo and Tube Counties 12.30 L.03 .1.21• .23 r - Applicator# Nbeel Stop Sen Sestte and Seats Clara Instillers Traffic Boners Counties 13.53 .33 1:25 .3S Sandblaatar �. !t]7 .SS .40 b fit Ne go"" UftWW VOL. 12, NO. 1"-MOAT. OCTOM 14. 1916 w r Wulf iGl IWiS P. r Noucriauan r» o 0 f.t WISIOM NO, u77-5092 Wont-4) PCCISIOP NO, u77-5092 (Cont-Al fT,lap iswRtr Poliosis FdwNr BMOOt.rsr..Mla 5.0c be.sc . M..rlr '-r' Elst.ltee Mss.lr EJ.nrba sorts M i i tw.iss. YautiM ..oder Rarea N 1• rsa.iMa Yesaties a+1/s. App.To. soft floor layers Aver.Tr, -Helper (traffic delineating We Angeles, Orange, device applicator, -heel Riverside, Santa Barbera, stop installer, traffic San luta Obispo. San ourtacv andblaater1 7.97 .53 .40 6 bernardino and Ventura Cas. {21.00 .70 .82 ..{0 .0{ D}urrf Seal ax�_rattonl Mlset o)aratoc 9.37 .SS .r40 b Squeegee man 8.61 .5$ .10 to DECISION NO. CA77-5091 - Mod. 91 Applicator Operator 7.97 .SS .{o' b ({2 N 52953-September 10, 1-97P) Top man 6.90 .5S .40 6 Isonal. Kern, toot Angeles, "lop Man i.{7 .5S ,{0 6 Orange, no, Son L, San Seoain{ng Counties# Bernardino, San Luis Gbispoo Traffic Delineating DeviceApplicator9.37 .SS ,40 Sante Barbara and Ventura ' titripecr Wheel stop Install to Owantisa, California Surface Sondblaster 4.99 .55 '.40 6 the es Nlperste (er, traffic , we su soap Drywall installers 11.40 1.49 1.95 .90 .07 installat, traffic surtap sandblaster) 7.00 .55 .40 6 Plaster Tenderer Ventura County 11.23 '1.05 2.15 1.10 Slurry coal OperationsVentura Barbara County Mixer Operator 6.96 .55 .40 b (Santa traria) 10.23 1.q5 2.30 .{0 squeegee Man 7.99 .SS .{0 b Z Applicator Son Rarbata County spp Operator 7.06 .SS .40 b (except Santa aerie) 10.13 1.05 2.30 .44 Step 1 _O SOuttttn 6.90 55 .{0 b Pan . Bern County (China Lake M'leA Ta nr 6.00 .SS .{0 b naval Ordnance Test fit Station, Eduardo Bre) 1].225 .1.$S .2.30 .60 Venture cs CCxmmounty 11.23 1.05 1.45 1.10 N Seats Baratta County Sera County (Remainder of County) 9.N 1.05 2.30 .60. (Psora Matta) 10.23 l.qS 2.10 .iO Sartta Parana County tlumbecal steosfittersr IImperial, los Angeles, Ot , ' aa Santa Matte) 14.11 1.q5 ].30 .60 Riverside, tan Bornardino. Nos Musty (Mine tate , Naval Ordnance Test ititiaa San Luta Obispo, Santa Sdsacde Ale) 12.225 loss 2.10 .40 Rarbor■ and Ventura Cos. 13.01• 100 16{ 17% 3/49 9090 County Wedminist / {oft rloor Layaras st QXmty 1.001.05 2.18 .is Use Angeles, Orange. 1►les6arar Stalrtitcers, y Riverside, Banta Betbira, ispcial. Ins Angeles, 5 Sart Luis Obispo, San 094"200 Itivers"W. Bast becaudina seed Ventura Cos. 13.00 .78 .e2 .00 .04 se"WrA10%Son Luis + a6lsps. Ssrtta barbers w wMWILS Carrmtt" 3].41 lit •360 13{ 3/49 MONAD HOWN, VM"42. NO. 1N--MIOAY.,OC 0WE 14, 197T ...w , y t . IDOtFttidTtO(i5 t. ! 4-NMFICATIOtit P. 10 9a.it FANO se•e01e perwrs t I!. ` Noes 4eeekre pgaeaq sfCISIOtt MD« Ch77-5094 -Mad. H1 y•. sorts i62 !!►S2lLi_Septe•bar 30, 107i a* pareiers ♦se+rw !Nw Moody E6. ter Sam Olego County. CslifocaLa To. segs N i tH !•..tame Vevwk%a er r.To. 0=11,11 er talon A -4. -Hod. 1 , Drywall Installers 12.95 .46 1.20 .00 .47 FR 53002-SOP 3oe19mR} .deters. f I : racking tot work and/or lobose: IkeffBigbiwaGroup 1 T«60 .45 .20 rgt swilb Group R T-70 .i5 20 . y Markers. S e 0slinsatiag 4svias : applleatoc l.y7 .55 .40 • Group 3 t.65 .b5 Meet stop instailart - 10 9raffic surf•cm sand- Decision OrATT-5220- Not. ' blestarH striper 3.99 .55 .40 b Malper !traffic surface 42 FR 530oT- September 30,i .sandblestetr wheel stopCbawklayers t 11.50 .20 Installer! super} 7.00 .55 .40 O , slurry Seal operation. , r>ecielon �7AT7-b229- Ned.f Misr Operator s0 .55 .a0 b squeagea Man 7.90 .5S .40 b t Fit 53013ptedsai fo 1 ) 1. Applicator Opacetot 7.00 .55 .40 b PluChags and Steenfittere ''�, 11 .50 sbuttlesan 6.90 .55 .40 b ihp Man 6.08 .55 60 bDettaten ZAT;-4230-Nod. t rlrtbsrsr steanfitters 12.61 100 160 130 3/60 t 530-155- ptesber JO sbset Hotel itorket• 12.06 1.06 2.24 .41 mange: Sort Floor L7ere j` 9• .50 .04 ZO I Plumbers ass Steaaritters• +• 12.io .60 .85, .10 .,4 J Sheet Ictal Workers 11.06 .50 .Tr .OT sMu,�tat Hp. G77-1095 -Mori. 0t HA 02 PA 52169-September 30, 297 i Decision rA -4203- yj sin Olyt Crusty, Califaaris 2 FR 53020- Sepie s 30,1 ) Cbnnsa: �yy Dariaitioo or Zo ayramu Iemtaiiers p12.ss .s9 91.29 .90 .07 4rpentera •rd ledriverman.fans 3- City of Council HI amd abutting rltr0macq steasfittace 12.61 100 lq 136 3/46 aatniclpalitie excl in$w"an or pertalnh%to the PASS I Auer) !haat Metal Workers 13.96 1.06 2.24 .41 . Cesest rias zoom 3- city at.Couaeil Diads ane abutting cipsiitiN excladi rt os or perulaft to the xlssaurl River) m Tnboeere lone 10« city or Commell Hum and abutting motel ps its ' I ns work sa or pertsilift to the Missouri River) powe a1 at rators• Zags 1- City or Council Eluffe ani Shutt aip•lities exalu9teg work as or psrtelsing to the Missouri Rive t Drivers-Zoos lo- city of Cowell alum sni &batting srei419611t Q IN'wort as or pertafaft to tba Minecard Rli►ar) COD W; e. 1 ROOM U616110, VOL 40. Na. 1OP- 01DAr. OCTOW x r � 1 rSUPSRSiISAS bBCtiION qtr-. �• _ STRIffs California COOYT1SS# Alameda. Alptae. Amadora . mutt*. Calaverie. Cbluse, C7nttra r t3 am 00. /ata t Coats. Del Marta, 111 Dorado, rrenno, t:} •.� r / Glenn. Rumboldt. Rings.`Lata. Leen, Merced. N040C. MontasMendocino, . Nape. i PIOCOC. Plumbs. Saetamento, San Benito. ' s Se.lc rriytStlw•tir p.m„e, c t San tcanelaco. San Joaquin. San Mateo, ""fit i Santa Clara, Santa Crus. Shasta, Sierra, Roe• M t r Pb. • YesbwMa seller Staklyou, Solano, Sonoma. Stanislsue. AW.Tr. Sutter. Tehaaa, Trinity, Tulare. Tuoluane, Volo and Yuba •a' RDOrERS f 7.9510 - DACISION NUMBER$ CA77-5090 DATRt Data of Publication WIT METAL WORKERS ( � 0.23 -.45 GL .03" Suparsedee Decision No. CR77-5039 dated April 22, 1977, in 42 tit 20991. iMRuSBM rI•t= - _ ";ES` i"",115'- - " .i15 7 011PTION OF NORRr Building Construction (does not inlcuda single family I-.- �� 4DCSti boas and garden type apartments up to and including 4 stociaa), heavy and highway toaetcuction and dredging. LOAN= --cacstve to Preece d for craft ocmlag oparatiom to which s"s joldito lacidenta1, ,t.. ( 1 ' ' rriep Rwnn Paas•wt• logic K. ' -19t 6tsna. - i 6604. to S tette - 2Ii over 3 yea ti at ►bale I1 Roan M t W P.eclla• 4 hourly cat 1 Ae►r.To. b- paid No yo - A through ASISSMS WORKERS .90 i 1.17 =1.50 .06 ILEFULWERS 13.175 +775 1.00 .SO .02 t r AID DAYS( '• `, :, ' CttLAYERii Stonaamsonst ' Years Days S-Mesarial Oa1i:i C-10dsW udsaee Da'yi D!-"Lbor Da1i:t-Yb t fel Botta. Humboldt, Lake,- - wrin. Mendocino, Napa,t Dayi r-CretaDy.,;000, I i •�'`; Ban Francisco, San Mateo,, t t'1 t 1 Stakiyou. Solana. Sonoma. ,: • f t1• 04 Trinity Counties 11.42 1.50 1.10 1.00 .OS Z Alameda and Contra Coats ,, z r ,;. 1'(. '• ', Countlsa 11.pS 1.03 LOS' .20 1' Pcesno, Rings. Mbdeca, t' A aeripop and Merced Counties ll.SS .SS 1.00 N rY. #•.? rt r° . (jx butte, Coluss, 21 Dorado. t i •1 r + Glenn, Larsen, Modoc, bsvada.. Placer. Plumes, Sacramento, t f `( It t, !- Shasta. Slade, Sutter, r w It Ssbame, holo and Yuba Ooa. 11.10 .00 1.05 1 .25 Monterey and Santa Cruse c Et s10P Counties 12.10 1.22 1.26 1 t r +' •,, r% 1 j ban Benito and Seats Clara Counties 11.SS' 1.05 1.05 .0] Amadoc, CalaverM. Sam Josquta. Stsnialaua bad fteum to Counties, 15.iS 1.00 1.00 1, are CountyN Ware -1.00 l.Sb .07 it ./ :%> ••a :•('• • ter •, ��• - ( ' :(.• ,t. t .. o-M of • . . tie Faw" Kamm YOL 42, n0. It*-ttiOAY. 3ElttMiER� lf7T wr...at t:Att-1090 Aqm 1 { CPO ( DECISION MD. CA77-50" ' Page 3 to &sic FffsM 1pshb Fet�•e4 fstgs fe••lir.•osis Pecosera Mswlr #&coffee Mewl9 E4.c•uss R•iea M l E F..daa Yas.N.. s.d/a. Rsee Nat ►w.les. YasNl•s •■d/•, Asir.7t. Astir.7r. iEICR TDIDritSt Alpine, Asador, al Dorado, VJWMICIAstS, iCont'dj- weada, Placer, Sscramento, Lake 2shoe area 1 Sierra and Tolo Counties S 9.30 4 1.00 i 1,70 81:ctricione S 13.40 .47 39+.77 .08 San Francisco and Sen Mateo, Cable Splicers 15.20 .67 38+.77 .44 Counties10.00 .65 .10 butte, Glenn, Lassen. Medoc, Fresno, Sings, Madera and • - •. flumes, Shasta, Slsklyou, Were Counties 10.35 .00 1.40 ?*he" and Tcinity Counties CAR"WpRSt Rlectriciana 12.24 1.12 3%+.705 .04 Cscpenters 11.65 1.22 1.71 .9% .06 Cable Splicers 13.46 1.12 3%+.705 .06 6b rood Floor layecer'oTunnelc wer • faw•Cperatocst Saw Fecar tlectricionsi Cable SP licer0• Shinglerar Steel Scaffold Melpers 12.85 1.12 3%+.705 .04 tractors and/or Steel Shoring Cable Splicers 14.14 1.12 30+.705 .04 , tractors 11.60 1.22 1.71 .45 .06 Calsreras and San Joaquin .` M111wlcghts 12.15 1.22 1.71 .OS ,06 Counties Iiledrivecmen, bridge, wbsrt Rlectciclanst Technicians MIS .92 3%+1,25 .01 and dock builders 12.23 .14 1.26 .75 ,O4 Cable Splicers 13.67 .92 30+1.25 .01 C9VAW MASO"Sg Contra Gast& County Cement Nations to 10,00 1.15 1.43 1.50 .05 Electricians 15.20 .70. 31+1.00 NastlCt Magnosltet All Cable Splicer 16.70 .701 3%+1.00 ` Composition rusons 10.25 1.15 1.43 1.50 .05 Del motto and ilumooldt Counties. • - Mon Working from swinging or Electricians 11.25 .00 I 34+1.95 .04 *Ili form scaffolds 10.25 1.15 1.43 1.50 •.05 Cable Splicers 12.15 .80 31+1.85 .04 z ' DRIMALL IMSTAUJIRS 11.52 1.22 1.717S .07 Fresno, Rings, Madera and 0 tLfCTRLCIAlt4, r+ !Clare counties • .1 !1 Alsee" County _ Electricians 12.76 .80 301.05 ,OS Electricians 12.91 1.05 130+1.15 ,01 Cable Splicers 14.04 .80 3%+1.05 .05 N Coble Splicers* 14.52 1,05 30+1.15 .03 Lake, Matin, Mendocino and ' Amadoc. Coluss, Sacramento, Sonoma Counties Setter, Talo, Yuba and Electricians 12.35 1.11 3%+.30 ,OZ tMse portions of Alpine, . r Cable Splicers 13.61 1.11 31+.30 .02 tl Dorado, weeds, Placer, t Mariposa. Merced, Stanislaw ani'sierrs counties wet sad Tuolwrw Counties of the stecca Mountain Electricians 9.03 .62 3% 1% wtershed rr Calle ^Splicers 10.61 .62 3% 10 Electcicians ••11.79 . .95 3%+.S5 .045 Cable splicers_,.• :15.57 .95 3%+.4S .643 t SLAnslar ' :' _ Electticiaw 14.37 '.!S 74+.85 Csila fplieers / lS.l� t .!S 36+.8 5 .S6! f01M ROOM.#VOL 42. 00. 190--MIQA1t. SMORM 30, 1977 j I .,�.•-- t t � t tDWI#100 MMD. CA77-5090 6DXi,10w<to, a»-safe Me 4 Fr1.pDeedit,Fera*■q ' Bette td+-•+r+ Ps o ~ 6e11r NeerMr td,eeNM MoAr D h N L M P"41906YeeuNw Ei r~ 110101Haw Foadess Voes"s ee6/e, ahs.T.. APw is VXMICIANSt (Cont'd) GWIt3182 (Cont'd) Monterey County alpine. ;sailor, butter r Slectrlclene 6 12.50 t 1.10 31*2.30 06 Cleaveres. al Dorado, Cable Splicers 13.61 1.10 3te2.30 t.44 lyriposs, Merced, INOrM Napa and Solan*Counties of City.ot Livingston), { Electricians . 12.07 .40 36e.2s .04 Mq1 . Nevads.Plscer. ' Cable Splicers 13.66 .64 3/*.6s .41 $acrasento. San Joaquin, Son Benito, Santa Clara and Sheets. Sierra, Sbetiyou, Santa cru:Counties• Stanislav*, Butter, Wha , Electricians 13.40 .77 30e1.S0 .05 TOoluone, iota Wad Tuba Cable Splicers 15.33 .77 30*1.30 ,03 Counting 11 10.iii .SD 1 1.50 Son Francisco County ' Fresno, Rings, Nsders and Electricians 15.56 1.04 3l+.90 .06 TUlers Counties and the Cable Spbteer■ 17.53 1.04 WAD .06 ra"Ifting portions of Ran Note*County Hatead County 1.06 ,DDS Electricians 13.64 1.25 31131.00 SAONa014t4R5t RLO ATO*CONSTRUCTORS 13.14 .54 .3S 3iae .02 knee Erectors 10.66 •3.24 2.22 1.46 .06 11101MOA CONSTAUCIORS' NBLPEM 7011M ).SI .35 ilea .02 Reinforcing UAS 1.24 2.22 1.45 46- W-11MOR CONSTRUCTORS' SSUIRS ornMe"to.I Structural 11.55 1.24 2.22 1.46 006 I940D.} soon 1arnERst SLAZ1MAtSi Alaaede and Contra Onto A,laeds, Contra Cate, take, Counties 11.311 1." 1.26 .1125 Merin, Nendoelao, (Southern Sutte, Cbluse. Glenn,, Q half of minty tragi North of } 1h0sholdt, tats Ithat i Ft. Bragg). Monterey, Nsps, portion of County frogs i :r � San Benito. San Francisco, Lakeport up to county San Noteo, Santa Clara, Santa Line), #seado, !`!seer, I . Cres, Solano, I6.11. Bros*set Flown, shoste• Sierra, e of foleflald) so SotlI T WM and Trinity O"WAW '. 11.00 .ii AN, .111 Cbutltlea i1,if 1600 1:61 A2 Celavocas one Son JboXdo ' . Osaatlsa 11.3p .64 AS ;111 take tercel City of Lelepset M,er to County bino)r Mllfln, i IMudaOl00 foams amtlM 9.01 .87 ,D${ 1e1111 W#ne r 1 61�µ 11161M VOL 42. NO. IMMT. SVPUM EM $M, so" ottc"14111 04. CA77-5094 t vale f mor SOCISiOM No. CA77-3090 Sale 7 0 GD t f,l■to i.e.Mi1.fga.wa / le.le fN■pt io■.Mir.M'emw.■r■ + y Sack AMM Ed,nMlea Moody 11 .t.ri.e soft. N l f fw.lo■. Yocedes eW+. seb. N t f f.e.loe. Yeselloe 4■1/0r A/R•Tc. ANr.Tr. tA1NSA8t (Cont'd) LING CONSTRUCTIONS (Cont'd) , Moateter■nd Santa crus Naciposa, Mocclid, Stanislaw I l and Tuolumne Counties Counties 511.30 .6/ .SS ,01 am Francisco sad iri of Linemen 9 9.03 .42 is la • fan Metao county 13,07 ,66 2.00 .OZ' Cable Splicers 3 10.11 .62 1! it ; Sm Sanito and Santa Clare Monterey County �s, j cou+tiaa 12.69 .96 1.75 Gcoundmen . 1.10 31+2.10 .06 hesso. fUys, Medere'and Linemen) Technicians ( '' 122.3366 1.10 39#Z.]0 .OL ?alta counties 12.03 .3s .4S meCable Splicers 13.06 1.10 30+2.10 .06 i btifs, Pace", ftanlslaus u tt• Maps and Solana Counties* t aad laottlons Cowties 10.73 +., .91 Linemen 12.07 .6S •lt+l.lo ,Oi 'dosdot. fl Dorado, sactamento .'t• Cable Splicers 13.56 .61 11+1.10 .04 s° and Polo Counties ma - .411 1.00 butte, Glenn, Lesson. vlusaa, Southern halt of fan Mstoo. I Shasta. Whom a Trinity Cm■Sty .10.83 �'.32 1.9# Counties 7 Gruwndaen 1.36 .97 11+.703 .02 UNR CONSTW 109#/ Contra Costa County 1' j' , Linemeno Dquipment operators •11.90 .87 11+.703 .02 cable Splicers 1].16 .11'1 1a+.70S .02 Otouwfinen 11.10 + .70 36+1.04 p ) .= Liras agulpment operators 12.61 .70 39#1.00 i' Alameda county �. !»60 1.05 Ss+l.ls .01 ' r. _ • = Linemen 15.20 ..70 39#1.00 i Gcoundaan - ;;,'; 1 • Cable Splicers a 16.70 .70 39#1.00 Linemen 12.01 1.45 39#1.15 \ .07 1101 Matta, Modoc Awl fisbiyou• Lina Nquipdent Operators 11.62 =.•1.O$ 3641.13 .03 O/ontias • Amo4or, Colues. Sactamenta. Z Was trimmer helpecM ototurdoan 1.16 .45 to ,.20 1/21. . Sutter, Yo1o,'Pubs and !bore t 0 Mod ytoundaanl 110■dytouM- : r . , portions of Alpine, 21 DorIOdD. Mon (CAipper)t vordats■nt••-:. t Merads, Placer and Sierra, JsetAamm(mea •f.9# .4s 11' .10 1/20 + Counttee Nest of the Mo IA ti "M Squipsent Men 1.93 .4s is .10 W20 Sierra Mountain M(atatabod / Gcoundaen• , 8.97 .73 11+.73 .045 . _Unsomon valesptayect Sassy .., . Linemen .71 11+.75 .O43 6410 Sgsipoeat Nene t 11.21 CotUtied"manosM Mslbr �..t •11.54 .4s alt .10 1/21 Cable Splicers t 12.33 .71 11+.73 .063 • ,Ties vctetmr ;,! I t •10.12 .if 31 .lf 1/21 Lata. Navin, Mendocino f. {Coble ipilcatoo Weems r'�;1� aatouS oma countie0 �:-'-,i 9,19 1.11 31+.110 .02 ftle sprayer 1' t= , 12.711 • .411 la'` .10 1/21 f fioino, fin9ir wNca Mmd••,: + Line ogalpwt%t Operas a*•-1t 11.12 1.11 30+.84 .02 .� 34flars Counties 7 t: I Linemen „ '. } 12.33 1.11 3a+.40 .02 -4tound an12.9# .lf 11+.10 .Of Cable 411bero t.-: 13.61 01. 1N.f0 .02 iLiassiaM Llme 11guifmenc 0 esators / 12.91 ` .75 3N.11S t able.fpl/ace 14.211 .75 '3110.ff .65 - • rtt' Y .fit. :_. fj/� t• •'t' •' • e••1 _• i #. POO" =GO=. VOL 43, NO. Ifo-RIDAr, fiITfM N 30, 1?77 ssCI6s0l sD. CJtTl-5090 Pete 9 isle Ca77-SM4 hM •. � , iadc fain"SOMA#*rarnaala seat FAO"6aaAft Feim"*t K"dr [6caNaa 0i4w(y EOrcauiac arN* k l l p48091004 YacaM.a fm&a+ Oatac it k l !"aadaaa war*"" ..d/.. Apt.T.. , Na T.. ' !NI/l.ORt011t /Cont'a! N►l (Coat'd) i� lantsgay, sea Bonito, "a MMalaR County notee. Santa Clara and �Iasrast0 + 9.00 .N 304.05 .04 to Crus Ooantlso 140ir. 1.35 ./0 1041.05 •Oi (arcluding portions of CM10 Opltoeci 12.15 .N ]641.aS .04 Coustiaa in the the rake taboo See Rancl000 County Area) � a 13.25 1.44 1N.s0 .04 Orusk / 11.22 �99 i 1.30 .60 .03 Litwsnl tycirtiala.o 15.56 1.04 30.90 .04 Way 11.47 .91 1.30 .00 .03 Csblo splicers Mil 1.04 30*.90 .04 Topare 11.77 .99 1.30 .00 .03 !aa bonito. Seats More. Lake Taboo Area aM Saata CCUs cwmtie. guwb 10.95 .TO .75 0sausdasa 11.03 .67 7041.50 • .!5 fproy/ structural steoll Unna as Lino Spigrant Tapes 11.20 4.70 .711 41paritafi 11.76 .07 301.50 ,as 4ik*. auto, monamine, son ALL splicace 15.01 .67 301.50 .05 lganoisoo and fonaas COs. slliIM 11.74 1.40 .93 1.03 kwb 10.77 .99 1.10 .90 .03 sitlt0sli way 11.02 .99 1.10 .60 .03 Upton. Aaador. ALeeras Tapare 11.72 .99 1.10 .60 .03 aaa Sao Jnagutn Counties gotta. Colese. atom, Losssn. O[esb s.92 .70 .2.3 1.11 (0so164189 the estcaee as Opgoys tkaetcoeb Tatars Career), Medoc. plume, OMia/ sta"I seattoldl skoote. slakiyau, Sutter. Z w swAlaitor stgbctuwral• . Tskort. Trinity Lad Yuko Steel 9.72 .70 2.74 loll CoUatis* n gs00er, glass. Nadeco and sgsokl set Toodsrel voltage 6.75 .60 .60 N 901"0 Asnti" spray/ sondblaoter/ structural Curbs Isgege 11.11 .41 stash going itsgsr Tapers gas .40 .40 � Oggayl OuaeRcwl steel 11.77 .41 1.0 Lateen County, (that pdrtion tes/ote. skccM. Stanislaw that lien OOetwrd at v►ry. nos*WSW"Csoatlea 6395. method to and S *P ak' '9.N .79 .45 .75 :412 incluiln! honey Lake) Oriq Otgot he"h r/atel stash 141.911 .70 .73 Moor O01gs stem Cloomines Ways structural steel/ ItOK"noting 9.9% •T! .45 .7S .61 Ingots 11.20 .70 .711 Mcayr Sandblasting 14.10 .70 .45 •711 .01 1 Ilm" mom vft h, NO, iN-mmv. """"a ii, !1'07 Oscpi 71-fOfp ) ORCISION OO. Ch77-5090 Pals 11 a pal* to , to C t SeNc taiga taaattts tareors feNc F.iafa Ssms)ito Pa�.oMo . Memoir •__•_•-• SOtceNoa Mssrtr -• £d cotimn Sass, M t M P«Nmao resellae aa//aa Rates M a M Paadca. Vocalism O.Vai pAI1mmia1 (Cont'd)1 Asst.Tt. App.To A3awsds. Contra Costa, PA1101. s (Cont'd) S1 Dorado, naps, stew&Qe, Ssuaining Counties .P;ocer, Sacramento, $lett&, Traffic toolinoating D&vlcs Sal&no mad Yalu Counties Applieatocs whool Stop (osciudLag portion+ of Installetl Traffic Surface C3wpatiss to the Lha► S&nOblaster t a.4T .SO .35 b t lama Area) Sslpet (traffic delineating Staab 9 11.12 .09 P 1.30 .N .03 device applicator, wheel Spray 11.37 .99 1.30 .00 .03 atop installer, traffic lttpto 11.92 .99 1.30 .90 .01 outface sandbl&sGr) 7.t2 .30 .35 b itsY Mone mad lusYWldt Count/Nstripec 1.97 .50 .35 b Rstse 7.55 .50 .20 .l0 Selpec (stiper) 0.22 .50 .35 b *says SmalMtetal Structural Slurry $e&1 Opsestione ifteelt Ming Stsp3 Taperat Misar Operstoc 0.07 .50 .35 b hpth&wgon 7.10 .50 .29 .S0 t t Squesgse man 0.37 .50 .35 b lorkiag Yat Striping Mock MOVION Applicator operator .7.72 .50 .35 b ) •lghuer Macketel p Shuttl&emn 6.65 .50 .35 b proems. Slap am Tulare Oount .' Top tun 6.22 .50 .35 b !rogue Oelimating Device ILASTOLMi gg,licator 6.67 .50 .33 11 Alamsda and Contra Cost& 1111a*1 Stop Isetalleri traffic , Counties 10.10 .74 1.05 .03 portace S&adbleeGrl Striper. 0.48 .50 .35 b butte, Colum,.Glenn, Lesson: islper tallest atop taaGllec, (Soutmastern halt of Lassen .. traffic surface sandblaster, county). Plume. Siert&, outlet) 6.03 .50 .35 b Sutter, and Tuba•Ceunttes 9.79 - .56 1.00 A Slancy Seal Optations Nantecey Cwwaty 12.31 1.00 .35 02 M 111=1 Optator 6.46 .50 .3S b , hmea. Sings. Wsdsra and Cyusgse Mea '' - 7.46 .SO p ..35 b Tulare(lanaitise 9.24 s .90 1.50 1.11 :plicates awattis 4.03 .50 ( .35 `b Alpine. Amador, Sutte, caloveraa Mwttlenan t'. 4.65 .SO .35 8 "' Claluss, St.Dorado, 61ena. Up 1 .5.q .iS b at4ssw (2114). &wade, Plater. r Plume,-Sacraeanto, Son .Ioeyula. Sierra. Suttoc. ! talo and Tubs Counties 11.59 .71 1.50 '01 Sew Francisco County , 12.33 1.00 2.25 .03 S"Insteo County 7.72 p .40 .90 2.50 .025 A. - "wan/ _ ` .. 1, i. ., .. , -• , • V ONAI RfOlf W VOL 42. MO. 390-IMAY, WIVOW !S, 417 r - ` Fdwse 2~1118 fgeeabbelt • fdwp Bewehb fgw>•w/• Boole '; Modr E/ecotlp ""fly E�eCHi.w .1 61.. N A s feo.bu Y".0 o e"/or Bases NAM fooJewe VustNw oral/or V AMr.To. A►pr.To. flAflnefJtSf (Cont'd) PPIB Ltzas# Steamlltterat (Cont'd) ' !rl nerta, Humboldt, Lassen i Alpine, Amador (Southern ~` (Northeastern hal!), Marin, portion of County). Suece, t" ossoe. Napa, Shasta, - Claavecas, Colusa, Veesno, , _ Blstlyou, Rolan, Sonoma, Glenn, Rings. Laaen, Kadera. Bahama and Trinity Counties i 10.25 .f5 .SO 51.1! .O1 Marlpou, Netted, Modoc. +` neeiposa, Merced, Stantelaus Monterey, Flumes# San Joaquin, _ and Tuolumne Counties9.05 .90 1.55 1.20 Santa Crus, Shasta, Stores. PLASWZRERS- TENDERSt Sleklyou, Stanialaus, Sutter, .Alameda and Contra Costa Tehama, Trinity, Tulare• ' counties 2.67 .60 1.10 Tuolumne and Tuba Counties ! 12.60 S 1.39 S 2.00 .10 fsesso, Rhys and Madera Lake, Napa and Solana Counties 13.31 1.13 2.29 .16 z; -counties 9.60 .60 '1.60 Del Norte and Humboldt ' fee fcancLeco and San Mateo ' Counties 12.29 .f6 1.12 .OS Oarutles 9.50 .90 1.20 1.19 poor 9t -Alpims, Bandar, R1 Dorado, Alsmada and Contra Coat& Cos. -needs, Placer, Sacramento, 1loolara l0.fa 1.1T 1.10 .60 .OL 1111mes ad Polo counties 7.65 .455 1.60 JO Mastic Mackerel Rettlemen tr 'hlswrp sad Sao Joaquin (2 kettles v/o pumps) 11.19 1.17 1.10 .t0 .01 O>Mtiltlas 9.63 .80 1.10 .90 Bitumasticl Duamelersl Pipe- /Iasla County 5.32 .00 1.60 .90 wrappecsl Coal Tar built up 11.94 1.17 1.10 .60 .06 LB�mtm[ey County 10.60 1.25 :1.70 Alpine, Glweres. Maclposa, Mm`lasito, Santa Clare and Merced, San Joaquin, Stanialaus Salta Crux Counties .70 :1.60 �' and Tullumne Counties Z !rooters (slate, tile Q ilsiNs County 13.19 1.25 2.29 .12 calpoaltion and built up) 11.29 .96 .67 al,&"Costa County 11.87 11.25 1.29 .28 felt Machina Operator 11.44 .98 .67 A y r Ateamlitterat Butts, Coluaa, 21 Dorado, M7 rl�s/os'(ne[tAern ball o! Glenn. Lassen, Modoc, Placer. f N _!. "gssntyl. Sacrwntot 11010,1•' Plumes, Shasta, Sierra, !1 BsraBs,.weadat Placer Blakiyou, Sutter, Twhame. Bad'sieres Counties (eR r,• r Trinity and Tuba Counties O1s81y Town vsAres) 13.86 1.32 1.81 .16 RootersI I1.49 .95 .60 } X + Saba!Mas Amp ? 10.99 .SB .80 1.15' ..18 freeno, Rings, Madera and ' `dna Bledssin0, sap frawisoo:' J valets Counties aN Mims Counties•. '•11.79 1.905 .1.50 1.17 .If tloo[ers 11+35 .60 .50 4r , t fake, Merin. Ilutdocinc. flaps,' u o 't 1-' .' 1 •+ � ! ( sole"and forams Counties l ' Roohn 18.13 .83 1.28 1.63 .06 B)aatic Mackerel Sattlsaa n (3 kettles w/o pups) 18.38 S.BS 1.20 L63 .O6 '' t Y 1, 7,r 1.11: r 7• altunsstic# on. lersl tips- ' agePrq Coal ter ptleb 11.13 .83 1.20 1.63 .06 1 •t• - ! 1' 1 '� a t� .LV•i - . i . - ..• •' 1 !' •r� •� ,� .� �.o + t0 ' e.e l ;' SEONAI 11011M VOL 17, NO. 110-HIOAY, IgTEMIE! 30..1077 r Basic / teaetM rgmaM• tack hia"twNM h1�+1• Na•Ac `Cooks Naady Ebcaniae Ss@" N A■ realizes YecseMa *WON Retia N i r raeeleea YesaWw 6.4/of ANt.To. A/p.To. BOOFMt (Cont'd) MOM N6TAL WARMS (Cant',) - Dal Motto and Humboldt Del Motto, wmboldt, take, Countlu 1 Merino Neadoelno. San Roofers • 10.31 .40 .73 .35 hatnclaco, Sones and .12 Monterey and Santa Crus Trinity Counties 4 12.50 ; 66 4 1J1 1.74 .12 counties. can Mateo County 12.62 Roo[eca 10.60 1.40 1.15 MbdoU o and Sklyou.Countles 10.25 .52 .3e .035 i Ban Prancleco and San lbteo heeno, Rings. Madera and Counties Tulare Counties 11.94 .73 1.32 .14 Roolecs 10.93 .60 1.15 1.10 .04 torr rL0011 LAYERSt I, , •Nestle Workers and Kettlemen - Alpine, Aardoc, butte. (2 kettles) without pmrpe 11.15 .60 1.15 1 1.10 '.04 Calavecu. Cblusa, EL Dorado, + ! tltumssticl Leaeleul Glenn, Leen (including Plpswrappersl coal tag 11.93 .60 1.15 1.10 .04 Money Lake Atea). Merced Ardor, secca■anto and Yolo lacer of sen Joaquin Rivet), �Owntlu 1 Plume. sen Joaquin, Shasta' Boaters {elate, the and sacrament.. StaalaLue. Composition) 10.11 i 1.04 1.10 1.00 .07• Sutter, Tehmass, Trinity, Snazzier and Pitch 11.11 1.04 1.10 1.04• .07 Tuolumne. Yolo and Yuha Ann Mnito and Sante Clara ; counties and those poctlone counties of it Dorado, Yewda, Placer { BoolecoM Kettle (1 kettle) , 10.10 .65 1.14 and Slscca Counties (excluding i OCTAL iIORKfRSn i Lake Tahoe Area) 10.73 .94 1.30 1.00 .10 SHM Alameda, Contra Costa, Maps , money Oke Area and Lake Z 0 And Solan Counties 11.25 .66 1.93 120 •.04 Tahoe Area 10.05 .70 .20 Alp/r, Calaveras and Almada, Contra Costs, Lake. • A San Joaquin Counties 11.77- .66 1.40 .02 MYcln, Mendocino, /steed, Mn Ardor, Butter Color, Monterey. Maps. San Senito, N IU Dorado. Glenn, Plumes, can rranclseo, San Mateo, � Saccamento, Shuts, slacca" ) Santa. Clara, Santa Crus. Sutter, Tatiana, Iola and Solan and Sonoea Counties 11:30 .60 1." c .10 . s■a Counties 11.69 .73 1.65 .11 00210111192 r12TEASt . Mariposa, Merced, Stanialeu■ Almada. Contra Costa, Nacin, a"Tuolumne Counties ` 11.14 .60 1.10 .04 Maps, man Francisco. man Moata[ey, tan Naito, Santa Mateo. Santa Clara. Solan. 71 clava and Santa Cres Co■ntia■ 11.15' .34+.66 1.01 1.115 sad Sonoma Counties 19.16 .i5 1.45 J .09 Remaining Counties - 15.07 .65 ' .fS .Ot ' trtAKiTrsllSc . + Alameda mad Contra Costa Com..• 17.30 1.25 2.29 .165 not Mode and BirNoldt con.�i. 11.06 .61 1.12 .05 .. .5 .1 ' ONWAl MQlS K VOL. 42, No. IN- "Y, SOTUMIN 30,'"77 OwiflaN no. cA77-SO)0 page 17 OOC1tiOM W. CA77-549 fage i6 • J PAID HOLIDAYS, A-Mev Year's Oar! O-Memorial Days C-Indrpendence Drys ' 0--tabor Das 1-Thank iv t l tri.0�israGt,tatsaab Y ai ing D*YI F•fibrlatMa Day.rualwoms mom _ iaAr b„aat' M i 1 tr,i�a, yataNan E sr~ layer contributes 66 of baste hourly rite tot over S years' T/RRAtiO YORR4ter Aw.T,. _ ,•! service, and 24 of basic hourly rate tot 6 sontha to S years AleMrda, Contra costa, tif seal Vacation Pay CeedLt. tis told fblldayr, A through T. fsocts. fkalboldt, Laka, i. ! b. Oiployer contributaa 3.22 per bout tosloliday rund plus 4.13 Marin,-ncLeco, $a Ops, •/. + per bout to Vacation Fund for the first year of eaploysents iia praxisco, tan Mateo. i 1 year but. less than S year* 3.33 per bout to Vacation Pandt ilokiyou, Soso, Sonars f S years but Lasa than 10 yeah 0.63 per bout to Vacation Funds ti sad Trinity Counties ! i1.N �'ls3i i 1.10 41.00 butts, Colas*, M Ooraaoo, ant.to yeses 4.53 per bone to vacation Fuse. s Ossa, Lasa, Medoc, f+ Mavafa. flaps, plums; +:w!• Uployer contribute* 4.30 pet bout for the [lest give years #io[araato. Shasta. °` r ,�F• of aelaymentr After give years $1.03 per bout to Vacation ` t"em astute 'f"tbawa, •i sad wilder benefits. i Ma,ane-Tabs Couatiss + ''11.N " ,W r .00 'flab Off rHms it tt i AlaNaa, batt*, Cause, *baits costa, Ort porta, Q OOcado, clam, siritoldt, + , lots, Losses, Mein, , s Most, Planes, Sacramento, tan tenito, 1 2 Sas i:[sstci"o, ban ffrteo, y Q '&"*a Clots, t►Nts, Berra, Stak/yaw SOUND, &WAM, + mSetter, Temaam, TriAifoy, N 1019 am yaks Coieattes .N! #lots*• imadot. wavered. - taa 8ar�►!as ftantiinn ia0 �snum w Coiatisa 10.27 .SS .2i ,1.N• • i' + - . MICUMis.iif"d aid Tuata i CnattM 10.ri use s&"way aaStSaata Ccar IteiwNN li." 4.00 •asi1 ' •�,wf �r li 5� fit �. 4 a> MMM 490M . VOL 41, NO. 190•—MtLMY. SWU MH 30, 19" e4�. ' aNClssal i1o. OC101011 000. CA77-5090 { 9pe It Croup It Amphalt Ironare and NakSr*m 61100s 10406c and Similar type taaptra# Buggy 1101 Chainsaw, taller, logloodac and buektrl Compactors of all types Concrete and magnaits rinse 1/2 yard and vrdarr Concrete pan works Cenermte Urs 0MCCOte 9•r}�_ f,1+p t•+•ae•fey.•mr• sanders CtM*r and/or shoring) Cot granite curb Settsct Pbcs Hndr Fi.••n•a raisarst slip formal Crean GuttOCS, NmadetbOardmen, Nubeatter*, Rasa X i R tsars•+. Y•••aae •miler Aligneral Jackhammer operstocor Jacking of pipe over 12 inehe*s Appe.Tt. Jackson and similar type CYalpactOtOr s*ttl*msn. letan and men LABORERS applying asphalt, lay-Roll, ccsoaIts, liar caustic and similar ' Croup 1 f 0.77 1 1.a5 t L70 11.10 .10 type meterlslas t+gglsg, aheetlnq. Mhallnq, brae4lnq, trench- Group • Group 1tai 8.00 1.25 1.70 1.10 .10 lacking, han"isided laggtnghammer# Megawatts, aponyraain. Group 1(b) 9.27 1.25 1,70 1.10 .10 fiberglass, and matte workers (wet cc dry)t Pavement bc*aketo P and opsders, including tool grirA*el Pipalayers. caulkers, bonders. Croup 1(c) 9.92 1.25 1.70 1.10 .10 piprrr•pp•rs, conduit laysro.'piaetic pipelaytrat Post hole Group 1(d) 4.72 1.25 1.70 1.10 .10 diggers - air, gat and tlectclet Powsc broom ewteperet Power Croup 1(t) 5.32 1.2S 1.70 1.10 .10 ` tamers of all types (escept as shown In Group 211 Ram net gun Group 1(f) 0.97 1.23 1.70 1.10 .10 and stud Bunt )tiprop-stonepsvtt and rock-olinget, including placing Croup 2 0.62 1.2S 1.70 1.10 .10 of sacked concrete and/or Sand (wet.or dry)r Rotary atarifiar, Croup 3 9.52 1.25 1.70 1.10 .10 multiple head concrete chipper/ Davis trencher - 300 or similar type (and all Small trencher*)# Moto and Ditch witchs Moto- tiller! tandblatece, 9btan, Gunamn, Mosaiement Signalling and LABORERS lugging# Sank Clwanetm# Tree climbers# Vibra-screed - mull float (Cunnite) in connection with laborer*' works Vibrators. Oct-pat-It*Sabin*) 1 9.23 1.25 1.70 1.10 ,lp Nigh pressures blow pipe (lmve s• or over, 100 lbs. pressure or or)# Group Nydro Seeder and similar typal tamer beam in coru.tction with Croup 2 e.44 1.25 1.70 1.10 .10 laborers' work Group 3 6.525 1.2S 1.70 1.10 4.10 e Group Its)s Joy Doll Model 11114-21tr Gordenar-Denver model M43 = and similar type driller Track drillocat Jack leg drillers$ O 1ABORERS Diamond drtllerss Megort drillers! Mechanical drillers -all .•,h (Tunnel and shaft rock) - k types regardless o[ type or method of power# Multiple unit n drill*/ Master* and 9owdsreams All work of loading, placing T Croup 1 10.341 1.25 1.70 1.10 .10 1 end blasting of all powdK and eaploaivea of whatever type CO' 40 h Croup 2 10.035 1.25 1.70 1.10 .10 grodless of method umwd for such loading and plaeings Nigh croup 3 9.955 1.25 1.70 1.10 .10 sealers (lmeludilq drillixg of * )i Team topper# sit grinder Group 4 So733 1.25 1.70 1.10 .10 Group I(b)t Same Clvwwts GNDREP9 Gtoup I(c)i Nurning and Malding (wracking Work) croup 1 1 6.775 1.25 1.70 1.10 .10 Group 2 1.425 1.25 1.70 1.10 .10 Gcoup 3 II.S25 1.25 1.70 1.10 .101 V KEBERA! REGISTER, VOL d=, !!O. )gO_-FEIOAY, 3FpTEMNER ROr 1977 4 togs 20 DSCISOM No CA77-5090 . tags 21 DSCISiOM CI177-5090 IAPOREAS (Cont'd) '• IaiOUERS - . T! (Tunnel and !halt Nock) Group 1(d)1 Repair Trackaen and road beds (cut and cover mock n of subway after the temporary cover bee boon placed) Group is Diamond Drillers ocoundaanr Gunits or Shotcrete Nozzle- sen; bdaen; Shaft Work and Raise (below actual or excavated Group 1(e)s Laborers on general construction mock on or In ground levelj bell hole footing* and shaft , Group 2s sit Grinders Nlestert Drillers, Pordermen-headings Cherry ' Group I(f)s ConLca Costa County Onlyt Pipeloyers. Caulksra, Tiekerawn -what* car is lifted# cwccete Tinisher in Tunnels Can- Sndets, Plpewt&pper&, Conduit Layscs and photic pipelay*reserste Screed men$ Grout Pump-on a" Potmans Gunit* and Shotccete Preksuce tipe lest*r, no joint pipe and stripping of saws. Gunmen and Potmens Neadersan$ Nigh Pressure Noasleman$ Miners - Including repair of voids, Precut Manhole setter*, Cast to Tunnel, including top and bottom man on shaft and gate* works place. Nanhole Eorm setters W i Nipper rosslemen on slick lines Sandblaster-potman (work &&sign- sent Interchangeable) Steel Form Raisers and Setters; Timberman,' Group 21 Asphalt shovelers$ Cement dun ars and handling dry cement• setlsberman -wood or steel or swbstitute mmtecials tb*cetoc*s cc gypsums Choke-setter and Rigget (clearing work)# Concrete Tugger Settee Dumper and Chutesani Concrete Chipping And Grindings Concrete Lebo *to (wet or drys Ocillec's Oalpers Chuck Tenders Group 3s Cabl*tenders Chucktondet) Powdetmnt-prisec houses Vibrator- ' Nsoslemon, adductors Sydr*ulic Monitor (own 100 Use prea*uce)) - Nen, hvement Sr*akore 1 go"lng and unloading, carrying and handling of all rods and ssteeials tog use in telatoccing concrete constructions Fittabst9h 1 Group Las bull Gang -Muckers, Tcackmsns Concrete Crew - Includes Ch/pest. a"similar type Scush Shteddecet Slopes) singletoot, Todd! s Re- hand meld, pneumatic tampers JUL pneumatic, air, gas, and electric n4 and eadU ngs Duspmea {any rihodyt Grout Crewe Rs- - , bous,daon$ Swmapet tools! Jaoklng of pipe under 12 inches Qeoup 3s All cleanup work of debris, grounds and buildings including : LAMORSiS bet not limited to street cleaners; Cleaning and washing windrow) ' ("reeking Mock) OnOtructton laborsts Including held" d general labarawat sa .'.SWmpWon, load spott*r) Eire watchers Street•Cleanecss Gardeners, Gcoup I1 Skilled Nrecker (renewing and salvaging of sash, windows, ;•Oacticultaral and land*cap* Uahorecal Jotting) Limbers, sruah doors, plumbing and electric fixtures gookcas pilots, selat*manee landscape laborers on slew constructions Q ftistonanee, Sepair Trackson and bad beds/ Streetcar and Milcood i Group 2s 68d-skt11M 01rsetet (Salvaging of other building satocials) it construction Track Lsioreca) Temporary cit And water lines. Viotaslio - r A ► ec-sidlar) TgoU coos attendants piMwg St!ototss Gwcd[ail tseotKs) ; Group Is General Laborer (includes all cleanup work, loading, cN Nywsamt Msekere !buttes settees{ i - Wow, loading ad bmenlsp et debtis) ltert�l:n NMI"" (Inclwdln!Gammas, so"I SsdMsr Oronsins In r Nsbtrnion Ntwfnle saasscal taborets 1• 1 •' , � ey 1 • ' ' sal Fiona! IMSM, VOL 42. NO. I99--MIDA1. UPT M M 30, 1977 rya mow, 1 a I Ode �.... •A0l0 ie.eOM hitace4r Owe Fd"s Ossagb Por.«. s iiiUl Oe0MA7Wlsr N44.Ir E4.r.M.e OMOG116 Nelle NAC /serMrs VOW&s Mae. 6014101 muir my OrCRA30A6 (Cott" "Owl N A N harl.a4 9s"$" 0-4/w %•` OCi1Wii I AM9r•Tr. ONlDGIMO ANt.Tr, (Mem aaatcae Itaj + i NIONAULIC suction ORMUG ANO ALL O"Em CLANLUIU AND 01"m ' i`'... 13. � D41�GIMG NAgeesa/ DecthsJdJ YlrawaJ 1 )Otter Gram A-11 Area 1 i 1.2! ! 1.074 • 1.76 .00 .24 M Area 2 f.13 1.07• 1.71 .00 , .14 Aen4J llasm"I0low"-_ 011e Ams 3 1.41 1.07• 1.76 .40 - .14 Ares 1 6.27 i 1.07• S 1.70 .60 .14 Aces i !si 1.07• 1.71 .N .14 Ace& 2 1.11 1.07• 1.74 10 14 Aces 3 9.39 O7• 1.76 .40 .14 Gtou� 2' Ace& 4 1.67 1.07• 1.71 .t0 .14 ftek iaglasecol Deet Nate" . Ace& 1 t 9.91 1.070 1.70 .00. .14 Group A-2i At"2 10.76- 1.07• 1.74 .60 .14 Cinchtsn (stern winch on Atsa 3 J ,•,. 11.63 1.07• 1.70 .# .14 dcedle)J DockmateJ Deet At"i 11.31 1.01• 1.76 .N .14 •miner ` Are& 1 ' 9.20 1.070 1.70 . •40 .14 3. Aces 2 HAS 1.07• 1.70 .40 .14 N41decc Nsetaalo Naldesl N•6CM / Acea 3 10.30 1.47• 1.70 .10 .14 #Cr Ace& 6 10.60 • 1.07• 1.70 .10 .l4 •+Oran 1 , 10.31 1.07• 1.70 .# .14 Arw 2 1 11.13 1.070 1.70 .46 .14 Group A-3t Z Air" 3 11.43 1.070 1.70• ,.a.N .14 "ateh "ImerJ "alders Q Aces 4 11.71 1.074 1.71 .00 .14 "alder mchanle ' Aces 1 9.65 1.07• 1.76 .40 ,14 A �S ! Are& 2 10.70 1.07•. 1.70 .60 .14 N Clnrtell Gpecatoc'{ar.to I ' Area 3 10.10 1.07.6 1.70 .40 .li WA UmbAiai 7-cm. YM: 1 a Arw 4 fi 11.25 1.07• 1.70 .00 .14 4.r.C.)(Ion*moos fty) _ k�,• i Aces 1 11.01 1.070 1.74 .N .14 Group A-40 *Aces 2 11.N 1.07• 1.74 :N .14 tilwerwa/ Ciass"ll 0yeratoc Ares 3 12.14 1.474 1.70 .00 .14 ,' Are& 1 .6.69 1.07• 1.74 .40 .14 t `Acw 4 12.41. 1.070 1.70 .N .16 ' Aces 2 11.34 1.07• 1.76 .90 .14 Act 3 21.6 1.07 1.74 .40 .14 ftew 4-At C1ar6W11?Oprator loeet 7 Acw 4 12.q" 1.07• 1.70 .10 .24 't Cr Yds vis.C•it+4ni '( 1 f � r , ftm owl ' 12:M ..:1.07• 1.70 .10 .14 ' Ates 2 12.93 1.670 1.70 .00 .14 - "A6es 13.21 ,1.070 1.70 .00 .14 ., . "Ataa l 13.N.. .1.07• 1.70 x; '. , ,Lit � •' y• • .i t • , •> IMAM MMM YOt ail. 10. 19 -MMAY. Nt}M"M 30. I VYY 1 , tris 34 BION MD.• C07TC077-509,11311 pT7-3090 � r iedR ra,.e.i...ib.►ermwM! req.4...41.♦y.wlR OM MATS Lrt ! bAR d4 ng)!. Ne..tt t1ReelMe ` NwRtf ! Mork on »a O r self «d..R Y.RNIM ..u.. -propelled vessels AW.T►. Pam rptlT9fR]rT o►�u►sO149 Ant.T.. pmarpt $kltfa powered by out- / board motors) engaged In towing (rtle0rlVllg! and$bitting of barges, Vessels and water borne craft at in the Group 1 i 9.10 = 1.50 9 2.25 .90 .2f tranaportettan by water of person", arterials, equipment coup 1(a) 9.3S 1.50• 2.25 .90 29 1 sed supplies roup 1(b) 9.74 1.50• 2.2S .90 .29 a" 2 9.74 1.50• 2.25 .90 .29 oup Ile) 10.40 1.50 2.25 .90 .2f , 1 cup 3 10.03 1.50• 2.25 .90 .29 Atn 1 / 11 f.SS .4f i l.ii 111.10 ' swap 3(6) ' 11.36 1.50• 2.25 .90 1 .29 Aro i i' 14.45 .09 1.61 1.14 oap 6 11.03 1.50• 2.25 .90 .If Ares 3 ,'• 10.30 st 1.63 t 1.19 ' 5 11.11 1.506 3.23 .90 .39 Arw i j 34.55 .0f Ltl 1.18 Operator r •Isaladee 11.23 pec boot to react Sala and Nal UWAsalc/1iatch a 9Yn0. R"Inear Area 1 14.75 ,fi 1.36 1.131 Acn 2 11.25 .96 1.36 1.15 Arae 3 11.50 .911 1.36 1.13 J Are&6 11.79 .911 1.36 1.15 IVIvo1161141rg and MaVy Canritruct_i0n Iles costs an self-propelled ' •. ' 2 aaaeela) O )rat Operatosa 14.75 .94 .1.36 1.15 ck 0'frDfgSe � M tONc ftstats deslguatwe city Sls is at ley, am rraewl , 'ftMSMMto ay Stockton, Ompfor le Arra 1-W to 3o row wiles from geld Can to. AM 3-Mace than 20 coca Slier ens leg 64 tow sib at from$old Centers. 1 Arra 3-Outolde of 30 row mpea gram w Ceabea Age$ 11 -An Brea ntm aing 3S cow 1114009 [ G%W*j tore me �;r laia Ila00e. f f ` $3swleger 6.30 par Aeer to irsg,is SO D"Itl M0 will *ams. 1 CA • , - tiONA3 11116 M. VOL 12, No. )!0•-FIRMAY, WUMIGR 30, 1977 xi' f , to • • aR 9'011a RoulfNorc OrmSATOM t . t piled/ldagl . Group blatant to S,gineer,(rlcasan, Uller, t0eckbemdi , G[ 1-A, basic bads f,iep 0..due hpuu oup Cempteesot Operator Memoir Newly Elccacea Group i-S, TYuct Crane 011sz 1 bg,�SpuI9t�fr avmAATDos ma[.e seems M i• ti.d..k Yecmol« Alet s> T•. Grow 21 Tugger moist (bolsting [rterial only) ARM 1 ASM 2 1 . Gcoup 2-As Cosptessot Operator'(2-7i/ Generator 1100 S.Y. or over)$ Group Is . j 9.11 $10.61 1 1.500 j 2.25 .90 .29 lump (2-7)s WpIding Machine (2-71(pbsered otbec than by sloctcklty) ! Group 21 9.50 11.01 1.500 2.25 .90 .29 Group 31 .9.71 11.26 1.50• 2.25 .90 .39 Group-31 Deck 8gtneets rbrk blftl A-/cases Mit-ycopelled Seer Group 11 10.12 11.61 1.504 2.25 .90 .29 type lifting device Group S1 10.SS ,12.06 1.500 2.25 .90 .29 j Group 6/ 10.71 12.22 1.50• 2.25 .90 .29 Groep 3-As Seavy Duty Repairman W/oc pa1Mc { Group 71 10.57 12.15 1.50* 2.25 .90 .29' t ' Group at .11.71 12.02 1.S0e 2.23 .90 .29 �Gtorp 61 Operating rigloter to lieu of Assistant to LylnOet Group 91 11;56 17.05 1.50• 2.25 .90 .29 Saving Soller or Compressor attached to trans rlledtiverr, OperatorGroup 101 11.76 17.27 1.50• 2.15 .90 .29 .-of riledrlelog Rigs, Skid or rloating and,D[ccick Sargea, Operator. i ,i ,•. Group 10-A1 Il.ae 13.79 1.50• 2.25 .90 .29 ••'at Diesel Or Gasoline lowered Crams Piledelvec (v/e boiler) up , Group 111 + 12.06 11.57 1.500 2.25 .90 .29 an mus includlrg 1 cu. Yd•s Truck Crama,•,ub to aed 1"AWlq 23 ; Group 11-A, 17.22• 11.71 1.50• 2.25 .90 .19 Dome ho/atiaj material only 1• '" Group I1-S1 13.52 13.01 1.50• 2.25 .90 .29 Group 11-01 13.51 13.73. 1.50* 2.25 .90 .29 F.s scow So Operstot of Diesel or Gasol/me borated Cram rlledclvec, ..(m/0 ballet) over 1 cu. yd.i Ogcator of Crane Ir/stens, Haab *Iawludea 1.23 per hour to . belief, prp or compressor attadwd)1'llipecator of steel powered Pensioned Ssalth And Malfar Rad. `OrwLc oc Universal type driver 1111ayenand or ds/lac type)1 3rmet 2 Casa, over 25 tom bating"ter 141 o[:pectoraloj plledrlvlq + * Q • r -� � •+ ` ,. ,. ,t '1 f• .- ' ` t '. •. I ', � ; ' to � . �{ .• ,it .�.• � ., `. ^I.;� ,1 ' t tY+' , ' • 1. ? NOW4 MOWK VOL. 42, NO. 1N-JiMMY, SWMMM 30, 1977 y = r Page 29 VWTSnOls 110. a77-S090 Palo »' a s ' 40M EQUIPMENT OPERATORS - - - - - (AREAS I and IZI • Grou "l: Assistant$ to"In-lrs (Drak-leant Firvmn, naavy Duty PONOt is�07PMtWr OPERATORS (Cbnt'd► .-4-1)afir-an Helpers Oiler: Dec*han/t: aianalmans Switchpant.Tar- - - (ARFJIS"1 and II) (Cont'd). - -Pot Fireman), Flrtsaan (Heavy fluty R.nalr shop parts room) � .. Gccap 2s Cnepressar Operator; Colr_rete Hirt top to and including croup 7: Concrete Conveyor or'Conerete Pump .Truck;or--Dlsttpment aK •1`Yard)1 conveyor Belt Operator (tunn,!ui Fireman not riant- mounted (beom•lengtb to Opp Iy)t coneretr, eonvtyort building sitet Hydraulic;, tnechaniesl,Conveyor (handItng butIdinq me- Deck Enineerst DrIlling,and Boring Machinery, horlsontal (not to n f terlals)s'Hlsrer Aosr Operator (concrete plants Pump Opeiatoct. apply•to waterliners, wagon.drills or jackhameecs)I Dual Dtun Misers .a Spreader'Bosman (with aeceed(t Tar Pot Firewn (poser agitated) ) Puller Benyon Puwp and`similac.typess Cantcy'Ridet;(oe eiallar > equipment), Hydro-Hammer cc similars Instrument Mann Material Hoist cr Croup Ji' Doc Operator ibunkerlf Helicopter Padioman (Signalman)s (2 cc more drums), Mechanical Finishers or spreader Machine (asphalt. Locomotive 130 tons or under)s Motorman, Rodman or Clainmant Barbet-Greene and'similat)l Mine or Shalt Hoists Mistotsobile, Pave- JMes;Carrler (construction jobaite)s Rot0mint, Screedman`(except sent Breaker with oc without Comptessoc Comtiinatiens.Pavement Stesher. * sephaltie.concrete paving)i Self-propelled, automatically applied truck mounted with Cbnprtssor Combinations PipetlendGlg:wehtns (pip*- `�� " eonccete`curing machine'(on streets, h2 hwa lines cnl )t Pt Clinkl Machine'(tractor g ye. airports and'canals) Y Pe. ng ProPelled'atd 9uppottned)t Trenching Machine, 4 ft. depths Truck Crane OilerI Tugger Molat, PIPs Wrapping Machine (tractor propelled and igpported)t`Refrigeration atngle dcuaj Boiler Tender Plants Roller Operator.ifinish asphalt) Self• lled boom P Ptd h'Pe lifting y device (center mount(10 tons cc less M.R.C.)s-Self-ptepellad tlevating <�a Croup-4t •tallest Jack TRmpert Ballast Requlatort Ballast Tamper Grade Planes Slusher`Operatcri,Small Tractor (with bo0w)r Sell Testect Ikslti-putposet Boxman (asphalt plant)r elevator Operator (in- Truck type Loaders Auger-type drilling equipment seer 30 ft. depth ,elde)t Fork Lift or LumberStocker..(conatroctlon job aite)7 ... Line.Mastert Matertal Hoist (l drum), Shuttlecars Tie Spacer; Ccoup It Armor-Clatet (or'similar)t Asphalt Plant Engineers Cast-Ln-Place lbretnob IIt Pi Laying Machines tbmbination Slusher and Motor pe Y 9 Operators CotseceN Batch Plant (multiple-unitsit Dozers Headtnq Shield Operators Heavy Duty ?lx Croup 3s' Compressor Operator (over 2)1 Concrete Micera (over 1 Repairman and/or Welders Grades/ettec, Crede Checker tseehanlcal or other- a rt yard); Concrete Pumps or•pumperet. Cunss Generstorst Grouting wise)) Crooving and Grinding Machines (highwayals Ren Seal Machine (or c`x ;, Machines Preen-veld (air-operated)t Pumps (ever 211 Melding minder),Wolman leader j.Loader (up to 2 yard*)[ Mechanical Trench Shields MueAlne*-(powied other than by electricity) Portable Crushing end Screening Planter Push Gtt Rubber Tired Earth- ) slowing Equlpmnt (op,to and Including 45 cu. yds. •struck' ■.c.c.)t 2 i ssa Gtoup;Gs .BLR LiRoad Pactor or almilart'Booe Truck or Oua1 @telids, T-Pulls.'DW-10, 10, 21. and stailars:ltnbbat'Tited Dosecs Self- 0' § Asrpose A-rrame Trucks Concrete Batch Plants twat or dry)# C^n- propelled Compsctor'witli'Dozer I'Sheeploots Timber SkIdde[ (rubber tired trete Saws (self-propelled unit) on`etceets, highways, airports or similar equlpmentls..Traetor drawn Scrapers'TYaetors.T[enehing Machine m and ceneL+,'Drilling end Boring Machinery, vertical. (not to apply ever 4 ft. depthr Tci-batch Paver, Tunnel Mole bring Machines Velders �+ to-nater r9, wagon drllla'or jackheevaers)1 Highline Cablewey - 10089-slier (and othei similar Asgmill equipment),vormae! T-to0 a Roe% ,� 91gha nt:Lotonotivaa (atedm or over 30 ton)f Lubrication and Cutter Serfrlce.Eng Meer,(mobile and grease rack)sMaginnis Internal Pull ML�* Slab Vibrator ton-airports:'highways, canals and watehouees)1 Croup 9t Chieago Roast Combination Miner and (gunite)t fr IM!ehantcal rinishera.(concrete)'(Ciaty. Johnson, Bidwell Bridge Ceasbinatlon Slnrrr Mixer and/or Cleaner► Rigdl3meCaeDlewy (S tons Reck of lallartypes)s Hechanlcal`Burn curb'and/or Curb and and under)s Lnll ti-Lift Cr similar (20 ft. at oeet)s Masking Machine f, Cuttec'Maehine, concrete or asphalts Portable C[usherat-Post • (rubber tired.-ran.at track type)$ Tractor (with boaQ,IB+-i at larger Delver (M1500 and'similar)8 Power Jumbo Operator (sett;ng alep- � .end similar) ,. fotas, etc..'In tunnels), Roller teitcept asphalt), Sereedasn , r 2` (Beprber-Greene and similar)(aapAalttc;concrete ps nq lt_Self- 'Proelled-Cowpactots(single , englne)I8&2f-propellod'PI pelina + t ihspping°w ehine'10rsult.CRC or similar type)I Self=ptopelled 1 ' s' 'tb•�e[•Weapets SalE�propelled'Tape 7Yehines"SlipPbrn:Pwpa c (itftLiq`deviee Yoe'concrete forms) Small.Lubbe!-tired'ttKto[es r - • torlaca:Beatetst'Assgel-type dri111ng equ/pse"t ttp`be and including + �f I CA q �✓ - / •, , - ary i I •,f ! . t • - .t FEDERAL REGISTER, VOL. 42. NO.)Ito-FRIDAY. UMMRER 30. 1p7 t m 5 • { �+ h��•-. f � !dw .i•L..i w...,.,.!✓!'.xfax. (�� e _ �i_<a W^4 _ ..f{• e .: �� • _tel- MQ.♦♦fill- ♦ ' swex'Mutr"Mr Ovins M hint") t , ld CPWA10R! tPro"31 (aCont'01 r n (AREAS I and 11) (Cost`d) In hx }� t roup 24s 6oa+s-eYps sockfilling Machinar acid"trawl arr•-liit for slellac)l'Chemical Machine.-track soon tedr Combination Mek- IMae'and toader.(up to and including'l/a ca. yd. s.r.c.)r Derrick-42 " = operators required when swing "toe remote from hoist)# Derrick Barge! r. {eicept-escavatlon rork)l too-wore Loader and Adam M"raderi nowating yn, Grader thtavy Duty no Drill Rig (including Caisson foundation work ,r anE-:Fuelld 6wder and'slelLr types Robbins typo Drl13a1r Roehring aoop 11-Rs Bond Wagon (!s caaisnctlen with*mot ExcavetoclI Cranes `Skcoper-(or:,siatlar)'r Lift-Slab luchinei (vagtbarg and similar types)# (over 125 tons)# toader (over'12 cu .yds.t up to and including 19 cu. Lciader (2'„rds iup,:to•end.Including 4 yerds)t toC•maotivs.(over 100 tons) I yar.1! l'o+sc Shovels and Dcaglines (over 7 ca. yds. re. Rubber (alnpls or rRwjtlpla units)# Multiple Engine Eartnsoving Machina (lucltds• Sired Molt!••pucpose tarth Moving Machines (2 units over 75 cu. yds., Baearr,,•ete ),'fro tandem scraper)I fce-straw Wire Wrapping 1Ychlnel "attack' a.c.c.}t Mwel Excaratot Cover 7SO cu. yds. per hair) Basscw:r-betiris )try tsalf-propellea;floating)l 0, tired Scraper. r 'c daslf-loadl�ig (pMklle.+eheels, ete.)t'Shuttle-Coe treelais statlea)r group ll-Br tower (over to an.10.1 Sias le,Egin o scraper over IS jacdsl Soil atabilL aw (►'s M at equal)r ' Its- Wet oc'othec aato.atle typalt 1� r qtr X111M.-Or u-cr Operator of lialieaptec {rhes area.In erectimn war k?t s2w"F; �Caililrationt''tcack Laying type-earth'aslving machine (simple.!nlime with Mamote Controlled Earthsoving laulpmaat r sciapass}t Hain loading stationt lrenchis!nochise, anitt-romaine 5'vLtA rloping.ittocommnt,Jere*or s(e(larl Vacuda Cooling plant] %bittey to'end'.Liclud1"25 tow} t . ` t, Qrswp 20-it: Baekiaos`{hyaraallo) top to rual Including l cu. yi. m r.c JrtSackhoe-(cable) (up to and lncludlrg l cu. yd. m.r.c.)r tit1i lmtlon'-ltaa shoo and-toader ever'i/a cu. yd. m.r.e.)I Coatbwms i l _ rilighE!ie':Baek'Augar !up to,and lncludLg;l eu, yd.)(Clcene:stticlwd)l ;Cransa:fnot,oveen tons, nownrhsad and'Gen"P Gcade-alle top to MA ltlaludlsra i•ca..yd.)r Power Shovels. ClasciMilrs"Oeagllarrtr' up_to and s laoleaing I to. rd. U.r.Cli`power Blade (a Ingle angles)#'rrlf-propelled -typc;Liftiwq:berice toanur mount) {owe lO-tons)# llWbbrr-tiredQ �lc��frrriii if-Ir rllnq.,{Mddlo wheel twin emplsr)r CU deal Ltd Arita != s I rK i,:; `,Oradec SplO•«'sletter - a . -r ,_ ,• ilr 4011 tic'emnesets slip form paean:*ftwrrrtie BsilcaFa ar • ' �` , ,tlm*er! Came 2tlrsarr Crnal Telerate'v/alWeh isa ettarrntrr Cranes `� rteirer 2S tons ap'to•And lnclbdluq US rely i Oawt3seeur tit9kt Tie . -_ .f*MAnger oeac l cu.,yd. -timcluding crawlr'Orett 5tsrellft iS0-A-1► i'= eC?itmtlar adS tons,ivec) ic at'Euelid torM dsr- BR controlled.-trers the 3: E �prlleagf"gorIllou jr)way owls tansIt twdsc.(Drano racAr, or to rand:iRciaid(rg i2 eu'lds•)r Mlllrr feealMir.illtla slaps chore,« loci y lhwr B ,' iada'tmeltl�ei►giM)I'ibwlr'StwGelsr t'la�Aell+ DrlalloMs Beck ' w Mess• 4ad'lr (i6vor'1 yd. Bad up;to aid 1aelWlwg Troll- Yds.:rias.)It :•r,'r ' ' sMlrr-ticedaactlr?�o+rlMa machiwas toaltiptt propatelaw paver:amIts and 'n �tw br mrce accspicsl(ri to and,lnelna4y 79 roe* yds•,'rernek•. r liif=psopeiied'oa actac`dWIth-maltiple'peeprioI=aeras-eat ts)i.!!male •• � ; .�{-•. fir° eiijlnr�ilreer-Elced`LctMovlwp'weislnrr (with tamper rcriMcali illy • ,. erre"ilsvac`racolic:eta:«`+aapAalt)l"lindas;atir lag#tYaf- thbiLr racluatng;ca-It4aniteat Trencher (pulling rotted"shletali universal LiaLlaair and•Tower Cranes (and slmllsr types)r Mmol`Lrcaratdc (up to ` ' awe lneluQiig 7SO oro. yd. per Mwc)r abider dram (ores 25 tem} ` - a , x!r tMDUAL MMM VOL. t!, NO. t%--MAr, lIMEM�ER i�, 197 � �:,w • ;.....•�., � ..-, .. � Rte:= / t a DECISION ND.,CA77-3090 i.!1e "32 DECIS M N0. 4177-SO90 •Pape ]l . - , .. 1 •,• • •1 r Pdee.99"Pts►epoNBOGIC r •t ` Poor O.e.Ra hr.wn Appt- M L• P«J... Y.eMh.. Eid/.~r~ Rahe& N t M P.a.teni Went" �Tr. �•. OtiItIPJtS , MR•T.. ?a= D RIVMt ICbiht'd) udder 4 yds. water. _ ' n , er'wn haul driven LIR J27NR5. IbrR Litt •,10.075 1.1fS .70 !1}00 �•1.:• men'PSP-,track,(when !*MOI?WM, RG2211 w • y. tieR�ecee4•¢s,raed ' 1 f (ander 4 yda.) 10(05! 1.1" lite flatrafk•ut» . 11 n;( r:. 7RDeR rant""Rt:ratet ai.els l.lss ; ,,.7e 'Teen •: wtat�Aerep_t Daapergts trifR4,landec a4 !d� water, t .t tllttllM!ROCK utdsr (].500,, Iavalll A+Patec aultdec:} rde. geElone) 10.00! 1,195 ,'.». 1.00 "tectlaiel)t hsocart Oupllat t "`�Orleerr Nlthp r trunk,(ehen - OCIOSOR mm, OineL ttnit . ' Lt cseR aueR;toDeed' 1 flat raft (3 axle unit)t ia [letrafk "rate t Industrial Litt iYudc . ' 11 sspply)t'P1eRupar Sklda ( t , (mechanical tsllgetelt h t /0elrb=ties. 01iNr-a yAa.=Tatar / Oeril cui+bar Ured tcahttec 1 �7ao,dlirent.teeeice (when.aeedwithintammetecs 1, ;•1 : a` t •' i•• Jurisdiction). 10.10 1.1fS (.70 1.00 r . drr r=bateh-:conereti;wix, y a4 !ds watsc level)lt. zh !pear Nsrahoiisemen 9.105 'i 1.115 ,.70 U.00 JNl1'1rt0 71108 a Wm IN= rx (2.500 pals. under 4.000 Isle.) 10.11! 1.199 .70 ti LatiA>uMer'6 1lMINRlI011 NIIiCII t�Y - ( t 1 � eel)1 DuaP (r WM WMP Tranalt. h h r; V A �iM.utRder ti sYds wtic h, , Mtn ryltaeer (a yds. and• , %N Iseillr}>�rat (4 yds. std h under 0}ds.) 1 10.155 I.1fS .70 1.N i�ilra water 3aee1)r ) VACO M 4ROCR (3,500 gale. n ` ; pearster,;(4,:d. end;under'a ter,leveslide- debrisWAotheec S.300 9210.1 - t ( 10aOS 1.1!!111, 0adsusder i les. h . .\ hi len al)r single unit;"flat , tr000M-tIO!MDR CMt(tw, r > mot /2iL,eriit)r Industrial, -lo~. 10.175 l.lf! t .70 1.00'1 hhr ` i • tt Trsek7(Nse)hsnldl'tahgaty h.. •. . - - - OeRs�(AclFPce-wteh eotiereta .. . " ayfe. ,alta under i'•„-•r} tsi lain!) 10.00 1.1 70 Use •a�' �MS"!*IR>,Midz1017a>!fRIL7: _ •.• ' :--�r 10s0ei�2lOO:pllaha) 10.01 1.115• .70 1.00 t � .'. � :t � �� ��� r'r J .. � •t � 1 t t - n 1 \ t ray h ' * •s • " t• ems` •- "._.- '' - , k F Olilkij 01S1lR..vOt S NO. M---NMAY. fIPTEMM 30. 197T � •��`++m".''`t. ss.Ai•.' ..ae.. , ..,..w .,,sf. ...r �:x:l 'gad,•.. _ .w.•„ .w...u., - _ *~ 39 77 , a77 soca ' saj. 90t:1f91O)!tin.S a»-e010 �'• fd,yu Owdtt.ft.wn sea. Fderr OewRh fgweM ' Iwo Ras MRM fwute." YOeeMiew w 1RNN ' i � MRM. fu.deni YereN�e Oe.i/e T9cldt fttIMER4L' tt)ont•d! T - ►. _ Tt10CTt OMty= tc7ont d) , - Apr.Tt.- r` ORLR t3' . StMtf om {r/ep , 'sagar.,6 a; Ander t` �. rde ester le�e!)i Ouap (6 T9W1l1!M1z AGITATOR toes[ gr,: rde `and mvder l yds.wcer 10 rds. though 12 rds.} 014.15! 0 1.19! .70" 4 lew1l� Oveipeceu (6,Y69. toed wider 0 Tde ester level)f : 011LR COIENr StRrAoOR {r/wo Ovspater t6 yae and ender 0 e vet•. 0 res. and including' ` ` ,rda ester level)1-Skidi j6ebcts 12 rds. water level)! DWV t ? .`6.r�• ate ander'tlalids. ` to yds. and including 12 ` . art. ester flaval}r Troeks Idry pre yd.:wine level)f Owpecste '` 8iteh Caneteta'wl:.?6 a.rd i{ � { ya.. yds. and including 12 r ' Fj�vwder 0 yds. wrartlerei} =10.24 0"1.195 .70 01.00 Ida. -tat level), Self-pre- ' 1 1416 polled street ewaeper With A-1>fAMt, ttiMl7/ ciWdtSl ` eeI[sontained relnM binr tiapgyn++4ilet�/ydro-lilt, Okift (debris best, 0 yM. ` 0sedlah crams type {letting)! and Including I2 gw y ng yda. water sJettieg and dater !tuck v level)(snow go and/or snow Zt,000 gals ..nd"under plant!tack (der pt•-beccly 1 3 5,404 lata )! >teDber tired o1Ml'Cots watt. 0 rds. and Jmvko ` 10.213 1.113 .70 1.00 including 12 yds. water r level?t Dmpater t9 yds. , v t011Wr 00!!11tANStORT sed lnciodi 12 atAigh Dad).'. .. 10.22 I.19S .70 1.00n! yds« ebc r levels - 'IOat 1.195 .70 1.00 •'Z toss,i�rsrsit.na 41MILUl DRY TPAWS9OR! >iTRA00tE GR)estot. 10.245 1.195 .70 1.00 v to lwbsd) 10.43 1.195 .70, 1:00 to �Yw�!lYIM91!"MIRsAG!'lMTO)t � .; T#IIMI!!II>i RCITf110R - - r'c" t0lyda`'thcougb`10=x'4s.}. " !0.299 '1:619 ., .14 2.00 (over 12.y0e. thceegA - s fi it yea.), MAS •1.195 .70 1.00 a .,n 991QR•t`SwOCIC (3�31M;galsa- :: • r. zM0 ewdar 1,SOOs:grlr.y 10.263 1.195 .70 ':1:04 � 0!9!'6!4 9flRG'R ti MI►TrJt'TRRpt � .. `�• '` t�� .�tS;040�sU slld under ! 10.315 1.195 �r :000,1tu'i 70 1 N , F .1t. 19Y7, MUM..l , ft 482f ow, - � r4•'A�''Cr �� t � *• as 'F tRl 0177 5000 •, )Pace >s ORCISM11 90. 1a77-5000 ft" 17. Fdge seventy par."" � awe11140"OeeeRM pe, ft . s t Rede t �t b Mewte Eireenlw7 :. - Ransom- i ,� aM a.". M l• - FeeAe.e Vegas" -eed/a - , Raw: Fwdeo Yeesom ' ewer ltgA'S.R/IIMJ<S;1psat•d) _ Amer.Tr. TRIIGII RRlydlse (Cbnt dl Ahr.T►. omicENwr srezRRl Aw/wo - 1 RIAs CEPICWT SIPWAM (w/wo s , e/er.l2,ydl and n es�/r eager, over 20 yd/. and t iaelydtag 10 jA/ weer including iS yam. water level)1 ��lenlit �P,lover 12:yea. t awdl 10 / rater a�P (Deer 211 yds, and s nrg` yd Inc led Ing IS Ida. weer levan I :. le.el)neet&A0ver'12 nuaperete (over 2e Ida. and Daae tweleding 10•yda. Including iS yd/. water level)I r 4/ter°;!Veer Dump/ter (over 24 yda. and d 12�gia ?aa/ 1Nei" crd/. Including is yd/. water level))1 9evel)I;:%ekide-.(debris RR 10'/, 20'/, 21'/ and other II. ' ;eeer'12;rA/.'and: ncluding aletlar cat type. Sacra Cobra. F.n Reye/ water<'level)/:Truck/ lLlbucneapulle. 'iburnarocker, h ,.'• _ - . /kf+PCs-O/teh eeaeceta six, Euclid and /Ltlac type"alp- V • eear 12 Id/ and iaelading want when palling Aqua/fak or. j. { ��{# p10!etaeer level) 10.48 f11.193 .70 $1." water tank trailer/ and fuel R' " • y and/or grea/e tank trailer/ f°1 LAN cc other etac. tollerat 0klee !tl-tARRI1IC 2f10C1t 10.51 1.115 .70 1.00 tdabrle box, over 2/ yda. and •• 1 N a Including 13 yds. water level)! t ' { 11ReC7t111QL110MM 10.S7s lass •.70 1.00 Track (dry pro-batch concrete hV, veil, over 24 Id/. and including 110111 COMMIT s1!W00>t:4e1/60 � IS ya/. vitae level) MON • 1.115 70 U.gs ry j Over,16.ydl. and 1"60 H re/ water / tRtu 1:Q�f!RgtliAnfll (waw r ! .1 It Ot i ll,t Oalbinatlon'deap ane asset, over IS yde: and _ tralleit%heap (oiret l0 Inelweing So yd/. water level)► t . x/r,d Iwleding'20 yds. 01/q (ever-is Ids. and including r ' N tet.level)i'"lb�e[eb lw/r S0 yd/. water level)! Dwperete `" ane;laeludlti�.21-yds. r (over iS yds, and Including S0 -t ► ,#yam t nf$ tet-levallt'smopeter''fover Id/. water lewl)i wepaeer (ow ; 42Ifes an0:jeelidlny lt.Id/. IS yd/. and Including 50 yds. r �wtec'_]avel)r;Sk 0 (debris box, water less!)/ Skids (debris bon, war'10 ye/.Paed'lnneloding. Clear is gds OW Including SO °f ''► r' 1 3w'.• MW vete[wave!)lTransit yM. rater level)I Truck/ (dryltapre-Retch concrete win, eve[ 110 yeas I Trntcka (dry is Ids. see teelneing se �rra'atch eeaerab ifs; over yds. water laval) 10.» 1.IfS :70 1.00 r ' 17 .cei. 7 2elos,rs lass :7e i.a ]Mr ) ' r a 'w k MMAl'tllOtfilR,.:VOL tel, NO. IN-MOAT, f!►1lNI� . �.w•Y... ,� •t �.._ - s.✓.: f f SY , I �:1N101t N0.••CA77-5090 ! WS!. 8�1l+rtiiael RO %dTp•:SspO � NMs N .. . ._: .• . `z. y ,t +�' . • ). . . 'j 'ASOII OIfRMlTlU ON6 for •' 1 .1M>m mule NE OVMTOL! i L M6tU Zr A21 sten• Mt fmluded within Area i as .•moi ac 101t.7t okioksS toonyat. °seas New Sommats tgwast ,: .defined below. a am C211IBto f!svVEM wJwo Nass. N•w peados Yee.tisn ow., i *ARTA is All areas.Included to the description i to sr:oerc'SO rds. and seder Ap,.T,.. defined below wMcb to based upon township, iSayde. wit[:Down )j`tAssp and crass Iles*sE'Anss t and 2. sc(eesc lO r7a "end a""C 65 + ' he xwter lasel)t Orri�ecete Cesaunciws to the pacific Ocean on the extension oft the southerly (ewr`iS0 yds std undies.65 rds.. line of Township 193. acrlesei}l peepetac(ow[.SO t Theme Easterly stows the Ssutharly-11se of Towebip 195. esoeoias. sc ..Yds And aader::6S yds.:.water , - the Mt. Olsblo•rldlen te.the S,r.`.career sf township 195. - r'� iaima }8AbItc4t"[pllet`'(wben ' j wove 62, Mt. Oatblo bass tine and carldlsa, ,, I trsaegoctlnj"Oer o[.,anteiulo}i is' t Southerly uitthherl to the S.W.othe S.MCotnof te"mobtr 5, range. Toe;.'� Y, Thence .'-. Ntidn {debris Ewe arec;SO;yda. aced isMec iS YAs ester%lewd}j ' e Southerly to the B.Y. arwsr of towasbip 215. rasp 139" :+t + j> fltrekw (d[y pts-tiatcA ooncretn ; e. s .I i Thence Easterly to the/.Y. "00corner ef'townshlp 215. w"00U ,•', .ta,Deet SO Yds .sea under'0S �` t f Thema Southerly to the S.Y. Cotner of township 225, ztesgi'Ile. 'Theme easterly to the 5.2. career of township 225,,range Ile. } r TM *utas lest) •l0.fi •1 1.1" :TI) 01.00 Them*Southerly to the S.W.`cense at:tounshlp"275. range 189. b�'�C�lt SINd40Ot^(r/Me i.. + Thence ftatedy to the 9.2. career of-towwahtp 235. range ISE, r ,'ewer 6S'yia end Theme Southerly to the S.W. career of township 24S. range 1916 .... helarilns OO yds ,ate[ falling os the southerly Use-of-Klass County. thence ISastsrty 2 +�sWi �4 (65 yds `End along the Souther? bowndsry:of Kinser neludluyt60.yd. note[.ievul)f County sod the Southerly,beundsty of TMLre County. to the S.t. Oisgscaete {snores yds. end career of Thence Northerly thell.�. etsrseNs of tawub! 225 ran 24t Z a1scludlag 10 Yds "tar level}f 7 p • go ._ ro 8uapshr {6S Yds and`imludtng: ° s Peat ly tot .W' coe+rer et'township 215. range 2919. ?bent ar he N d; N ydf safer Ionil}/ 8ttd. . Thence Northerly to the N t.: orser if tejarsblp 135. range 2819, P 1' §1- ls-tus,-iis?yde.sad Thrace Westerly to the N W..pawn if"township 135, casae 20t. , :� r,;y '7 a•` K" r.lseiudleR se p+ds ester<loael}/ ?Mme Northerly to the N t:"career eE;towasb!} t2S� reap 2?2,'-,• r t !" 4W ikr�llrueks (dry•N[e?bctch aonareb TMate Westerly to the N N teras:"ef to"a.hlp:115, reeve 2719; i 'els ,iSwyds.>end lm1rMing Shoots Northerly to the N.2. aiwer'a -township t0s.irante 26t. N`yin ;water Isamu 11.N 1:195 .70 1.00 � Theme Westerly to the N We turner,of'tewnebtp tOS. range 261,: c : Thane,Northerly to the-N.9. career-of.townshtp 9S, ranee 2SE. (• �' , NOLR l01et!`tlRNlDrt,r/eis Tbsme Westerly to the N.W. torear'ef township 9S. tango 259, t r %*aper,rover tO:As:,and 'Thence Northerly to the 14-19. . career oftownship 83, mesa 2419, ylmluding l•S Yds orgies i:, . Theace WeEerly to the N.W. airnoe_of townshtp.f. tango 248, }3eXoi}t`.Oisi'{over OO yds.. theweo Northerly to the W.R. tOrnevot.towashlp.6Se rang 232, sena faglud Theme Weaterlx to the 5.l. carter Of township 35. range 199. water lsys2}( Ouspeisis tore[ OO" • ' Th me'Nsrtberly to the N.t. career of townsbij 58. r&OSO 199. A. a� -}619 'Md lneludlwp f5•yds. Thence Westerly to the N.V. asceer'o_U towniMp 33.. tango 19t, r rater lwet)t,tVai potet-(our Thom*Northerly is the N:t: teener of township 35. rang let. . , ` N yds;sad.lnclud !S: a. I Theme Westerly to the N W: career of township 3S. tangs Tat. u"4: yd er Lsva1}s'8kide (debris Theme MKherly is the N.2.'aarnsr of township 23. range Ile. i"Orso.jds. Oad�,.including Tboaci Westerly.to the S.W.'cerseraf township 2S; Cargo 172, ,;in+yds';wteC la±rtl}0.Trucks ' r' Theses`Northerly creams the 2t:.Otoble baseline to the!t t r• ,' + ,, w{dry pcu-Datd►`sowCrete'six, -corner of townebt? 20, rants 1619" • Thome rested to the N.V."cor"i of tewuhip 2N; reage,162, u� T burr N<.yea sadrineludlegI; .e . !S y+e -wins ieirel} ll.ti 2.2lS .7i 2:N Theme Northerly to the N.C' Of tonematp 3N, tangs tSt. Thence Westerly to the N.V."turns. of,township 30. rsarr Shouts Nisthrri7 to the N.2:':tsriar of township iN, raw 143,, x MMM 1MRM VOL 41. NO. lft_ i1 Y, 9"TEMtIIN 30, 19" R r: loom 1'"0." =CR77-Seta Tare 60' rea.uaww wu. v►i tr3wsv 61 i•n'j,����� 1( ai•Its1l�N1� . -.t' • •. '• _ ` '. rx� AM DET70113005 for ALG Ot►IIRTTON3 tit � -' nDWfN WORMopautORs,(cont'd? !OWER MUIPMEN, OnRATOR9 (ceeNd) f 444 1 (coet'd) { ilrenea Yestarly, the N.W.-corner of tavnsAtp #N; range 149,- Theme Westerly to theS.L. eeewer a[ township MR. range Ily, *YAencp lbrcAerip-te Che"N.E..toracr of township SN* range 23E, Thence Northerly to the N.L♦,Cerner of tewnsbip 260, range I2S1., xa tkti ylAent•vascarip xo.cbe N:W. corner of township'SN.•'ranga 13E. TAence w vaseerip to the N.W. corner'of 16N. Cerise 129,. ' s'TMace:Northerly to-the:N.E. corner of township.200, range 12E. Theaee Northerly•to the N.C. career of townahlp Igtt. lenge 23W, - ?F : t°t'hence�.fsesterly.-:te tM.S:E. corner-of tarnshlp.11N. cense 14E, - TMnc•-Wesurly to the N.W, corner Of township 1t1N. range 1+a1, . v tbrtherty`to,tAe-N:E. corner of township UP, range 14E. Thence Southerly to the S.W.--.career of township.IN, range 14W, b ,Yesce'r1 eatery-Ito N:E..cerner of:eownsh! 11N. Cao a 10E, Thence Easterly to the S.E. Cerner a[townaAtp 13N. range 14W, y;' P. R t' t * 3thence Itertbert to the_'N:E. corner of township 150, range 10E. Thence Southerly to the S.W. 23W corner of township 16N, range ;_ + g " thewce'.Easeerlr to the S;E, Cotner Of township 16N. range IIt. Thence Westerly to the*.V. corner of to.onshtp•15P. range 14W, " Ytiewea"Northerlyic the-N'E. corner of township 16N.eange 1IE, Thence Southerly to the S.Y. corner of township 14N. range IAi. henc•`Eascecl�'.to corner of township 17N.,Tanis]t4E. Thence Easterly to the S.E. corner of township IAN. range LAW, +• j rs r ieoctierly'to the'S.v.'corner of township 14". range'LSE. ` Thence Southerly to the S.W. corner o[township 1310. range 13W„ � e.Eastar ty-;to the S.E. ,corner of•toaaMp 1410, range ISE. Thence Easterly to the S.E, comer of township 13N, rsngr 13W, d -o a Sautherij'to the''S.X, corner of township 1310. range HE. Thence Southerly to the S.W. corner oftewnsMp I1Kp rang* Me � hence Eascerly>,to thtS.E:;eorner of towaship UP. range 16E, " These* Easterly toch.S.E. eateer of township•ItN. rause.131, y Shenet ioutherlr to the-S.W.'cocner'o[ township 120,'range`17E, Thence Southerly along the GaEetn 11wp of-range horn W.ta-tbe r, IMae�'Easterly,stlong.tbe Southern line of township 1211 to the Pacific Ocean excluding that"portian,of Wart hesn California Santa,l�stern'boundary of•'theatate o[Ca!lfornha. within uta Clara County included within the following ltnen �Y}-itawca>Northweatertyp chance Northerly along the Eastern boundary Coolie t"S at the N.X. corner ship 6S. range 3E, mt. ' '• M * Ot town h of ths.state of Caltfornta'to the N.E. corner of township UN. Diablo baseline and Naridlent taogt,_t6E. he• Thence in a.Southerly direction to the S.W. corner of township , r ThKnceiWesterly=to tM:W. corner of township t711, a rge.IIE. 73. range 3E. �The•ce'Ni rtberly to Che N:C. cotner'of township 200, range LOE# Ther* to a Easterly dttectton-to the S.E. cernir of township 7S. + �� e"We scarly;<to•the.N.W. corner of township,2011. range 109, Congo 4C, + Thence in a Northerly direction to the M.E: corner of township 6S. 'Itertherty to tha?K.E, tarner'of township, range 9E. 7 • Z �4Thewee11 1 westerly',to the N.W: corner of township 21N. range 9E, range 4E. eecatNetcherly co the' N.E, corner of township 2210,-range OE. Thence-In a Westerly directlew to the N.W. cornar ef•township 6S, 0 Tfience.Vasterly!ta cAs•N.W.=corner et township'22N.•range BE, rage]L, to eM point of beginning Which portion is a part of ��� lheaca,alortheiip to-tAe S.v. comer at tornsMp 2710, ran`* OE, Area 2. i sf Easterly to the S.E. earner oE-township 270. range BE* Area 1 alio includes tBoc portiere of Northern California within this �Thencs:NortAerty Ro-the N.E. corner of township 2800 range BE, the folloeing !lows 1 a'"'Yhence';Xdt•rIT to.tbo-lt.lt. cornerot:townshfg 26tt, tongs 7£, Cea�enci+�g to the Pacific 0teee on an eatansion of the Seutherir w'! !!�n of township 210 Nueboldt boaeltue and serldianc Thence}Kertherly co che'N.E: corner ot`township'30N.range 6E. p x Thence Vasterly?to the-N:W, corner,of townshtp'30M.•range It. Thence Easterly aleng'the Southerly line of town 2M to the iheaee`Norcbrrty along the Kt.'Diablo seridion to the M.C. + S.W. corner of townsbtp,20��range-IV, e korner of.township 'J ..range tW, then* Soothotty to tine S.W. torn•:oP tawoohip•111, to"" U11 r ' � thence,Xestertp as the N,v. corner of township 3M, tango.611. Thence Easterly along the N, Idt Mullne to.the S.W. corner` r �' TMe+c4 SewtheCly to she N E.:eornar a township'32N. range 7M. of township IN, range 22, l *!Westerly,tathe P.W. corner-oLtownshtp 3211. range 7W, theist Southerly to the S.W. corner of township 25* range 22. ' eke r ee Sewtharly.to'tbe S.W:corner'o[township 30M. Tanga W. .' . Thence Eeeterly to the S.E corner of te-wnshfp``2S* range 2E, ,1house;Easterly to theS:E. corner of township 300, range 7W. Theme Southerly to the S.W.'ceroer of toonshlp 4S. ran4e.311. r�!►���a;So4tberiy-te-che S.v.•corner of:townshlp 1641. range 6W. Thence Easterly to theS.t. corner of township 43* rangt"Ro c �llwnc*iascerly to the S.E. corner of teweship'169. rang* 6W. Theses,Northerly to the*.Eo eernar,of'tewi+ehlp 23, range 3E. - yews*"Soucharly to tMcS.W.«eoroor of teoerhip:It*, range 'S1, Theme Westerly to the N.W. Cerner of taneehtp 23. tense,3L, t hawse Yeater! to S:E. corner of tewwship /410. cause 1v, i ' Thence Northerly crossing the Bell,tdc basettue to the S.Y. ' "o-9Northerl7'to theN.E. 'earn r o[:tow•ohtp 1440-canse 7W. • comet of township,IN. rens• . r* ha.° u ttesu:l==te Lha turns:of towaship`14N, Lange 7W. t These tastirly along the-Numbhoidt Dos•line to the S.t. corner l , theau:MortMtly to Lha M.L. corner age'11W, ref taeahtp 110* raAp 3L of township 130. r . y Thwee Northerly to,the N t. eorne•r of township 99. range 39. a : [ teonah!!910 r a t•Tloonc�Westerly t• the Now. awr e t� !hews•bttMriy is the N.t. arwae a[`town•hy'tON. CM ���� <_ 79'0--*#RIdAY fN/EM� 701 1�f7 • ' •• + •.. �a V1014A! RECtlft*.-1MOl. 17, NO- q N •: �� -gyp r^r .a - a ,':`^y+"1 -_ ,� .r• � m#R�'� -`�,°•-2' _ � 41- fix. 1010,094 rill77-!a!0 Y�' e~ r CAl Y1l1 IA at!!M!!r :431fbenla 5_ Gownm -j 6wft.,tlptss. a ssoe. �.' �� "' . OLearw.•tinct.':oo.c.. OaT NocN. -AREA [tINMO1 4614 Rl hhnxade.iltsass, alisbnlat, t tOVDt`}7QltlilOdrt aptRAlOIS{ t"dj. , bels, Mar! Monterey, x peas„ Nlreed. NonNr • r , MaM. aea, Placer, sacrssanto, ra r San tto.Som'Ptancleco, Jan t rentrea`2s {Cent=.d?t. . Jaslutn. Slti`*ate*. Santa Clara, �lMoce Wstarl al _ lento Ccesr:b2Ma. loewls, latbt,• r ' 7 esti:the Northerly ties to telaship TON. late*5#letiflt Ocean-: ' , Te%awa. Teolnol.,Tulo and Tuba sArea'1 also Includes that-portion of Northers Caufarats included with- t$ CA77-SO91 t mWit onto of Publication r ^'tatthe fol Iowa*,lines, Supersedes Decision No. Ct77-!Na dated Ajeit 22, X/77. In 42 lM 21012 , Cse�escisl•st1the"Northerly boundary of the State of C.alttorate ` amicu now or mug Mestaentis!conatoction - - titisl vt.sinllo' n r fat'at%a N zY, coreer'of:toenahtp &ON. reale 7V, Mt.'Diable base. faulty%acre one gardes type spertsanto up tc and including i stories. ?�, �itae�'ond isactdisns •. - a ;tlheae seatharly to;tlw s.v.:oorssc of.townat.ip-4+tto,:real. 7R, - iTstgeloillb Pop wwn. �..,ahlaca tisterty••to-Lha S.t-corner oftownship 44N0 Tonle Me Bogie tI EdseeNee P c.Southerly to Lha 5 Y aowner a[:towafAip 43M. Tenn 6v, r Ra NtRgam ►, ,T ' r "lMeace testetly to tAa;S C.•ebru [' er o 'torns%Lp'4111, aasd. !M .. r. r a Mortherly to-tlwe N t..cotrrsr of tousrhlp.#,Wp reals !M, tolBOilpB 110700iR7 < t r isFRha'NocNwarty boundary at-the Stahl of Colitornii, ! .0 zlfesea venitetiy aloal the%Northtrly bosadery of the State of '.� 1 .S 0 BOIIXJl1111Rh13 1S 1 DO i IIRZCRfdIlEl49t'Stolnsa,aoaar �Gliternia'ta the polecat balLasial. Oel Nortl, alwboldt: ttac60.: :r _ -,, a , Sas ltasctsco hart!tats. ' We", . ' selene and Seems Cauatlp' 11 tt IL." 1 10 1.00 .O! .., hillauda and centra costa Coo. Y2 !S i IAS `. L0S .20 ., >!eaaeo, Mrtiposa and ware�d"cos. 22.55 .93' 1.00:. ,.•' iq borado. Nenraaa,?Iacar,-`. a• '' Swcesento. suttee. 34hasris f a Tolo and Tubs counties 11 fa s.0a "J.49' 'r'= .23 1 'r x, laortltep'snd'sanG.Ctus.Ornw�ILN I2 a0 122 2.2i t r ip Star 1lewtto sad Sssla CLn Cos 1.05 r t. .20 „ Alpins. Aaader, Cslaseces,.lun w' 0`. - • .tompin and 21rolumns.tlewtles, .I0.!! 2.00 LOa .l0 Me1Gt!rliblilirA!r J`> ;San lta=&WQ and!as Mets loos. 10.00 .a! .!d' t tp Aipine. Aasaoe. hel Dorado, .; t 74Teds. VUCW;Saeraeiento aeN r , - Trio Cosettes ! >• 1.00 1?a yteesew couety 10.35 as ' 1 40 14-M IP I + r45 ':d' •1 .0! 0a22 - n tstdwsad Mae Layers, pouw r , Saw ft sataeo/ saw Pllstsr Y !%lwllerat Steel Seattol4 : atectoce rna/oe Stasi`SAosiee! • _ 11 a0 aw1.T3 .!Sl 2 .lratorr .0! r , 111I1wt1l%!s 12.15 2 22 1.71 as .Oa •pUQdeleetoes.'Srldlle. MMrt' • and'0aek Saildets 12:2] 90 :2.2t- .7S .Oa" ,•, ' •• h ,:r. •key t •J � l - '' '. .. `' f ' 919WACO MTS. WK. 12. NO. M--•ISI ^ SW"MM:31. /KT. ,. ,� . ... , •.� x .�. moor "„aa�„„, ,.adu..+,...,...n� g s: " kyr _ : •• _ 15 iSOCISION 90. C3774M + ftPe 3 11x9 M0.:CATT=30fi 9aN 2 �• •'�'" t - Mstc /+Icer 9044b Pay vol see. pdaN simeaa Pay r > Nc.rt Ebaerlra + note. N 1• ilwrTatrc YeasMr ow" Rcba M i ti Pon V04611916 cid/cr To r ayya Ts. ' CORM!'til ICIANS1 {Cont*d) - Garnt waonx 1 10.00 t 1.15 1 1.13 "0 1.96 Fresno County Naaticr=Msgassita►t Ali Electricians (family,941OWW"t Ctiiriwsitlon'Mssons: 10.39 1.15 1.43 1.50 .05 net to exceed 2 stogie*) 9,7.75 .60 •10+.99 .05 Ing Y rt11n Ing"from swing Ior a Electricians (3-1 storlss)e, 01ip twocw"!cs!la1Qa 10.23 1.15 1.43 1.'50 .0S tisetciclana 12.76 .90 30+Y.4S .OS ERYiMLL°TN5211LLflt8 11.52 1.22 1.71 .75 .RT Coble splleeea 11.01 .00 Ji+i.OS .OSe EL2=fCIAMSr r a aj A1Mada'Cbuntr - Mtrin andSonomaCounties a tlectrlclaine 22.91 2.95 3#1.15 ;!3 Electricians 12.35 a1.11 ]#.J0 .02 Csble Splicers 13.61 1.11 30+.30 .02• Gb1a 1pYicers 11.32 1:OS 30+1.15 .03 Maaripm, (arced and 7holusms. ►isidor. Satrarntar`Satter* Counties Tube:and•CDoae poctiarrs Electricians 9.93 .62 30 10 n o!,Jllpine,::E2.0iscado,'Nevada Cable Splicers '. 10.61. .12. 311 .•. It plapr,C:oantise'Vest of:the w>rltere Corm - Naln Slerca Mountain Materabed ' T ' { Electrician ,r 12.50 1.10 -304.30 .46 Eleetrlclans 141f .99 30.99 .01 ?� Ctable,Spiiai�n . ,01 Cable Splicers 13.01 1.10 3012:30. .06 15.93 .13 30.05 Espa and Solan Counties s SS*a ubcmt`Aiea Lleetrlelsne 12.07 .60 30AS'. .01 x , SlectriCon* ' U.fO .67 3 .77 :99 0+ ' Coble Splicers 13.50 .68 '31+.99: .04 Csble Beers 15.20�. .67 30+.77 .N , tan Naito, Santa Clare and' Clfwitp r I lants,Cras Counties a• r �Eleciciclara (iesilY-tNldsnose Electricians r. 13.90 .77 301.30 .OS A=, r 'llwlted:Ro'3 sterius) 7.01 .75 10.19 .04 ' Coble splicer # 19.93 .7T 31.54 .OS Z - tiectrlclans,it.starlss}r ySam r fialactciclstis 12.21 1.12 30+.705 .91 9rsncleeo County Q,, aybie Splipen 12.16 1.12 30+.703 .06 Electricians 15.599 1.04 30+.f0 .06 Ctil*ritias ud'asn Josgnin.Cbr. cable splicsrs 17.53 1.04 30+90, .06 Mw iwtso County { tiecErlctaiwr , 12.15 ..92 30+1.23 .91 sleetricfuns 13.6+ 1.25 39+1:90 .43 a N syr CiDle*11ce[a 13:67 .92 30*1.25 .01 COMM13.49 .S43 .35 ;344a i .02 � .'_ z dor,tra drst�.Casng: • • . >Zlictclalaiwr 15.2! .7t 301.09t. e tiliNtt 700Jl1 519 .3ft, 3#a .02 Calble spliaai[s 16.70 .70 3#1.09 ((ppgp• M2 tbete:awO Ear101tt COeatlea EELrraul (f010E.} 3002E jElactilctanalla! .t0 30+1.95 :M ' Cb►!e�lplleers 12.19 .90 3#Y.tS , ,tr r k r ) 46a a .. r * 9�r • m'.Hf "oft"'jwa"araw, VMM 42,D. Igo-MAT. SWITOWAM4k1111 , t •`,{3.. .�*..0 .,i.} ,.M�k rmT..s • "#"w.v .L.,""i••x,.Sw.,:t � .Reh�a'�� S',fn£.,.r Y.r.r ,.d.,.w..a i,+.;. ..,2. ..e}:-..Jim � ,• t r'1-F r�Y w.-Y, r +r �r x,,• 52�"+,� r.;TM"" a _ _ u,.'iy�t'�.y���s"R t"` c :� +P}ac ti- tee "dl7T'90f1. fors.4 ssCtstON ND. tx77-301L , Pare".S goose $ FdeM swllb tgraN. t�eP Owllt�hto:ess , Nit lA.a.aie Mr+alf E/reNlw < ` RaN. t N i t/ tMdrs VarNbw BeM Ts. .`N i W-, tow�Mai' YaeNNa Md/.r _ • teles. t M' `Aw.T - Oonua aas tilaaeda• ta�'Nacln• . ,. PA2MlQs• serer• rMM. sn►''Oanito, Alpine, Ardor. Calnecaa and ?�'`�hanelsco. Ban•.14teo. San Joaquln Oountiea Clary: Santa'ccus• Brush t • !2 • ' :70 0 2.]/ ! 1.11 Totino tSR fears of Sprapt shMtvM*taperaf,ow + �ililiald)•`f3aay taoantbe• f11.79 9'I.00" s 1:11 .02 stale,-sew[to2dt 3aMblaeget Attie• J1raAer, dla+arw• structural steel r '!]2 .70 ' 2.3/ 1.11 i1C0utiAo, 14clPoaa, t4rcad,,_ hoaa Oounlr lNsctl•of Ctq of Llriny�tonf• ' uaht Topers } '' l•12 !� ti _ - .20 ' 1h �lBaaada, ,laser• faaawento• tears structural steal 11 37 11 •20 t,�aalwe Joputs: latae ';7uolusn�. Ar sort• and ruwboldt cogetlea ' Pole and Btuba Oewitlos IOAfi' �.!! 1.50 Brush t4' 7tSS .30 •.20. .dQ t otaM MtaelnInq,'portlona;of mart Bandblaotiraf strsatueal .`tr t t�era'id'Co1MtY !.N!' 491 .1.01 'SOS. OS -Stealt"sui�;ltsget'Tspecar `_ ", : •�•• . •Poperhansce .30 : t. €Pe` irectoti 10.;6 1:21 2.22 1.a6 : .06 c Clara and it*, awn thtw, lase • �tetwlaccln Bantasante Cans g 11.55 2.22 1.16 .06 j -' �OctnBintalt ltraetucal' ,2:53 1.21 2.22.. 1'.'16 I .06 Oewsetin (eacluding poctiona'at ` t tM lalca Tahoe Area) °�Al as ond'Cm ra'Costo Ooa•. 21.36 1:Of 1.26 Brush 22 r!! 1.]0 .90 .03' y. '�• Nsabeldt• tNsida, Plae a> and ' .. i' 02S spray I•'•.9! L30 .OQ ►haww awnclaw ce TaPw 11.77 r' !! 1.]0 v60. •03 1 Z. alBwdor•f111 Oocado, 9eewnto ` u.00 } ' .66 .90 setter, labrais and lube Osentlea �. aadiolo Ooantl =' Bcaabsrtut / Pat TandButlers- .40 t.7! 0.�0 .10 .fS'• 1:00 so Calaveto@ awd soaan Josqutn` lPrsrt'aanODlasters► stcncbral A.•. ties 11.50 s0 :SS stool► swing stales Tapes 0.29 60 t)l rin>awdf2M�w Tab" Area � a.10 � .•: � M aeene Oounitea -.. l:Ql =.07- ' :!S" 1:00 1/f0 s� ��+ !� Ibliteier and sans Crus oountlis U1 10 :af'' as 10.99 , 70 x.79. bnn rcineisoejind U4 of Ban E .01 my/ structural lteslt Tlima '.,1.20 70 7S !lttei tbuner' 13.x7 si >t.eo i Nnfliaito an0'sant�CLra t ' lareiu. Ban Francisco ash seiteatr + , 1 � e ► sw OZ taYllths f in Ji 0! haste Couwgi`, 11: 3 :'•.33 •:1S War 11:02 .99 .N` •03 flat pvps• ttatCGd WwTdolarear faN a 11.72 .!! tlaiinttea 10:79 seatff�cn-box i'ef aan'Nabo r ��h' 10:03 .32, X1.00 ,• + r''' " "MAI-MNM VOL. 1! no..1"_"IOAY SPMMU"jQ Z t*/ 3 r„: UECifI011 110. C477-5091 h/e 7 xa_ sGtfitllt Mo. `,CA77-5099 ",, .xy Fawp f«»RN Iah.aN • , Mlr r+Iap iwRMrq..an t a Beale M.wt� nMaw -. k 1 R 'I..P"64.6 vs ."" ew or - "�� - Natetl Ed. sat..` N a'A- r«sates recaMin ,aa5/ - a sea.Tr. hi`s PattlTlZtl: -:iOont•d) AW.Te. VIASTERLhtt TDWZRSr (Cont,d) } Allameds.,Contra Costa, Li San tcanetaco and San Mateo Cor. * 9.80 .s0 K.20 f1.2s 3 z6vado,`,Mepa,'Meveda, Placer, Alpine. Awdoc, el 0ocado, , t "Sacramento. Solano and Tolo Ilev0daand Ya. FlCounties acr•eenta 7.5!! .SSS 1.94 .f0 G66-atlas (excluding portions rg � yot;Countivs in the Lake Cal votes and San Joaquin Cos. 9.53- :f0 1.10 .!4' # #aha Ate&) Monterey County 10:50 1.25 1.70 r 'siush' ! 11.12 .99 9'1.30 .00 .03 San Benita. Santa Clare and ! spray 11.37 .99 1.30 .f0. .03 !• Santa Crus Counties U.N. .70 1.50 '+Ta ecr 99.92 !9 1:70 :f0 .03 PLUMERSt Alameda County - Mae .f3 I.55 .12' Niclpo6a,'M4rpd and Tuolumne, j , f tountlea , Centra Costa County 12.72 .f0 1.72 .20 xxstnaA 9.50 :T0 .55 .1S :02 PLOM ERSt Stesetitterst Aeadoc pbvthecn half of 341ng stage,'Paperhangers, r , +Bosun 'Ste" Cleaning lCounty), El Dorado, Saczexrnto, t r ata er meting 9.95 .70 .• AS .75 .02 Yolo, MAwds, Placer (excludingt Lake Tahoe Arse) 13. 1 1.32 2.91 .14 �pcay. SandbLating ' 10:10 .70 : .55 .7S .02 take Tahoe Area 10:99: .Sf .60 1.93 .IO Merin;San rrancisco and Sonoiaa - calatrlA� and Oontra.Costa Cba: 1 :10 .755 1.09 .03 Counties 21:75 LlOS 1.30 1.17 .15 Satter and Yuba Countle: 9,79 'S6 1.40 � Pisano County.: 9.21 .90 1.23 1:00 fan senito WA Santa Clara cos. 19.15 1.0f 1.77 .15 tst�y County 12.31 1.00 :35 .OI San MYtro County 13.91 1.19 2.30 .2S aalipini aasAoc, Calawrar. AIpite, Medoc (Southatn Pohl- r v tf! Dorado, Nevadat Placer. of county). calaveres, Pt•e1Wr I ? - Maclpose. Merced, Montacoy.- sacraitantoi'.Son'Jasquin, Sutter. Yolo Mind Yuba Ban Joaquin, Santa Ctue, Sutter s , Cbuntlea 11.59 .71 I.Se .01 Tehass. Tuolumne and Yuba *' 'Ime �Mnei, County 12.33 1.00 2.25 :03 Oountlrs tf 1240 l.�f 2.00 .10 ` Nn Mateo County 7.72 .Sf .90 1.50 .023 Napa,and Solana Counties i 13:31 1.13 2.25 .15 * Osl Morte, simholdt. Hari", Os2 Mods and filaholdt Cor. 12:29 .991.22 .05 4 Maps"Salitfar''Sa110ra '4101 K TehaM Cbunttes 10.25 .911' ..SO 1.25 .01 F �# a �Mfariposa.'Mlerctiid and.Tvoltiana �• , ' 9.05 .90 1.99 1.20 PLItSTHtCaS lMSOQtf i 3 ++ J►laaeas aad oontu`Oona on. fs7 .f0 .1.10 y; t ;tpsiw Oounty Me :f0 1.50 1 t - g .a b ~Ift:Coon 11.32 .90 1.50 . 1 ffMAt{ifiilIMM YOL. '42, NO. M-MIDAY, SIPRMM 0. IWT- ' ` Y,e;.= �., ,��. .h:,,._,�, .mak.. ... ..•a..�.. ..,......x. ..;,,w ..:':.,. - ...,.. c w iicn RO d77-Boll 1ois 0 OQie1011 RD. a77-3011 iNa i coo, .. - ..!' f r.e�•� _enol. - PAgw dw.9N Pgmasae`.. _ z � Prlge aaaanN PeewN r Rr M L• paaelwwe YeseNew EiwY/« I'. .N.wlf E1.nN» L ' Aw.T. beau N A R hasae$ `YeeeNea ww4la ANr.Tr. ` ROOfEitSr ROOPER91 (Centre) Alanee�and Contra Costa Coe. Ammdor, doorarnte and Polo s Roo[en t 10.94 • 1.17 t 1.10 .60 .04 counties 1 yE rlleale'Uortorol Rettlemen (2 roofers •15.11 t 1.04 • 1.10 t 1:00 •.07 i a ;Little!:v/o"pumps) 11.11 1.17 1.10 .t0 .04 tnaryrlots and i(teb 11.11 1.04 1.10 1.00 .07 w� Rlewatler'tnaae lanr ilpa- - San Benito and lama Clara Cbs. ' .rappers( Coil tar'built up 11.94 1.17 1.10 '.to .04 Ibo[arel Rattlemen (1 tattle)'. ; 10.10. .i! •'1.0 ' ��j, ' Mariposa, - ., - SRRlT MVrAL MORRMt x �Rmsrcid• san•7ognln-WO Almanda. Contra Coate, Maps .11.2! .it �1:9! 124 .Ot 'I -'ST♦t011l�la Umntl N and Sulam Counties �Roo[era (ala:. the sad t Was, Calaveras and den ' r , § Ooaposltiai.end:Milt up) 11.21 .90 .97 Joaquin Counties 11.77 . .N 1.40) .02 Ha1C;Maehlna Cpentot 11.11 .99 .67 ilmaeor, It Dorado, Ravede, Oocado;'PLaeer, Sutter and Placer. Sacramento, Satter. . VIsM.Countles llahama, Tato and Tuba Coe. 11.69• '_ .73 1.43 .11 Rooter: ll.�f Js .40 Msdposa, Merced and Tuolaels . �F �Vreano`Count7 counties Slat .t0 Lle `Rao[ar� 1 11.]! a0 .90 Rbnterer,-San bonito, Sante '.`:' •' : ''Maeln, Hapa.'SeLno.and-Sonoma Clara sed Santa Crus Cee. 11.13 �30.66 •1:543 1.11! s Couatlea San Mateo County 12.92 .it 1.11 1 ebor.c: 10.17 .99 1.20 1.53 .e let Worts. Humboldt, Marla. • r San pramlaeo and Senoa'Cee. 12.30 ae .17r .12 r x eYatSc,Rbrtana'.Rittlasmn (� r . ' -,little W/o pin 1o.]e :es 1.20 1.i] .e ttesme .. County : 11.15 :71 1.22 .21 lltaaestiol'brarlerq Pipe-- "T rwm LRUMI rrAs ,wrsppmcsv Coal tat pitch 11.13 .O! 1.20 •1:93 Alptma. Rmador, Calaverm. ; .• Cslrlbca.and'la,abolet'Ceuuetlee Morcef float o[ the San X.a 9befe[s 10.12 a0 .7! .]! 30018101 River). ion 30048311, - cs. Rbllt*car aM'dMto Ctiet Ceantiof •eaCra to, Sutter. Whomm, ^ ..,• -, RaoEec. 10.10 1.40 1.1! lMslnaals, able on9 Tula t ` :,/em?prenelaee sad Sen'Ratso Cee. Camlltlea[ sad tlow portion@ at v, 7 ?;beaters 19.93 .49 1.1! 1.Iq an al lordoo Wave" e plooer ,� x �Msptte Mbrlera enS"Rattleaanl Counties fasolselnS takeTaloa ettlas�/e peeps) 11.19 .a 1:1! 1.19 brae) 10.73 .N 1.]S 1.00 .10 49'its01ieticy lOUMlera/Pips lata TOM Assn 1S." :.70H9 .2e 0 1. rl:appena Coa1'tar 11:1] .91! 1.10 da ala6 , Contra Ceta d ,' cbe �' r � • Het9M, Ratnitarap. AM, M .-• •j r r a"Itar San ircwatseo,.Can - y /mite elms'. Ante club : blame me Samoa.Grande. S.3e .40 1:90 'a .19 •moi . FIMAt''RlOIfTlR, "L1?, /148. 7N-&nifsAl►. 21101�:.79, It" r.:,��.�'•�r �x,:N ret,. -,.rv,r ,..r._ 4 ".:, - e�+"�.�-+�r� r �;r k • *uitleata�eA a • - IIlaso ~ Malt rNp( 11b truer . �r •� - 1 Y: Mwdl [6[eM., , Nrwls N►rrN« R.b. 11 a1 ted... ...TIN. ;..+�.. ww.. i ",N a W: hed.. `. 14ac;1"! @Wao x 99>t[SSI�/1![9BSI, yp:Tr: 1�0SSSS �, Aypr.Tr: � �1w9•. Cencrs,Ce•p.:.MerIn, ��Srre, Sen-heneleco sonjuteo; l..b'Cl•[.}sol•no ane•sowan ' Oreo! 1 t 9.77 t 1.23 t 1.761 t 1.16 .1e + b!s A '>s.. .` 0{1e.x .9s i1:�S - .pf - op I(a) f.N : a.2S 1.70 1.10_ .10 tle� 7S Ot iS fs , . .a rwp lrol' ,s. 1,23 •` 1.70 " 1.10 .lo QrOur I(e)'• 9.9: 1.25 1.70 1.10 .10 011lerrl. "!3 3� L 1* S 7e'• aes "'e. 1.2s 1.70 l.lo .lo lUe 9ro•r,l!•1 c- f.7 a.is '1.70 1.10 .10 1)Q 9.97 1.23 1.70 1.10 .10 •ce.e.re.1 �> 2 e.e: 1.0 r.7o• 1.10 .lo • •:1b(��4 3Nipi ,{ ` ( * ' 4a•Qa3''' eSl 1.23 1".70 l.lo .10 k� A fQnwa;Countl��� a 11.17 1.SO 1 IO _ '1.00- y'. . •�MIbO,AsYtb[, !ke••Y, - - ,� �° r � I�OeNI.�. Y'. x •eM fid• Qwntle• 71.90 90 .•s a2.:[a• <eb.ere ao.b. al ore.e It � . 9.27 1.25 179• rao :.lo b• tl Dorado, aY�oldt, Ccoq 2[ 0.N 1.25 1.70• 1:10'" .10 ' !n, MW 'Neva, place[ coup 3s, 9.S 1.25 1.70 1.10 .10 .. aalnb, San Senito,sen - anelaeo, San IlcEeo, 'Santa Clare.',1Sol•no,.9onorr Sutter, } ' rETrlo a,19 "Tree Co•. '•17.N ,.N 1 x • 1 fe s !n•..Ar. Crlre•rN.; I re k v. Ian•t1 .*� PMD d'/f-Sell plays 12 dy'i-legl . IASORM v yM,• tt 1MpM1t 2renecs asd'lb4trst aarke„vacker and aiallas ,. ityls t�rptgot'suggf+�ile1 Chainsaw. faller. loglueder and we”1C1t) Mpatr Teatiaan and rand dada (Cot we Cope work buekirt Compactors of oil types! Concrete and ar9nesit* almer et sobwy after the tasparary eoeK Ma,baen plaese} y_ic l%Z bird and wkdort Concrete pan work! Concrete awt Concrete « t �C snidest Gtlbbec;and/or_shoringt Cut granite,curb settcct ftn Grow1(atf Laborers an general oa+atcveRleo work on et !n y fcalwrst'.Sltp forgot Creon cutters, peaderboarllaen, subsettere, boll kola tootinga and aMtt alill9nacst:Jactehaaa,er operators! Jacking of pipe o►er 12 inches! �'� . ;ikson,aed,similar:typa compactors# uettleaen, lbtaen and men areop;l#tit Contra Oorti Canty 0"111 IlpalaYKo. Golkerr. 1 i es it,:lay-Bald. creosote.line, caustic and airl2ac sanders, Iipewrappors. Conduit-tayars and Plastic pipaiayerat xtlFp y ng'. pt++ ` r*w`Sty11!�aterial�i'lagging,'streting, whaling. bracking, trench- pressure Iipa Tenter. widaioint pipe hoaast tranitelydettfcs.tCas�t in jieklrg,=lia�d-4+ridedilagginghaawart sits, epoxy rmain. M t+M r� 'tlb In—i,', .mastic-workers (wet of dry)! ve am t breakers place. Manhole farm setters MiA,gpidrea,�lneludin9:too' l,grinder! !lpeisyera. dnikers, bondage. kpfgaKappra. conduit layers,•Plastic,pirelayernI Bost bole or eep 21 Asphalt dao►elocal Comt'&apags and bstdllag dry recent Woosair.'9e�'n+d electrict:tbwer broaa o V cap Power cc gypsies! choke-setter and Ri9gar (elat markt Concrete � Pimpato ef,all•typea (incept-amahaam in Ctoup 2)t oar not gun t►uokec D�tAar and Chncasant Concrete Chipping sad Crindingt rtltud;9snt.bipcap-stiirapaeer and'eock-slingac..includingi placing « Canaeete Laborers (1at at dry)/ Driilsr•s Muret Check Sender! Masiesrn: adductocet /ydgaelie Monitor tenor Ice The twoaauce)r tseekmd+eetrcrate mtd/er-sane,(rat or'Ary)t_Ratagp acarlflK, , ' "itiplo wid concrete,ichipparl,units-tts101ac;- iee,pr,stmtlae r Loading and unlooding, carrying[sne bondiing or.all coda and "" teed ailsasil:teanclfars)t711a and oitch mitthi Note- materials far nee in reimtoraiap aseccate Coaatuetion) Pitcdiecgh Pigg! flinAbLstoca, Iatiian,'Conn.-MaaalaYnt slgeallieq and chipper. and slallar typi Death WoMeter slopoct llingleroot ingt.Sanktloinetiv'tree-ellmborat ribcR-screed-1M21 float bead hold, pneuratic towact-R1l gampo stir, atr, goo, an Yaaasetlea e2eetrie' Cvlthalabosics,<wackt�-vibwkehnder [itorar-0r!-psk-it inel , , toolot Jackitrg of pipe e 12 ineMa'. ' -•, � t*bzpcs~wp blew ptpl•tiy'.or orsc,:200•lbs.'Pleasure K over)! Bo der acid eliiiLr type! Laga"r.home in connection with of 21 Ali olsaasp marker awlias. grsa j and bolldi"i lneleding i t - Ca)t' !tksili tbdsi Zrnl-!bt 4KdsnK-osn+er model tUiil bat t co Uon In oc street odt*bst.dealing nor l labag ndowr ,+ •. i .. drMteuetlon laborers inpttdittg brldga'attd general labotaesr. Key WOg �t t, Doran, load_apottert firs watol act strsat Cloomacot Cat:diMtasts- ilalL�c tygr Arlllat.zrsot dr113enr Jrak lq:drllleray, ; Itortlaaltersl cad lanesea(}a laboc'acsr Jettlagt Umbersl groah j �iaaatt it Into •Melton drillers! ob lrMost.drillers- ail i lradarst Tilers, aaiatansnes iwtdaeega labursro on nw satactrsatieat �psa cegicAleaa e[,typr of method e[,Power# wAltlple snit rbinteaants, "it lratkaail sad IIOMd ostler f)ecntesr and-1lallcsad 121ii`iliatata:nid'Piodari enj All work"OU11 dtwg,:pltacingc nstsaetiaa!rack Laborarst Twwwair•air and water liners oietautle .. A w rbliitli9 at.all,;;ipavdoi and eaplaelres'sf wMtscor type ss- « or stating! !bol ... Otteedartr IattearRoetogat osacdeall xroctocer �. "`dlNaa?'et>srtJwd Mrd for such loading and piaein9p 1111h *oaaaani lMrkeri (button aattega). it=iCalecs (ltieluding"drllliag'of son)l fret topped Olt grinder { �tp)t 'flaws elosnees t r t « Y ` ,,~i •. ` � tts)e �tacning-andMldlag x t ''1 _ .• .t ' #t• , - * neap it monism ulwiadtq ewmon..IstowaWNet0snl'IIgMMAraI ' Ikssp itt Mbsw14hN1 « t dens* 1r Oanagat Labatsrs- + f , vww#jL•nesrxW vft a:NO. 190-0inse, PPI KR M My • u. Ana fa.: ..r< J y t .'„ G.v—..ntirv„,n.. M...:...... r..ti.. ...... "' .�.Y` ,..' j"'�' � .� ..-. s r•°_, .w•n r., z W r C'#' S _ ;iy 2w � �, '�'• -�. ,.i'i . "Ey � V • �rnlOII.ID .a>T-SOl1 '*� Ap 14 ACtfiOw 1R). Q77-3Ol1 Pageits, t .- � � _. lora �pt494:°o!■diao�r• - . �+ 4erao 20 Assistants to taglnsmn (dtaReara/ pYreranr moo;V Duty a r Berle seele prieO.lM«RM hlmerM rose dal ct Oils neckband r Owltchmanl Sac t daps pa rt tr'd1�p ltaaw Montrose l(daairer pot ltremn}i t hrtaamn (INawY Du tr strap poets coos) N �•as :,§� 1-.. Nrwlw Nrwlw ^�. -�, ,.. Rah. Refer N i* 't*wrlrer YeaelNe eay.. • - • � � • Awa To. OrenP 21 taoMPrise)t Opsnlorl Catctets ttlmst top to and Including- =fir i 1Osa�011l�f!0laA2CM13 1 Yard}r Con as r Dalt Operator•tWnnal)t licwan Not Plenty y YA ° ARRA 1 d1td111 2 t Nydrsnllct'taanitort Meehanical'Comweyoc,("ling building ns- t taciels)1 atxsar Son operator teaaeretit " 'lr t • !.1] 110.94 ! 1.30? 9 2.25 .90 :29 aproader 0, n (with acteed)1 Tar.lbt plrsaa�n (Pave agitstt+d) t Crarupr3t 1.SO, '11:01 +2.300 2.25 !.73' U.;24 1.50• 2.25 :!0 ,2g Group,30 Iba operator (bankerlt tlel10ioptat'dadtMmn (elgnalmsn)1. 1 t • LocwaotI" t10 tole or under) 1"taimanl RLdms of Chaimsanl *re!!p 4t 10:]2 x1.0] 1.30 2.23 .!0 .2! I 3r ; 20'SS 12.04 1.50• 2.25 .!0 . .2! `� Carrier (construction jobettalt lbtomistj gots I n ta>,cept irk 4-` i9t 10 71 12.22t.SO' 2.25 .!0 .2! asphaltic concretar ing)t 9a1f lled, automatically applied psv -prspe Y + eoaerata curing machine (on straster hlghra". eirpocte and canals)p• Ts IQ.OT; 12.39 1:50 2c2S .!0. .2! `Y lcargi0t 11.]L: lt.itS a2 ' `'1iSOl0 2 I1.S4 2]. 25 :!0• .2!2.25 .l0 .2! snching leehln*. 4 ft. dsptht'ytvck trona 011ort ' oma foist. 4 ,. single drool sollac Tendac ,F } : •' ' d10r lx 7i; x].2T ]=SO 2.25 a0 .29 SO Occur Os 4lxast.Jack Saspsrl�Dallstat tbcY dallask r. . 2.25 '.!0' .2! dsgula SanpO . M'aap;llr 12:09; 13m ' '30 2.25 .90". .29 rM+2ti,pnrposai sown (asphalt plant)t Alwitor opecatoc (!n iroiip 21 Rr 1]:22• .14.73 1.54 2.25 .!0 .2! side)♦ Park,Lift cc Lumber dtaekir':(txastinction job sits)t . iewpzll-dt 1J:S 15.03 300 2.25 90 .29 Llne Pbstscl Material foist (1 drne)r �ttleeatt Tie Opacect- Cepsp'21-{r , 13.0 ,` 15.33 1.3 3.25 :f8? :29 Sbwarwobils T s odas49 Z]per roue W ' .. ; ;^ amp Se Cr>ltMsot Operator (cost 2}1 Oanorete ltiaace (over 1 laAadaelld di'a}th end eMllsr fund. ." yecd11 Concrete Pumpe or lnmperata,Ossa] Generatocat Grouting-. r Machiner lcssstiosldsic s rs ower 2)1 Welding Nschlms (powred other then 1s0ttticib) 0900 9a WA Lima Road Yestot a<OlNIRtI.IbOW 1lcaR of Deal. + 14 .. Osrloss A- ems Truetl1 0, rats dalie sianis (or or do)► flew 11 erste ft" (eilf opsnw unit)" nit) ari:streets, la , mir cts +y ad csnmlet *1111"I mod berirq 14Ldltm.r}j;,;vattlegeat.(not to apply { to tist*cxtwscs,. dc111s�!� a ' s -dx hltes embl 1! ! MKY w ' lignslast•foesaottaas (*too'er amirl0=tonit'tubrication and fervidAeplmsse``(mmb1L std gKSMsta�klr.Mr4lrmis'lnternal.tsi2' "'- � ��- � • flsb Iplhstet.pan sfrperb hilAwyltr cassia'end wrehosaq/' . µ sk y lNKsasiieal slnisMra (eonc[ets)' (C2eirre JoAiieows sldnall OrldlM� Vock at • and is4i eaiccete amphaaittstoetabl CreNMcs/b tottetxbet ,• • t - # Orlsec°)grit1"1!00 mind'elsilar)1 (setting slip, • n° tserasr ete.r in tasnslal1 millat'tarcapt asphalt}? 8eree am �r * (Darbor- eeme and stallecl(sapAsltic"aawcrate �00 or-t�1s swpnfl l liilf-prcps2lsd P l line • 1 � r frtllp(a!' (pr t.Q1C cc"a 1st,tlpe}1�ml!-prmpsll_M . Mor-awapsrl 9a2!-propsllid impr Nkdrlsar.Slip pori ftWo,. n (11ltiV4 40ssi0e[or CMncistm aDramt M.11r11•tYbbmt=flied trlMrtoKmr swco •faetarar Amar-tyo drtitiw!„mptprent up to and including Np , •+ W:: KORAI , YOl a, mea. 1N-p01QAr swTvAm 30, tp>'T '�` ;° '��+�+...�.�� rte..- ,w �r a • f R»...+1..1:.l.rfl.4w„ :;,.n ',...^, t x'r . .....:.y, .l•n Y.t'..4 •':u.i..r %iOR ItD a77-Sou `{ h!�is t 1s101t W. CR77-3091 Tata n r. , sows euoltilMt oTai4M (CORVA126 Yom IDGi!!!le!oessuava tOeet'd)• � (ARMS Z eM It!" tCeiit'd) , I and Xrj (Coet'd) fl Oar++» Taaap, rs.ek octtqutpaent ovary lot. {fess-type sectellltrg avicklaoraria"Creow; CaCr4if[(of k Ctoup 7• ooncetb c oe tbnertte h.ouatad (boo.length to apple]1 ancreta eatlwayocl betiding •!bf' - - Similar)r Chemical Grout! mtcgtn , truck eoaaatear ambieatlon 3/4 ca. yd. a. Deck- ✓_ a x elodint r.o.lf Carrick`12 u�� x Deet 6glnetnt Drilling end aocleq Nselltnety, Aollsonbl^toot to bas and Loader (up to and in ,hr • ly to viiatliners, ape[atota [equated when w.lry engtna tawtt etam ta1•U t Datrlck'targts pp ..ago.n'Ar111s or i•ekhrwera)r Dwl Ocoe Illsttt z �: +Tulle[ ltetr)on twp end ttail•c,typset Ctntry,111dtr (oc't!*ilar (aeespt esenration work)t ob-lbtt Le•dar sod Mays Eltytadtr/ t]ttatlnq tgolpg )fpe �nt' ro'Oratec or sImLlary-Instrument luno Haterlal'leitt CrM•t Reatp Duty Rotary[trill 219 (Including caisson ftundatlon muck $ tl;or sort druas)�'.Mechanical'!lnislisra er 1pcasdar xechhis tesphalt. [ - aM Solid toadtc and alullar typal Mobbtas type Drills)r tottering s m,; D•rber-Gresnt_ead'sL�Wr}y`Mlnt or SAatt RoLtf tmubllaf'sa+e- 09ssl+ec toe*taller)t Litt,Stabweal lest Mgtbocq and eLiLlar,tYpea)f leadat (=perdu sT M and' patds)t-tocoaotttt {over 100'.tons) went KeskOr rtth:or slthout=Cbaprt•aot.aabinstlait Tateneat7rtaktt. t _ trnek eawntad trlfJa piapcssaor'aabinatlont"Tipe.Reseing maebtas-tripi- (alogia at multiple units}/ IktltlpW-110fine itrthmo.ins machine {tsaiids, « 11riN onir}:1 Tip•':Cle•nlnq ttaehise Charter propelled and tttpported)I ; • , *Mrs. ate.) (no teadee scraper)l:.W atrsu.Mtce Wrapping`Machlnets e" , 71perRt mteAlne'ltraetoc- opened-rid;6appttsd)I Matrigeration Raasctoir-Osbria sole-pceprUM•!lo ttig)f aubbuc-tired seceper. �! ! 4 sianE',�TT�11! R, salt-leading {paddle abed•. •to.11`wwttle Cot (rsetalm-statlon)l. t Rafter opetstoc (finish,aspheltlf lAf4rspilled'boom type.l!ltls0 , rLL v ,, Single tone o[ Self-propelled tlstatiew opine Bernieremit-"aS TarMi sell stabtilser dT a a of oval)r deylet leenter aonnq{l0 -2tse m.R:C:)I Crada flans! tlwhsr Gptraton sat11'Tracbt(rlth;boee)t soil T•sttrl ` mb•![adtt (Carries at othir aetaastia gplt ,taetat. tbeptiveo[`Dc111 � �tudr t I -deet IWgtt-eppa'arilli _ aebinettenl ltack Laying:type earth tkwllg machine talngle it"Int rl w / ype at equipment met 70 ft. depth a !talo t! loefit sets cor Trenchtnq mtchins,;Dealt!-tngint fbllnee[l CNt-ln-soars ~ ' with se �t)tachment.Jatao er'stillact Vacant Cooling,T2sntr Mhirlty ' �cOee�epvOt .Arwoc-aster (or!•i.11ar [ Itplant fLyingAichiiiairaitbinstton slasher 764 910tor Operstact COnctaa Crane Cap to and Including!S tons) tib'Plast, (multiple units)I *nett fhedlnq Shield opecotott,M•tp oar , _ c suepalrsen,and/or-Melded Greaseetter. Claim.diteker (eechanieai a other- �.Roal.lO-Gtr -tt•OMAo• (thidraa2to}°fay b and lnalnding 1 w. yd. °`y vlat)I,Ccoor! and Ccind e.[.e.}/ Mskhoe feeble) lap te,and:tncludingI ca. Ia., , ng >ng'mechlnss (Ai�lassys)t'�teu sttl'mtehtne`(ed ` k •letlar)1,46lan'tgadacr "fier (up,to 2 yards)I mechanical Trench shleldt Combination seekhoe and leawkw: wC I/d en. yd. ..[.c.}I,0Mtinuoae . +Tortsblt Cr htny sed°sertsni.g Tlsntst twb att'vubbec Tired ward,- stlsht Tie tack Auger tup`to•Gad including 1 an. yd.}(Ctww;attached)r r �aoiitg it->at tap to-end-lneladinp<0S cu.�yd•.-••ttatk•e.r.e.}t '. A Cranes (not met 23 two. asataerhssd and'Ganlcy)f Gcedt-s12e (up to and 4s Rsellds.{T-Mlle. Olt-l0,-1t1 21. end•lwlLrt Including 1 oma. yd.)t luwc dAe dubber:Tired Derert sol!- j eelai C1s.eMils. Oca011nma. (op to and ,. 'nprejelitt,0eapaetor vitlt ftossc f•thesp[aotr Tfilbar !kidder (tubber tic" Including 1 eu: yd. ra.r.e)t`Ibaet;loads'(alogia tlgLam)t set -Propelled , rI;" er:�ie11•ei •semr•typ.urting.awice (wntet•.ornt) toter 10 talw)I labbar-tired �qulp.entlt.TrCctor'dtamn'lc[apetr.tcaetorf,�sneAliig Mrabbw Der r 0''tc - Lip:lladalaaet rkeldtst /ctapet. "If-lowtag (saddle.Aral twin semina)I Glc deal Leer Auto .,.�.. !A deptAl.*140tch`paierl ft W1 able let M fMfsd•elstfr'itsMMc •lotlat Cruder f/)0 or sl alLt 'et "ill tq•Ipeatll weeeet'T-400 a Mack a Y fleeep lir An toaatle aaseab ntp tlhdrTaeerl AmAa..eto Mlleasd car hiOcisplt O11ff0ga. rConabinetion°nlaae rte'Osrptaaat-(purity! ' emagerl a ael TrImm rl anal•:dimer•%/ditching att"AMewtat Cranes t ablway (S asa0 tater 23 Rot»a# to auk including'I3S•to")1 Coatlnuodi Plight Tie OackkLleebia•tien lLmtl:Mtaer and/or,Cleanest RilAlin• , iM<anda[1 i Wll`sl-Litt orshtlLr (20 ft. or eta[]t`)•asking"Whims . ! OM a• '1N::`(Including ataM)t.D[otC ltatel!!t iSO-A-1 ,� trsbber -tit", ion)ttaster'(01wiast(D••0 or terger� � cc'stallar (I3 ton•,ar.awat)t 11se1ld Gosderriheaa aanerollN:lroe the ane aliilic),, pelleatt,algbljne ablaawy;teear S;tmn)I reader (ewer d Tarda. Cop to and Incl 2 ea.Td•)I lltiler,tbneLw lest slepa lanwr or similar7 lases t1aAe (�tlllrwglal!+Amur.wwmele"t Uw#jbe le. lrMlines, sock- ksa•. CtaOs-Colla femur i To.,red i*is WA tii0ladlialr7 ca. Tds: ..C.a.)I • rsAAet-tired Garth aa►l.p m e*bn0:hsattru remp 910i pawn waits and tw et are swapsriY(up"!e`mt teelodt.p 75 aa. .:•0tsaek'..c.e.)r • .g f ) ?t'"• , Nit-/sapllad OeaMetor (titA[utopia praplalra pear:units)I.single' ,. MelM'flMb•[-tlrM`i~telitassliaj llieAtnsO twitil tMdm.• Cartes)r slip r• Ara>aver (0•eoreft er G bait)I`Taftdew War 7lttar'tttrtw)bbile' ing.eail t:Tranebst 111np stteeMd e11e1d1i:CAisatsal laeltd naalibd (p ;, Liabber vas Twat Craaas'(fees*vImt1a[ typaa!L 1Raati AoamatOt Cap to , ! ens laalaidlng WHO as. Td. par hear}I VhICl T Crena (a+et'2S Ntu) 4 •r{.n •. • 1 • •f •ti•,. lj +b��'*�'v.Lyry / t � 6T°� .4... .SY [e1`i.Vib•�x �� SrstY_a �. 1.-.4' w,,.n W J.e .wf♦r F {�� /,.,. itis 02 �`2•" ;: ~ psi>el CitT7 3011 ways to t ` > --VOW 10mirOM!OPWATM (a st'd) OL[Iw10M/1D. 0177-SOgI' :,(Jii�,lL7'!and 21) (Oont'd) wnq t 1! - a rxx,�.»r �.... :, . ,.. .. .• - .:. ,.. Page Qv+vllr.lepra.aN:-. Mnd';MsgOna.dtn canJunetion with Wool Oreavator)i Ccanss er 223 tans)r loader tovez 12 Cc-.yAs-s up to and including 19 ea. _ R.r..r M t Y hadeea Yeeersys ewll..M atnlOwer SAoiels and bragltnes (avec 7 Cu. yds. is-r.e.)s Mobbec 2107OC O,tIV}1t8 Mt+.T.. rMtlti-}urine• Earthrtrring Machines (2 units over 75 cu. yds. );t MheelAucavator (over 150 cu.'yds. per bout) COMM SpnLlDdt (w/Lo . yll^moi lander lereraw eu.ala.) eager, under 6 yds. water \ level!t rive or Monheul drivers .y lltt goYatar o[Mlleopter (Stan,•sed in erection wrk)i Coneceu pulp machines Cswtrolied`tirR7rcwiegrMgaipr.rnt Concrete pump truck (when K,. flat rack truck is used appropriate flat rack roti shall apPly)s-Dump (under t yds. water level), Oumiparsta ' truck (under r yds. water - level}s Dumpater (under t yda. t:1 water levelly Escort or pilot �r car drivers Nipper-ttock (whin i flat rock truck is used appropriate flat rack rate ' 4 shall apply), Pickups, Skids (debris box, under 6 yds. water x ° 5 , level)r Tea drlvecas Trucks . N (dry pro-batch concrete sl:. O �- r t under 6 yds. water level), x d t)elporat warehouseman ( '3.345 0 1.133 .70 tT.00= Olid(!ffft 1DER (w/w c ouger. ♦ IQs.'and under 6 �. yds. ester level)t Damp 16 i ; s 7dtt wA under,i]ds water 1 gate (6�yda. and • andet4 1Qa eater level)( t oueeter (! Ins. ilea under i' . w ' yft. Voter lrvol)t`dkida tsabets boa! yea. and -a t'6 Voter levall t atnyln rw!l•flat = reek 12 Sale"it)l ladtrtrlet ` r Wf! 3Rwgk (srohanloal tollgate) 0. i xfi�r !tucks fart Ire-beach concrete N u } els, d Yee. "a Under d Ida, r eats9,14ve1) 10.N 1.113 .70 Law Ji7?lirR 31t0ot and t,l►!s(1tltlOt (Older 2.SOO yallonq - t - ' a ffDftAt'R!OMft V t. i:, 110. 190-TMAT,, 30, tm �ii ftescTsiall ta0 :vrCA77-Sell rage 20 IriCI6IQt 90. a77-#Oil *s9s '21 tr Boole ra.e.b..br.r.,...b re.g.i...iN Pejaettb i..rs it o Neat/ EA«N« N.e,fi r Rae*' M i N rw*lee* Yecetloe sed/er iet*e M i W. Pow.n Ys*atsrt swd/ a: .,, ylowo bKtVE 1St tClont•d) - Ai/r.Tt. . Aryr.Tr. 101st CeRxl SPROO i Woo 4019!11IMTS,:lock.Lift a 10.035 1 2.11 .70 = 1.00 , r .:, • sugar. 4 yds. and under 0 . tTRAMST!MII(. AGITATOR 7 Yds• rater level)1 Dump to Ji funder?t ) MOSS 1.195 .70 1.00 Yds. and under a y". water � 1ete1)1 Duapereto is Yds. S11TtOCx''RRi11tI6lAN RitpDl 10.075 1.11 .70 1.00 1 and atteer a Yds. water level)? - :,.•'. Dut.pster ti Yds. and under e t * .YRCdU1-lRZICIt under (3,500. . Yds. water level)r Skids (debt! sltei*a) 10.09S 1.195 .70 1.60 bon. s Ydg. and under a Yds. 1 v water.10"111 Troeke tdcy pre- ' batch concrete also 6 Yds. t �..•�E&-i 011 lem...Oiagle unit , t2*t rack a3;anle,unit)I 1 and ander 0 Yda. water level) 't = 20.20 ! 1.295 .70 (1.00 ""I;id ttti2"•Lilt Truck ta!lAMlg2 tsllgsit)t + ' A-MM, 111"M 4 3 _ , t .•;�- .r lLtubbac'tlred tractor, , VuggYadtllel �dto-lilt. Swedish crane type (jetting)i • , !when trod*within teattstsrs• Jetting and water truck �txtttAietion) 10.10 1.195 . .70 1.00 {4,000 gilts. and under } .�M<RlIIR T1111C1,i tlelTlSt'TROC7t 5.000 gals.)/ Rubber tired } t2;Sbo gala 'ander a080 gals.) '10.115 1.19S .70 1.00 t Jumbo 36.225 • 1.295 70 1.00; �StMIr1TtO1 tiIMQi TROOP • ' (high bed! J„= •10.22 1,1.195 -', .70" 2.00 �•� t. !.. Itlaryl►gttator t6 700. and Was!flet end ittt24eR wndarri Yds }. 20.1SS 1.295 TO 2.10 EtRAUDLE�Altlliet 10.x49 1.199 ,oro i.eo, p: l=T9lOt7t;t3.lMi•ia26. 1ig11�1!MR1( hg2lili011 ' PV wider 90501 gala:) 10.165 1.115 .70 2:b to Yda. throw" 19> 21.29# 2.295 i a;y7i Lit! i900MR=11M M M CAR toot ' •o i., ! 'twMltlTACTM1140Q {#,500 Naga. '•" ;, •�• 1 ,•Aad}'' 20.175 1.I9S `.70 2.00 i. w ane under,7,900 Vale.) _ _ 16.2p 1.1f! ` ;;.71 '.i.si ,• ;+,i '.•f _ ts,00e late. WA under t. •�.4 • 7,060 gal..) ai.319 1.299 :7! ' 1.M' 1 ,;� .� .r yes , o • ` t. ori� ' • ��,` ,�,'. _ �. "MAL Nf#tIM VM 41, "0. 1"-lf MY, M 1�1 30, 11t1T , ,,:..s ..-.:.. •P•.r ' .,.r, ..+:n..s.e.J.Y ..r...,..,r, _.1 atu..tw,-'k• .a.,.. .«...-,..... ..n:.a..... .. 7, VC.. COVI-S"I Page Page 22 FW'. W, • pomp bossato ft pormsom seek Pie mo-IV vamoose I "odvamoose 4 NOW FamIsom Vocafte UW*t *oft.y IR a W poollo.0 V.1foo oodfor 111210[ IMMIRS. fCoat-8)m _7 App*.Te. am COMI,SPMVjM (W/We Auger. over 12 y". and IX';ACtTAVM 4liver Including Is yds. water cj- 1110.3sS I I.M .70 $1.00 level)# Domp (ever 12 Ids. and Including to Fft. water. level)I *to favor 12 .I -no Tdo. and Including IS The. -,Dump • water 1610111 DuRpstor Near 12 Pas. and including is Ift. rile I i-*1)1 towater levol) skids (debris 8'7-fvickudiaq42," box. over 12 yds. and Including I it- -ii Is.yft. motor le"111 !tacks 1led4 Coet',evelper': tdry pee-botch concrete Sts, over 12 ydo. and Including Ido.,idebi is-box.-0 Is water level) ISAO 0 1.193 .70 -221.08 '4i4iWd1nf42-,'yds. rater it Snow go andjar anow. P.O. OR Nl"tL%R I I uck:,(dry,, -SEW,14"ING IROaC lO.Sa 1 1.193 TO= RMTMW theheAing9"124y" ;,;Water laL1t C9;z"S"Ma 4'. Is.44 '1.1 .70 I.Of ...... 20"C* over 19 Tdo. and including 24 yft, motor iwllMsfOlel level)I capblnstlWft amp WA damp trailers Oupp (door rvs x? yds..and Including 24 7ft. lR1K AC1TA7tlIt voter lowell I Ownperate toeec is yds. and Including 24 yds. 10ASS S 1.90 voter 10"111 Dappotor tows is yft. and Including 34 yde. water latah s skid Oftle box, ever'la yda. and including 24 yft. water le"Ut TeNwit six"Itatac (over 12 Ift. thgawo Is yds-)p TCUOM VC040tab concrete sits: Over 17 yds. and Including 24 Tdo. water 102611 MOSS I.M .76 1-00 aSnjon";VOL-42' too. Igo—MMAY, SIPVMM 30, 1WT 2 0!101010 NO. CR77-3091 ' raga .20 1111k101ON 110..CM-11"I. hr 23 cis t0 Dorf? POOP!)■.ways rq.wo MOe Pelage OewRN rw?mwfm newt? E4nem10w Ned? EJ■nNw Reese N l 0' rw■lws vacation o■1/*r ' Naive Nag reeetwe vorarlw mj/6r TsO� DRIYflISi (l7ont'd} Awe.T►. Ary,.Tr. .. lfUQ DRty�q (Cont'd) . sOfJ:CDri,Pf SRtfSADPA (w/wo saw CMMT SPRE"Est w/wo auger. over 26 yds. and In- auger, over SO yds. and uedsr ' cluding 35 yds. rater level)? 05 yds, rater level)I lump Dump favor 26 yam, and In- (over SO yds. and under 63 } -. eluding 35 yM. aster level)r yds. rater level)t D umperste Dpspereto favor 26 yds. and including 35 yds. rater level)$ (over le yds, Dna aterunde (over yds. ' rater level)? Duapater (aver SO Duspeter favor 26 yam. and yds, and under SS yds. rater +• including 35 yam. rater level)$ I levelly helicopter pilot Johan I W 10's, 201m, 21's and other •!sitar cat type, Torts Cobra, . transportingan (debris eon or vier 50 la)► t dkida (debt!• Doe, over SO yds. tslburneapulls, Tburnerocker, and under $9 ran. water level!► Cuclid and similar type equip Trucks when pulling Aqua/Pak or Trucks ( tyre-batch concrete ■!:, overr S SO yds, and uncle[ 05 rater tank trailers and fuel yam. rater levet) 10.91 P 1.195 .70 $1.00 and/or grosso tank trailers or other •lac. trailers# Skids amC1'1f171T ""MM (r/vo Include Dom, over 24 yds. and ) Including 75 yds. refer levosugar, over 6S yam. andl)# Including 00 yds. water Truck (dry pro-batch concrete l lovell y Dump KS yds, and six, over 2: yam. and including Including 00 yds, water Iavel)F 3S yds, water level) ! 10.66 1 1.113 .7e 11.00 N Dusgerats (over 0! yds, and 0011 COM?sPREAD"e (v/Yo Including 00 yam. water leeellf Q auger, over 35 yes. and Ounpoter t6s yds. and Including -i Including SO yds. water level)? 00 yds. caster lawl)y Skids fAt,� Dump (ever 33 yam. and including (debt!• Dor, 95 yds. and ` SO yds. Witter level)# Disrperete Including 00 yds. water losel)r -a Tracks (dry Pre-batch concrete favor 103 yam. and Including 50 0S yds. rater level)? Dum"ter (owe six, 3'"• and including 35 Van. and including 50 yds. to yds. muter leNl) 11.01 1.195 .70 water level)# Skids (debris Don, over 35 yda. and including 50 yds, water lavel)f Trucks (dry gra-batch Concrete air, ova? ` •. •. 35 yds. aha Including SO yb. water 1Na1) 10.78 1.193 .70 1.00 IA y j "MAL "DOM, VOL 12, NO, lft—MMAT, SErIEMM ]0. ten A dRlSlOA No. ChT7-5oa1 h1e 27 t • tamer■0. sen-sell paps ,a11u nEfIYlTlOMIS for • lam EWIFMRWL OPERATORS Ali oveam not /sate go'r'se g"'g"Forman amam to defined Datow.leeludod within Area 1 ae R.•r. MSW ra.ehee taeMMa each, 0ApA 1. All erns Included in the description ?� `MNtlypJASr Cont•dr Arsr.Tr. dofined below which to based upon township, and range time of Areas t and 2. 6iWemmor SleEt W w/we i t �rpir.4vwC a0 yds. and Orienting is the pacific Ocean,an the eateostan of the Southerly '4"14464 1S.yis. water line of Township 115. •lewtllY e+p.(o►er:M yds. Thence Easterly along the Seatharly time at townrAlj 115, crossing .R Including"iIds. water the 1t. Diable,meridian to the S.W. cornet of teenshtp 113,, �lessil,7v ate aser.to teage s9, Mt. Miele been line and seridian9 1'aM U�eludlwp'!S yds. Tbsce Southerly to the S.Y. corner of township 205. range SE, riebsr=leuetlt teyeter.tessc Thswea Easterly to the S.W. corner of township lMI5, nage t3f, ' z N y~ 'iwd:Iselsdirtp 15 yds. Them*Southerly q the S.W. teiwur of township 2tS� ranget3Es ysetsc;tliseilySRlds tdebriaTheses Easterly to the S.Y. cents of township 11S. reap 172# Y phew.wFer.:110 ydr.-ime Including Tbuce Southerly to the S.Y. corner of township 2259 Congo 172, t. iSiii. weter'lewell, Trucks Themis Easterly to the S.E. corner of township 22S,.range 17E. pltry';pcorbatch castrato"is, ' •Theeci Southerly to the S.Y. corner of township 2139 ronp tat. coot 00-yet.-and lneiadfnq w ?home Easterly to the S.E, cornet of township 21S, range 1219, level) 1 11.24 9 1.125 .70 $1.00 Thant.Southerly to the S.Y. corner of township 244; range 19C. # falling on the Southerly line of tines County. thence Easterly. .toy the Soutbrty bendery of Rings z k • C~Y and the Seotherty boundary of Tulesi County; to the l.9. e corwat of township 2b, map M. w= i Tbnce pstthasty to the N.2. teener of township 214: reytt 2l9,. W10 Tbwta Westetty to the M.Y. corner of township Ms.leap 211, �4 Thaeco Nseehetty a the comerNa. comer of township 1175. tang n 2K.. �. , • n x ryy Thwee Wsoter'ty to the N.W. tetnrsc.e[ tewnshtp I75. Cony 2K, w1 :Y ' Tlteste Mlrtebtiy b tM Ma, career of township 2149 range 272,-, _•. 1" _ Tbwso Westerly to tb W.W. came of township 115, tang l7t, Thew Northerly to the W.11. attest�[ township 105, cane 24t.. eece Masterly to LM W.W. cower or township toy, range M. Tr 1 , TMeee WeKhatly to the 0.16.MttMt of township 95, Congo 231. K Tlsece Yostetty to the N.W. corner of township 15, range 232. Tlewta NaKbdy, to the Nat0 aewss,e[ township 049 rrnp,lc4. '•. . lbso"Weetatly to the M.W. corer of township IS, tett" 2411, ~. j• Tbowe M ortbatly to the WA. carom of tewwobip S30 Congo 272, Theeee Westatty to the 4.11. Carew of cwnsliip 3S, range 119. t _of 35. ' TMece Weete lyyto the M V atter of townshippno wantit In, Theme*sithariy to the W.t, corner of tewnahip 34, rasp IN, • t ' Thermco Weeotty to the N.W. corset of township 35. range !K. 3 Tbste Northerly to the N.9. coca" Of township 259 Cony 179,. �. 21, Westerly to the W.W. cornet of township 23, roma 1719. ' .."Megg MsttMtty rousing the tit. 91018 Intention to the W.R. r` { eeswstr of twwshtp 20. resp 1411. Thema Woatetly to the W.W. earner of tswsehtp 20. tangs ISE, Thence Wsetbtly to the W.I. corner of township 39, eewge 139, •Thaece Westerly to the W.W. artow of township ]it, tango 139, Thence Nsetbtty to.the N.C. cornet of twndip YI, tang to*** . i. posher �sttg. Trot. a, no. 1N—�IgiltY, 9rttwt�r In, lm f 90CIBION 11%,CA77-5091 hpe DNCfgiON No. 29 19177-So91 AW DEFINITIONS for O 1 - pours EQOt"Off OMATORS (cantle) ,lWE1l f9lOTlMENf OY21MT0is (cont'd) *Aron 1 (cont*d)n ` *Ares 1 (cont!d) ` Thence Westerly to the N.V. corner of township 414, range t4E. Thence Westerly to tbe 3r2. corner of township 1614. range 12W, Thence Northerly to the N.L. corner of township SN, range 132. Thence Northerly U the 14,2. corner of township I6N, range 22W, Thence westerly to the N.V. corner of township SN, range LJls Thence Westerly to the N.Y. corner of township 1614. range 12W. �e"• Thence Northerly to the N.E. corner of township.l0lt, range I22,. Thence-Northerly'te the N.C. corner of township ISN, range 1311, Thence Easterly to the S.E. corner of township 1114, range 1419, Thence Westerly to the N.Y. corner of township ISK, range two Thence Northerly to the N.S. corner of township 1111, range 14E, Thence Southerly to the S.Y. corner of township 1011, range 14W. Thence Westerly to the N.E. corner of township 1114, range 10E. Thonco Easterly to the Set, earner of township loll, muga 1w. rs� Thence Northerly to the N.E. corner of township 1514, range lilt. Thence Southerly to the S.Y. corner of township 1614. ran&*'13W. Thence Easterly to the S.E. Cotner of townahip 1614, range tit, , Thence veeterlj to she N.Y. corner of township ISN, range 1111. y Thence Northerly to the N.E, corner of township 1611.range 11E. Thence Southerly to the S.Q.,comer of township 2411, range 1w. = `Theeete Easterly to the S.E. corner of township 179, range 14t, Thence Easterly to'6e S.E..corner of town ftp 14N. range 1w. Thence Southerly to the S.W. career of township 1414. range 159, Tbtnce Southerly to the S.Y. corner of township 13N. range IJW.• Thence Easterly to the S.L. carnet at township 14N, range ISE. 1 Thenco Easterly to tine-S.E. turner of touno►tp 13N, range 13v. p ,14 !hence Saunberly.to the S.W. corner of township 1314. Cense 16E. Thence Southerly to the S.Q. corner of township 1111. range 12W, i Thence it*early to the S.E, corner pf township 130, range 16t, Thence Easterly to the S.E. earner of township IIN, range 12W, *Thence South*rly to the S.W. corner of township 1214. range t7E. Thence southerly along the Western ties of range-12W to the Thence Easterly along the Southern tine of township I2N to the pacific Ocoee excluding that portion of Nortbseni California ' .�VEastern boundary of the state of Cali[emle, within Santa Clara County Included within the following llnat 1 Thence Northwesterly, thence Northerly along the Eastern boundary- Casaencing at the N.W, tomer of township 63, rsnge,3L. Nt. ni of the state of California to the N.E. corner of township 17N, Diablo baseline-and Meridians t* range ISE, ' Thence In a Soutborty,direction to the S.W. corner of township !hence Westerly to the N.Y. corner of township 1714, rang* 112, 75, rungs 72, . , 1. Thence Northerly to the M.E. corner of township 2011. range IDE. Thence in a Easterly direction to the S,2. corner of•town*hip 739 Thence Westerty to the N.W. corner of township 200, range WOE, range 4E. Thence Northerly to the'N.E. corner of township 2111. range 9E. Thence in a Northerly direction to the N.E. corner of township 6S. Thence Westerly to the N.W. corner of towaehip 2114, range 9E. i Congo 4L, \ Thence Northerly to the N.E. corner of township 2211. range SW. Thence in •Westerly direction to the R.Y, corner o[iewnship 6S. O 'Thence Westerly to the W.W. corner of township.220. sonde IE. _ 1 tang* 7E, to the point at boSt"Ing which portion� to.* part of Thence "artberly to the S.W. cornet of township 279, range 6E, Area 2. t Ansa I also Sne2aies that t1 ., thence Erstertj:co the S.E. comer of township 270, range BE, portion of Necthoia California within lbeeea Northerly to the N.E. corner ot'tow sbtp 28W. range St.' the fsllodtag lineal ., Ys >~ Thesee Westerly to the N.W. corner of township-20N, rause 7t, 1 Qawaeneing in the'lscifia Oran on an sateasiea eC the Southerly' Thence Nertherly'to the W.C. corner at township 30N. range 6E.- tine of township 2N, Numbeldt baseline and aerldlear ?bases Westerly to the N.Y. corner of township 30N. rause 12. Thence Westerly*long the Southerly tine of township 214 to the 1 Thence Northerly along the Nt. Diablo earldian to the N.E. ,' S.Y. comer of township Eau Tense 1V. uenere[ township 740, doge 1M, r,` Thence Southerly is the S.Y. corner of tewnHlp lW;7ranse 1R.- Thence Westerly to the W.W. corner of taweebtp 3110. Congo 6W. lbenea Easterly etaeg the Humboldt bubltne es for S.W. comer• , Tbeiete-Southerly to the 14.2. corner of twnahtp'329. Clop 7W. of tow ship IN, too2t, , 2leaea Yeecsttj to she N.Y. corner of township 329, rang* 7Ys !bents Southerly to 1114 S.R. eeraee of CeMtbtp 23r satege 2E. 1 Thence Southerly to the S,M.corner of twnsblp 300. Cease 7W, Tbanee Easterly to the 8.2 corner of township 25, sense 21t, The Easterly to the S.E. covert of tawahtp 309. range 714, lhonce.SouNeriy to the S.W. corner of tewoship 44. ranyo 3E, . �e Thence,Southerly to the S.W. corner of township 1611, Conga Mo Tbanse Easterly to the 8.19. corner of tewnship Y. rause 3t. TAtnu'Gscar ly to the S.E. cornet of township 1614. TO 6W. ' !Noce Northerly to the R.W. cot7N!of township 2!,'range 3E.. Tbepta-Sowtberly to the S.W. corner of township 140, tsinge 3W, Thence Westerly to the N,Y, corner eI township 2S. Wase 32. Thence Westerly to the S.E. Cotner of township 1411. vm$ 790 •thence Northerly erassiag the Nunbetdt beauties to the S.Y. , The"*11arthsrly to the N.E. cornet of township 1414. Congo 1W. ! cbrnor of township 111, rage 32, Thence Westerly to the NrY.%coenor of township 1411. range 7W. Thence Easterly ateng,tbe Humboldt baseline to the Sen. cornet. Thence Northerly to the N.W. corner of township 159. sans. IV, sof township 114, tease 32, .Tbeaco Nortbwly to the N.W. comes of township Us Carega 39. Tbance Westerly to the R.R. comer of township 111, :nese 21t. Ileacs 1lartbarly to the R.R. carnet of towobfp lone. 1199 ` "MAL REOW". WK. 42, NO. 1119—FRIDAY, 51101 llWR 30. 10» s - BBctslg�rD, a»-soil ►.�. 3ro •. • .. ' .. sapa�ow owls:aN •. _ %PMI California COtMflO/r Imprlal. Inyo, warn, We CALIFORNIA Angelo*. Mono. Orange. Riverside, San AREA DEFINITIONS FOR Bernardino. San Luie Obispo. Santa ' TOMEQUIPMENT OPERATORS and VenturaTORS (Cont'd) O10 ZION 11"ERs CR77-5092 DATE, Date of Publication 9uperaedes Decision No. CR77-5061 dated Nay 6, 1977, In 42 PR 23293 •Ilio• It (Cont,d) DESCRIpTiON OP wORKg Building Construction (does not include single family Thence Westerly along At Northerly line to toweship ION, Setethe homes and garden type apartsents up to and including 4 stories, heavy and rocirie Orson. highway construction and dredging. Ares 1 also includes that portion of Northern California included with- to the following line: r Commencing at the Northerly boundary of the State of California -- et the N, W. corner of township 48N, range 7W, Mt. Diablo base- - Fd.ee Benefits P"*.t. - lise and meridians bole New!►. Theeee Southerly to the S.V. corner of township 44N, range 7W, E&telt•.Rahs N 61M teade.s Yerarrew e.6/er Thence Easterly to the S.E, corner of township 44N, range 711, +, Apr.Tu: Thence Southerly to the S.W. corner of township 43N, range 6W, ��� 3 13.90 BO i t,17 .06 + Thence Easterly to the S.E. corner of township 439, range S9. BOILERMARFJ13.173 775 1.00 SO .02 Thence Northerly to the N.E. corner of townshlp 48N, range SW, BRICwtarlERt4 S Sto•amaaaneh as the Northerly boundary of the State of California, iLap•riat County 11.]2 1.03 1,06 .12 Thcece Westerly along the Northerly boundary of the State of California to the point of begiening. + Ingo. Bern and Mono Counties 12.65 1.00 1,45 .07 .toe Angelo* Cnunty (Cities of is Santa Monica, Malibu, Venice, _ Pasadena, South Pasadena. . Arcadia. Monrovia and South of wosecrone Blvd., including , Id" Beach), Orange County 11.20 1.13 1.65 .30 toe Angeles county (eacpt cities of sante Monica. Malum, Venice, Pasadena, South haaden rz Arcadia. Monrovia and South of jO Bossarens Blvd., lneladln! Riverside veerside and fork Betratdlne 11.20 1.15 1.6! 30 . �n .iw � counties 11.20 2.28 LSS .li .N fonts Barbera and son Luis Obispo Counties ll.3s 3.is 1.30 Bs .02 1 Mantura County 11.70 1.00 1.20 .os ' BRINE TENDERS 9.255 .95 1.95 .55 • CARPeN ERAl corpentere 19.05 1.49 1.95 1.00 .oi . as Filers 10.13 1.69 1.*S 1.00 .06 • ,, Ta6A10 lower Saw:0 erstsrs 10.15 1.49 1.95 1.00 .06 smilers► F11•driveam". 1. Bridge or doth Cergesbeer Danieli Bargesenr Beek slinger •.10.19 1,49 1.93 1.00 •06 hrdwsod Floor Lapses 10.25 1.49 1.95 1.00 .04,'• ) . Dud Beck allege[ 10.28 l.N 1.15 1.00 .06 } pr4msetle Nailer 10.30 1.69 1.15 1.00 ,06, 1 10 ! S 0 A- N! lvrighb .SS 1.4 1.! 1.00 6 e ._ "MAL 810M. VOL a!, NO. 1N-#DAY, SHI MM M, It" - M.. "worm a0.. CRTT-Sf1= Vag! l W+- 91CISIOS 90. •M477-5002 page 2 �. 4'. aadc flap SaaaMlrc►apwM endo ?dela smeeft M/ma �'. lbardr Elaa+Maa } } .,` "{* iHraardae So"* R a• ►aedaw Ywev*em aci/ar !arae M L• Possums dacedMs aai/ar r ��Tr. Any Tr. c Comm NR90rRSr BUWM CIMlc (OonNd) ;t Cement Mesons # l.ai 11.10 1 1.7S 6 1.00 .09allscrtcici�rty • 12.31 ~'.f! 301.63 .0tl Cemnt I'losting and Traveling Machine 9.66 1.10 1.75 1.00 .09 Cable Splicers 12,66 .tS 301.63 .06 Wfflvx•L IMSTArraee 11.21 -1.30 1.00 .10 .07 Ingo, fax*and San NRNtdlne a li27C71ticlMUKe ties l�leetrialass t 12.00 '1.11 30+2.00 .06 f IapacGl county Elaetricians 13.00 .73 36+1.45 Cable Splicers r 12.30 1.11• ' 302.00 o- r y Cable Spllcen13.29 .75 30+I.I5 lbnnslr v p[n (China Laze NMIQdearre+s Weattletens 13.20 1.11' : 302.00 .06 � Cable splicers 13.50 1.11' -30+2.00 .06� - 'SMt'Ststlon, Tdrvaids Ape) .. ��.. County , k f ".`'ttl.etrieians/ technicians 1i.f2 .70 Itl+l.if San Late Obispo Co wIS Cable Splicers 16.30 .70 16+1.19 .1S alsattletens 3,2.26- 1.06 160.35 .03 Bern Ceenty (eesalnder of Co.) Cable splicers 13.49 1.90 16+1.35 .O3 } ' r llaetttciNst lschniciana 12.32 .70 11+L69 .15+ Santa anthers County µ Cable Splicers 13.5S .70 10+1.49 .13 (vandsnbnrg Aye) ltecizieians Itl.23 1.10. 301.3S .03 tee Angsin County Gable Splicers 13.23 1.10 30;.35 .03 #> , s -"SlectrlclNa 12.65 1.05 301.95 .07 , sCounty cable Splicers 12.95 IAS 36+1.lS r .07 Sliet iana 12.50 1.10• 30+1.35 .03 Traffic Signal and street Cable Splicers 13.30 1.10 36+1.3S .03 4tgbtfnle .r aleetrlclans 11.79 1.05 11+1.70' .02 6dentare County viefttano }'vf ..Utility TachetciM Mo. 1 8.16 1.05 11+1.70 .02 Cable Slice 12.77 .06 36+1:03 .02 f " Utility Technician No. 2 9.2S 1.05 10+1.70 .02 Cable Splicers 11.05 .tl6 36+1.05 .02 r TMM�Mlr WAMTOR COMBrEm -< elactrlcla a 13.52 1.05 10+1.70 »02 Isgeclal, 2 r Rscn {sent? r r' Cable Splicers 13.02 1.05 10+1.70 ,02 of Tshscbapt Ranle), Mal lx 4 So ad Taelnieivan ' • AdrgllNr now. Orange, 1l1V6Ke r r ' lewd Technicians ton building San eernstdino, San Lutevons ;•r treetion) II,07 .Se 20. Obirrper Santa aarbsca and vensound Tretunlclans ton , m 01 maator�tNtactots 12.93 .369 +3S �0+6 .02 v gmdlficlation of existing - llwatei Oenstractors, buildings) 9.71 .SO 16 r or&"*�rtr ledgers r 7003a .963 ,:33 30a' .02 $` Slectcl�eien. 12.Stl .S1 30+1.45 .62 els+atot QeidetreQcwe Cable Splicers .91 30+x.63 .02 nalpere (Prob.) SOOJa ,w sero county (North at TSM 0 1 ' lsttaic Osaetraetocs 13.49 .Si! *:3! 30+s .02 'n x` r f� t a" r «�` VMAL WOMB. VOL 12, 110. 190--MMAY, SHMEMM 39, tm - • i r VNIC19 M 00. CAT7-S892t 0MWt0M MJ. CR77-3002 ►age 4 t TMh ! Bette •Rt•►•rw•wN - B••te FTN!•MRu lgMeb Ra•. M a B !!..• yr B•• x' M••rl E/• 11•e - "overE4•nit.• . t••• vot•tt•• v.0 -R•t•• u a B P000lo•• reretl•�. s•4/•. V4 Apr.Tr. LM Cam.ROClIOMt (Cont•d) Apr.Tr. 1 1BLVVATOIR COnSTXUCWRgt iCont'd) ors"ge county k Birrtor Constcuctoce' Croan0•an, let year 0 10.21 .Ol 3041.4! .02 lfalpers 7O%JR .545 .35 31+8 .02 t Gccondsan, after tat year 10.12 .11 31+1.45 ,02 4 Yfleiator Constructors' 4inemenr Heavy Lqufpaent h 'Ralpars (Prob.) seen t operators 12.34 .01 31+2.43 .02 �I1siE#Sr Cable Splicers 13,12 .11 30+1.43 .02 . r ;ta�arlal county 10.00 .47 .,l8 ••• Los Angeles County Los'fingelea,ikatye. Gcoundmen 31 r 111eer11de, San bernsrdino, t' Cable n 22.72 1.05 +1.05 "Santa Barbara, San.Luis Splicers 13.02 1.03 51+1.95 r -�;Gblvpo'snd Ventre rnyo, Mono and San Bernardino counties 11.10 .97 1.4S ,04 Counties UNWORRERSt GrontMsen 0,1! 1.22 37A2»00 .04 re" greeters 10.96 1.24 2.22 1.44 ;K Linemen 12.02 1.11 3t+2.00 s .04 Oainfoteiny 11.55 1.24 2.22 1.46 .06 Cable Splicers 12,30• 1.11 3t+2.00 1 .04 + oriiaRantaii Structural I1.S5 1.24County Rieerai 2.22 2.46 .Oi de ti 1 TMRIGRS/0N i LAW SMtML1Wt Ctou�n �• 0.12 t .15 31+1.63 ,04 - laparisl,.I"AnOsias, Orange. Llneseny Line Bquipentt !!!amide. San Bernardino, Operators 12.39S! 3l+1.i .04 T' Rambla Cblepo. Santa Barbara Cabie Splicers 12.69• .15 31+243 .04 etas Ysntura`counties 0.9d 101 191 • 13! ' 3/41 Ran Luis Obispo county tsAlIOIBa Grooedsan 0.94 1.00 , 11+1.33 ,03 }Ynre;;Kern ae0 lbrw Counties, 0.13 .40 r 1.30 .70 .!S . . Llsesenr Line Bquipaent Z S+9+=,Mtleles County (accept City operators 12.24 1.00 1041.39 .03 C ot,Laneuagc} 12.00 .70 i, .fe .03 Cable splicers 13.40 1.00• 11+1.35 a 4iftars County 11:00 •.•1.05. 1.13 1.30 ; .02 Venture County 'sM`taiis Obispo Carley 7.72 ail 3,20 GCOend.fn 21.01 .94 3§41.03 _ .02 umei .: '0lsrbsra County 0.72 .S7• i.es 1.50 Linemen c .. 't '12.77 .14 'J1+1.05 + `'.02 alfR lBtfCli0lfr Cable Spiteare ;14.05 .04 31+2.03 1,02 ` posts Barbara :� 9!!rlsl`Cbunty . Qoratl, `• - i 4taaMnisan 10:90 .?! 3104.4! (VarOaiba"ASB) alea.rn 13.00 .7! »+1.65 Ccorseass t11»13 1.30 34+1.39 .03 4 CBlile spliesrs . Liwlsan ` f. t� 14.23 ;1.10 39+2.33 ,OJ 13.20 .7S JN1.iS ' Rena (Close Lake Naval Ordumoe t rCM1s 301100re 19.23 11.10 Jl+1.33 {, .OJ + itetlenvnd !Awards Are) psi nof fit%! F I.JO _1.10 31+1»J! r .03 + ' tkowdasn 11,71 1.T0 16#1;40 ,iS i Ltersan 14.02 .70 11+1.40 els Lls�s -A 12.30 1.10 31+2.33, .03 Cable !sera 13.50 1.10 J1+1.J! ,OJ table'irlitsrs 14.30 .70 11+1.49 .1S eftrn Coaaitty'jamosWar-or Coast i ,t • 't i :QrOMl18Mn 9.24 -.70 16#1.40 els {3 %0.1�lars 12.31 .70• 101.40 ` Cambs splicers 13.SS .70 11+1.49 AS t i. +. FIOM t�ONQ/!R. Mgt. 4t. NO. 790--MMT. n►flMUN 00r It" .Y'o`u ..: • •. r r 9WISION NO.' Ci77-S092 fagv a 1 Slf4I0t1 R4. d177-l0l2 ftp ! - S..le Fa.p 0«.611.►.r.nsn ,' Bi.is ,�.� f+ts�.M+sRts htossta N+wir ta.tni... r N.wtr .� EI.taNva . Raw NLN fw•loa. Yae•Ma sWor RaM M L♦ fss.toss YMnNM emWir AM,.Tr. fUMMS1 Stemfitterat Aw.T,. faperial, Loa Angeles, Orange. Remminina Coui. ntienr fnt'dl Riverside. San Bernardino, cna Traffic Oelineatinq Oavice San Lots Obispo, Santa Barbaro Applicator 6.67 ..50 .35 b and onturs Counties >) 11.66 100 160 130 3/6! Stripers wheel Stop Installer! Info, Reim (except vas!of Surface sandblast*r 6.41 . .Sid .33 b Loa Atlgelea (Aguedoet) and Magyar (wtrlpec, wheel atop 4 Mona Counties 10.60 .!S LOS 1:61 .17 Install+r. traffic surface tare County (fast of Loa sandblaster) 6.03 .SO .35 b "lea Aqueduct} 13.36 .!S 1.65 1.65 .17 Slurry S-wl Operations NURIO1 ATION a AIR COIUITIOK=t + Riverside ad San satnerdiaa + kixer Operator 9.46 .S0 .3S b i Squc•+gc. Nan 7.16 .50 .35 b Committee 9.9S • .96 .70 .901, -.OS T Applicator Operator 6.63 .SO .35 b Lea Angeles and Orange Counties 11•935 1.53 1•» 1.62 .20 Shuttlesun 6.65 .SO .3S b Top M.,n 5.03 .SO .35 b Iaperial County !.» .SO .7S 1.00 , . �: Iapo. Were and Nano Counties 10.24 .60 .60 x Rtvereld- and'Ran Bernardino :;Imperial Giuntp. 11.03 , r trga.Angelem and Orange Cos. 1.7611 .66 L!S .» .la Counties 10.65 .00 .79 1.10 Riverside and San Bernardino Loa Ange1N, Orange and YenRara Counties 19.00 Al CbunRlN 11.5! .02 `San Lott Obispo County 12.00 San Luis Obispo and Santa k SAnta Barbara County 6.49 .70 LOS •01 Mrbsra Conntlea 10.0 •S3S .30 .N21 watuta County 13.16 .00 7,13 .02 11411TAL 11101tltdBat Q' fIJ15TEtt£RS Tt.OFASt Iaprlal Catxttpj 11.16 1.00 02.26 T' Iuperlal. Ingo, Mono, Rern County (China take Wawa r Riverside and Sin Bernardino Ocdaaaee Test 4dltion and A 'Countiew10.10 1.09 2.09 + Metas AIR) 13.47 1.00 1.50 Bern County tChins take Naval Bern thantp (Ras11inder of i Oaonty and all of i Ordnance Test Station, , two and :Edwards API) 11.725 .!S' 1.95 .SS Mise Coentles. Los Angeles f c tern County tltewalnder of Co:} 5.10 .!S 1.91 .SS CeanR7 Met Portion tor!* , Luo Aig!les and Orange Cos. 10.175 .9S' 1.15 .00 of a straight lira &M Soin Luis Obtapo County '4.35 :.lS 1.15 .!0 Between C#acalsfl ad Rig tlaso 11.17 1.04 LN A2 °'11anta'Barbara County (except r Les magalaa Clmty tMMiatsg Santa Orta} Portion.!S 1.15 .SS Portion 13.33 .94 1.10 .a2 ` !Santa Barbera Co. (Santa Maria) 9.73' .93LIPS .SS or""0-ty 11.42 1.04 2.11 .s! '"011-41 County 9.00. .!a •1.06 LOW aivwei0a aid Sam RarNardbA aOosatlas Is." 1.06 ,Lao. on . `� z 1. i }• .111111 FAIR 451101"0. S11sts aaeMrs a114 geR•twr11 Ca NItIg i U."' .94 1.40 x' PEON" !!!lafVft 42, NO. 190--om"T, W"NA tH 30, 1t" ' t.Y t t 1 M•11 •' OBeidiow"o. CR77-5092 Page 10 N PAID xMilaIsr A-Nrr Tear's Days !-Mraorial no" C-Independence bell ayRatfA,hr/rsa4b Iafea.b D-Mor Day# R-Thnalgieing /ar# P-arlstmes Day- Rates . N L IF Pa.rle.e Vera#la. [va/or AAr.Tr. f0DINDMI /OfT MOOR LA?ERSt A. n,l,loyer eontirbutes 11 of heels hourly cats foc over,S years, eecelei imperial County S f.SS .f0 = 1.03 .07 t and 21 of basic hourly rate for i months.te S years` @scalp as Vacation ies.Angeles,Orange. Ai+ereldt, r M Cram. ills laid NellasYse A Nteu�l#P. - T .Santa Barbara,.San Luis `� t 'Obispo, San 8ernardlnob. Employer contribute, t.22 per boor to blldsy Htnd glue 5.17 pec 4 hour to Vacation fond for the first year of employment, I year Anil Ventura'eounties 10.72 .70 .t] ./0 .K t ,/ern-county, including that but lees than 3 years 8.33 per hese to Vacation fund, S year• _ 'kra -'Portion lying East or the but le"'than 30 years P.A pr hoar.te Vacation Pond) Deer 10 aoa Angeles Aqueduct and years 9.53 Per hest to V/estles Fad. ,r <r :� that.portion:of Ingo County e ..r6 sded within the Inyo-. �. M .litrn'Naeal'BemerTatlon. 1.77 .7/ .N .7/ .17 ONt1tIRLOt Pimm, Psperlst Inyo,-tern, Mono, , , fYa' ;Orsi#ge':(!mcept'Santa Anal. r Rleersldel Be.Bernardino '(see!pt.Onterlo, San Lufe } =0A1@po.'Santa-/arbare and •c. 1 trra (except Santa Paula, t ' telst'Milu and Port Ihrcnese) I5./7: .../S .!S .01 lo@",Mlelee (Les Angeles City u= aM Area within 25 miles and - Pbsa#n), Orange (Santa Ana), - -•. ;• • 0 1 ;tet 'Son-Dernardino (Ontario), and _lana#ca (Santa Paula, Point . '_ . .: . t y N »A0Pu.and Port Nt#aneme) 111MUZO 1100091 "21"tial County 11.I9 ./1 1.17 .N 1198 sermtst f, faprlaI county .11.19All 1.17 .09 't�es`Mleles. Orange and ti i Vlututa counties 11.!! .N' 1.10 .09 9 Obispo and Santa Barbara Counties 9.17: •1.OS 1.20 ./S .Ol ' 214erslde and San Bernardino j 1; " :Ooanties, lla7 1.03 1.33 , �c $ liLEifERBRS'11RLPE118r • r e f 36s'A�1N, Orat#ge and Ventura - banns@ !d/ 1,:! 1.21 .17 1• ` :. , MORM RI1MIf M VM 111. NO. In-.MMT. SNiIMM 30. lm aaersloM.NO. C477-3092 ft" 12 gbcfbleN I.M. GR77-3092 Hp 17 rrlttt a.ttRN rtr...ft Melt role.b.etlht►MwM (!!!renes) Nor MveMt. Nw.lr !Ar[tMM S R.4. M L A ►welt[[ Y.nrlt. et//or byre Naw resdte. Vte.rl.e .4/., A»r.Tr. LRbORmIS AA..Tr. , MIM!LINT LISORWr bull Gong . y taleker, Tracktant concrete Crew, Group 1 0 7.f! t1.OS t 2.20 ./0 ltlelalding Sodden and Spreadecst , "k Ornlgehouaeaanr DWWMnt Oeapta Creep 2 bole ! 1.oS 2.]0 ' .10 .10 i" (outslde)r Setaipr (bnkersn Group 3 b.70 1.05 2.70 .f0 .10 ; brttd�n on tunnel work)[ -11011ea1 arterials handling Mani• Ot[wp / f.IS 1.05 ',2.30, .10 .10 i veal ten ! 9.27 .99 f 1.99 .99I Croup 3 9.90 1.05 .2.70' .60 .10 11 •r x .GbLR 1114a1 Chock telid•rt ,.• , �Nlppert..-Steel Cort n1•er-and . i ,. •r b frl letter's helper# Vibratortan. =]ackhammaar, tic tools (*Zcept Acilur)I tadinq and 'unle•ding-agitator cant lot � teller bdn9 taatlo or other ' i' materials 9 9.75 .fS ! 1.99 .S! WJ191t . griller. f o"farnt x >Che!deal(rout!•tarns Cherry !' !i `Vfekezeant Groat!errant Cceut ,�i :�• tlaert•nt Groot pu�r•nr Jaek- Ip'tleert Jatflo tan/ Weeper 1 =W Q r• tnd etller-pneuaatle concrete , •'_ ,� =A � Placer aperstotr Miser tunnel wcr Ilia"or andhlM)t Powderarn A r -trc iniac hoose)r filter Nang crate Ment Steel fort baieer , �• .• I 1'!, .li r4' .tend eettert TiaAararar batisher 7 ,''• .�.., .• ,• . .. 'j Irosd ec atse11 t llnsael con- K, [:rets'tlwishect_Mafaleraar 4 � Glperattap of troweling wo/or fxartt"Machleet Sandblaster 9.91 .!! 1.9! .99 NOT. bale•rlrarr glaaen0 driller it�"' - .. ! • r. •' AOIRAI �lOIf1l0. MOI. 1!. 110. 1N---�IOAt, UM NAM 30. tqf x i B.cIBIOM 1 ,1_so1: page 14 90081O11 no. CA77-5092 ` page is CA LVAOREIts txaiup'it Boring Machine helper (outsidell Cleanteg and Handllnq o[ Pit Is _ tornConcrete Scceeding [or rough strike-offs Concrete, water curings Group 2r Aspllelt Raker. Lotesmn. Ironer and Aepbalt llpnader Boxes (all cypea)s �• ftewolitlon Laborer, the cleaning of brick and lumbers Ory Packing of lluggymobtle Ment Concrete Con Cotter, Grinder or Sanders Concrete Cutting 55 •[o7,erate,-plugging, tilling of SAee-ibis fbleas lire Watcher, LlmDera, Toreht Concrete Baw Man, ousting, scoring old oc rlew cronccates 0r111er.,JacR- ' •lsrueh'Lwders, Pilon and Debris ftandiersl Plagmans Gas, oil and/or hammer, 2-1/2 ft. drill steel or longerr Oct Pak-it Machinel Gas, oil and/or eiatii-Pipeline Labocer1 Laborer, general or constructions Laborers Water Pipeline Wrapper—a' Pipe and over by any method, inside and ouU ifydro general cleanup; Laborer, landscapings Laborer, lettings Laborer, tem- Seeder and similar t -plate[ ttettlemen, Podwn and Men r'ity ester and air lineal Material Roseman (walls, slabs, floors and ,Poet Impact Wrench. molt! pu applying asphalt, lay-kold, creosote. lir caustic and similar type materials _ {peeae)I Rigging and Signelings Scalers Slip Form Raisers Slurry Seal (*applying* means applying, dipping. b[ushing or'hssdling o[ such materiels for teere;(1llaec Operator, Applicator Operator, Squeegee Man, Shuttle Men, pipe wrapping and waterproofing)I Operators of.Pneuaatic, ago, electric tools. 2r ;Vmp_Man►I.Strlper. •Iphalc, concrete or other paved iur[seefs Termsn, Vibrating Machines. pavement Bceskera. Air Blasting, puma-along•, and similar Mortar Mans 7bo1 Crib or Tool Looe• Laborers Trs[[le Delineatlnq mechanical tools not separately CIASSULed herelar Plpelayec•o Backup Man. x 's OiwiciApplieatort window Cleanert Wits Mesh Pulling—all concrete coating, grouting. making of joints, sealing, caulking, diapectng and including �• jowrlM`opecatlons 1 rubber gasket joints, pointing and`any WO all other ascvteee# ok RoBlingecs t Rotary Scarifier or Muliple Mead Concrete Chippingfiesr![iacl Steel f4adac- SDgresp ar Aopl(ilt Showelect Cement dumper. (on I yard or larger wixer and board Ian and Guideline Setterl Tampere. Berko, Weaker and similar typal cnt)t Cesspool Digger end Installerr awktendert Chute ' Trenching Machine, hand prGpsllad sme SMae pour;ng concrete, the handling of the chute from readymix trucks, a ? #'�aDcll.as'wdla, slabs, decks, floors, [oundKions, [ootinga, enrbs, gotten b (roup dr Cribber, Motor. Lagging, Meeting and Trench BreaiM, handldad }t amA?lldewlktat Concrete Nnc—Impervious Membrana and Form 011ert Cutting Leggirg•Bswrr Bead Rock alLngerr Lasac.Baaml (leeraicw eooeteh Vibrator �to[di Opentoe (Demolition)I Pine Grader, highways and street paving, air- Operator, 70 Ibe, and overt Plpalayer. Including rater. ••wage, solid, gas Kt:"rolwrs, and similar type he eonatructlonr Gee, oil and/or ester. or air; prefabricated 1Ynhole Installer/f+ndblaster (Woaslo 1, water , �; y Ipeltne Wrapper--blot Tender and form Mang Guinea Chaaere Besderboard Man— i blastingr Welding in eorulsetian with Labencs' Work e xIto Laborer. Packing sod steel and psaswayar l Power Broom Swayers (allltI #p placing placing stone or wet sacked concrete# Soto Scraper and bice"sr Slaters *olidermsn--aU am Of leMtng"holes. placing emd bleiting Q tlilerr'Eandblasbec (pot tender)r Septic Tank Digger and installer (load- of all Powder and explosives of whatever typed regardloes at msthad mea ` t � )s Sank'Baaler and cleaners TreeCllaber, similar, chain ser Gparatoc. Ler each loading aid plaeLgt 0elllere:.511 poster drilla. aRalnd(ng Jack- + tebecglu Chlpperand alwtlar Lyps:Bruah Bbredden; Underground laborer, ) ba>•ac. rhatMr euro, diamond, whom, fsaak, asltiple unite and Any mad - K N p *, /aelwdLag L/aeon mellower all types of seehanioal drilla • 7 ,� rbc^,� r t, ( z.I t r ) RMAt NOSM, VOL 12, NO. M—MAY, SIPI MM 30. 1977 DOCIfION NO. G77-S092 1 - 91tle 17 ' -00[iltON 110. fA77-9092 Ps" li - NKIc ♦ fd•N RwBh fenMh ' poor!l.teRrt fermttN - N.oti EirrtNM •� •Nw.h � E�rtNM `} 3900M L002!!0'VT OM0140RS Ra.. N t 61 rMdM. V..rhe MJ/.r Mr.Te. POW RMPI T OM RTM- Rer.. N a A 1`4061"s YKeN.e ID DrtG2N: 7•`(Aydreulio Suction Dredges) Aqr,Tr. e Group Ir' 9 9.73J9 9 2.00 .30 .06. tRVEMN $11.60 .95 f 2.00 .90 •.06 Group 2s 10.03 .!S 2.00 .30 .01 . Croup 31 10.32 r .95 2.00 .50 + .06 upu%n Sr0IUMMI Uelder 11.02 .!S 2.00 .50 .06 , Croup 61 , - 10.66 .95 x•2.00 :50 .06 �. Croup St 1 10.66 . .93 2.00 .SO y 2.00008= 10.56 .95 2.00 ..So .06 Group 61 + 10.79 .!S A 2.00 .SO .06 r y Group 71 10.91 .95 x:•2.00 .30 .06 ' r�r st11101MA (Stern winch or drofte) 10.67 .9s 2.00 .50 .06 Croup Be 11.00 .95 2.00 .50 .06 r Group!r 11.21 .93 2.00 •.SO .06 Deelhendr firesenr y 'ollerr fAVeehWA 9.93 .93 2.00 .50 .06 r c f:i y s fClaoehell Dredges) L6R7Os0111 11.60 .95 2.00 .SO .06 -.1 `rw1R5T 1110I11EOt 11.02 .95 2.00 .SO .06 a t I4 OQ IRIOIO.56 AS 2.00 .SO ' •06 vs M�:IMlN 10.67 95 2.00 .!0 .06 r ,r � , +�v ' 'nt OMf�0111r DeeltMMr flrwenr t�?w 011�r 9.93 .fS 2.00 .SO .0 ,•, A;. N MMtAI NOIfMM, VOL 12. 110. I"-PMAY. $111 SER 30, 19" Ito. . • i•FM f ' r. [lOtop 77-9097 t/ps 1g swung NO. CIt77-3092 go" L9 tr MV t"Oo■Pranew (ITN than 000 C.B.11.)1 Engineer i Pam EQUIPMErr OPOtl170NS tomt•a) t Olbr�':Generators'Heavy"repairman? Helpers "I S19nalmant � az ltrlrclaian . Orap St asphalt or Concrete SpreMlmg (ta plag or t!nlMln91t 4Qtwr It Cagc•so",(see C P.M, or lager)r Concrete Nixot, AIT hermit vowing machine (Bartter OrNN or similar type)! Bridge x E'tuRt Oiler CresMc (asphalt w - °t�.`Converoct riresent Sydcoatetie Ctame Operators Ger-In-place Pipe Wfwr MacAtnat Combination 1 i�er5arterete plont)l Plant Operators Generator. Peep or Oowpressort Miser and C, V easor (gash*vorklt Compactor. 091[-peopelletr rrotetY:Drill Helper-(oil[leld)i Skiplo■der -wheel type up to Concrete Miser -partngr Concrete Pup (truck mounted)1 Crane ateachoontai Salle Tteld Technicians Tar fot Plreernt operator up to and Including 73 tow capacity)(gong-boom L�aY. ' ;S2.prarY.eattnv Plants Trenching Machine 011ert !raft Crane appllcablell Crushing Plants Drill Ooetort Elevating Croderg -Otter Forklift (over S tons)t Gcode Checkers O aie-allt Grouting Machines Needing Shields Heavy Duty impalement fblet Operator ftgmap]r h-frees at winch'Trocitt Elevator Operator (inside)! Equip- (Chicago Boom and similar type)t Bohn■""It tender and similar ,iaairl,Gieaaeci(to*)t".Paid Pergoson (with dca9tYpe attaeAmenta)t 1 types ieyburneau Blob Compectoc or sLtl■r types Lift rootlet 1 feliegpter radioman:t9coesd)r cower Concrete Cw[!eg Machines Litt Blab Machine (lhgtborq and similar cypss)t suede! (atAey, n .¢1br�c'agfwerete`Sort P41 driver JtMebc ram m-letters soon Carrier Sselld, Vern and similar type)! isaterlaLNoUls M■eking macAiw 1. - �� t x(�ab sits t'sbtlaMac�Pip Stepping and Cleaning Machine (1/1 yd. rattler tired. tail or track in*)t Pmeametic Concrete Placing cathine (Neckley-Presswell or similar typs)M pneumatic # ?fapap 8� asphalt Pleat plesmant Boring Maehlner Nobmn or Mlsermon reading Shield (teuwwllt Pumpereb Gsmp Notary Drill (excluding laarMlt ec'eomeceb)t Cup Spreading Machines Concrete Pomp caineon type)I Bobber-tired Earth Nosing tgcipment (single engles-• fall percalle)t Bridge tyre tialoodec and Turetablet OlokeY CaterplUer, Euclid, Athey Began, end similar types with any r�:lwsootlwe'or'pbterman lisp to and Including 10 tons)! DFlp- and all altaelraents over 2S yds. and or b and Including SO —� "yassMt.GrNNr (greaser truck)r Helicopter,Solstt 11191allne ea. yda.straek)a Rubber-cited fart%Moving Equipment (multiple• fotblawy Slgmn j bra-Aamaer-Nro Stomper/ Poser Sweepers engine. ape to and Including 25 yds. atruc#)1 rubber-tired !tiler (euslyetb9)9 Screed laspmlt or caMcreb)1 Trenching Scraper (Nit-loading-pddU wMei type Join stare, lOfO end ticason top to a ft.) similar single malt)! Sklpleader (erwlar and wheel type-user. 1%yds.. or to and lnclmdlttg sy yds.)l Sartaee testers and OY�wp'Ss. A■rh■1! Plant Engineers rrekbea (up to mad lwelwdln9 t Plenary Trenching Machine inept s lt. depth ca"city)t mer �N!ed g batch Plants Bit Sharpener/ Oaaento Joint Machine Causing !rector Compressor Orill Cotdtsatlest Tractor (any type ' Mewl;awd similar type)E Concrete Planeri Use eM9lmes Barrick- larger chert O-9-IN [lywhNl h.p. and asci, or similar) Bull- Mss (o11[bld` rel/ Oriing Machine tfstCitidltt9 .gllaur doer. Tearer, Scraper end Poch Tractor single Nglme)r Sector w1LI)'Rxtl![t fader Ston eapecity)I Nydegra"ic Seederc (imus attaclr■ante)g Traveling Pip Mrapplmg. Cleaning and Bending '`IBMsbtfie,tetra, p 1p or Ned)t'nedhlme TTL Operators 11■9lttnis ' Machines T nnel. Locomotive (owim 39 tons)1 Shewel. Backhoe. r ibrwal Fall flab 9ibratocl Mecho le Seim. Cub or Gutter 0[mrlime. ClamMall (eNr 3/s yd. Ndape to 3 aro. yds. ■.r.o.) � rv/maatreteor asphalt)11leelraleal Finisher (caterets-Clary. (Tem!neem pay applicable) Self-propelled Curb asd Whir ' rl�ilM%miia.rtstdrell or sinner)f yuwment fres" (![trek amentedl g Eaehime 3rq�MSS fill MLebp•MaAluet 0011ec (asphalt er 711414b)1 Marker- q `xttaN E>rca•Mb►1w!yrlpa�wt;(sdyla-eng1N. Up to mad lsolwdlmr .• - .�.- w S• ' zf yir°BeraeR)t fait-rcarsllN.la�rlMllslNg'labelmal Slip t S1+:aMowr-dlrwn hydraulic llttlmg dwlm for concrete N l�lptoMsr-(Crawler dad woof type How 3/0 yd. and belttSbg Yy yes.)t Stinger Crane [Aestlw-tesbrw i t p ': �� drtmlilUe type)( 7t�eter-Nlldeser. lasses ferarur z �•,�M _.:Q�. r.. tlya%Nl auS stmgsr-types, to b a" lwe1M114 FS SAN Similar;types)I gb9pr btet.1 drat 71m mal �¢tiMi tlw lwmr 111 ad up to sad-fnelmdlng 30 tdM11 M11Mr-. h - • - Y•. P!0lRA1 •[OKtA. va. 41, stn. 109.-PMAY. Wlt r 30. Im _ ;� 1 i }fir ` etiastorp.vo, a>t-S092 tp.20 mcl�i11t!tED.. a»-cost Sew Zi POM R)Oltrmty OPRMIr>f!S (aet,d) t .a Cceup 79 Irene, over 2S ten up to sod lnelndl,g 100 tons>,.r.e. ) Sate ~ ~ , N..:h �IEdruH.v !long boeu"pay applicable)r Dart Ick Sargf (long pone per awl!- Rspmm M L• Pmsmtmva VerMM and/.. E F eablelr Owl Deus Mbtecr rRfvy Duty!!pflraan-ralder Ombina,lonr TROOI ORIVa11 AM.,Tr. r f blat, Stift-Iegv,-Guy:Ektrrlck or similar type, up to and intludl,g .a 100,tow Ila"priori pay applicable)p Ea+uoeall foeemottve felesel), gs8 Of electiic)t pbtot Patrol-blade Operator (*!ogle englneff Group•1, ' •5:7: •2.25 .79 P1.00 ,20 Okittple bglM'Tractor (Suclld ad stall" typo, except quad arm* 21 S.N 2aS .70 1.00 .30 rats 1,0 11 r-ticed'north piovinp lye/pont fningle O"Ime, over Group 3, S.N 1.�3 ..70 1.00 .10 ,( S9}da. atra,:k)p Ambber-tired north Rbrinp tyutpant (multiple Group ar SAS i.l! » 1.00 .10 • 041M,'9leelId. atecplller and aiwtlac) (over 2S yds: end up Group S, 11.90 1.33 te;S9 Co.,Ves ateeck)Y Sbamel. Seekboe. Graellms. C"Rahell r Croup is 9.90 1.15 .79' 1.00 .id m (over S es. 740. e:e.e:)(laos boon pay applicable)r 7taner Craft ( Croup 71 !.N 1.13 .71' 1.00 .10 IlipalraanI Tractor Lender (crawler and MuQ type arer 04}stn.)t Qsaup 0, 9.05 1.35 .7G •, 1.00 .10 $ ; 1tmlAee-ocrtilleAraOda 1(ls.r and similar P690111 Squipment Group 94 (' 9.20 1.IS .70 'n 1.00 .30 OeoaP 10, •9.13 1.21 i .70. 1.00 .10 # !tamp:!, bops GrdK7 dateoatle Slip Farmp OraM-argr 100 tons OtoaP 22, 9.19 1.25 :70 '.' 2.00 .10 x ` `flee berg pry agplleabler !bloc-ntlrt Lye. Guy arcick orGroup 123 9.20 1.23. .70 1.00 .lo fv k sLlLr typM:(d�abL eC Aot'tfng 100 ton*a mese)(long Grew 13r `,9.25 2.25 .10 py applteable)p'thvae fteaeator - leas then 7S0 co. yda.p Croup 14, 9.50' 1.25 .70' .10 lr et+e,rieel alulaAlnp'gsehlnap pbbile tbrm 2tagulerp n3tor Patrol, Group 231 ' 9.75 1.25 .70 1. 1.00 .10 Molt!-.rginell fide lbblle IlaeplM, (bphec-tired earth moving Croup la, I.OS 1.25 .7o•; 1.00 .10 §05 f e0sitimnt;feultipla*gine. Euclid, Caterpillar and similar ty(ta ever'SO`eu.,pdr. •truck)r Rubber tired MI!-loading Sernpot ` �rt�a 11POM14 Nbnlroeper typo oral[-loading-2 of vete units)! !tubber- � +, tlred'Sersper -puvhing eM an W/o Peeh at. Pooh-pull (30(;per haus Additional to base rate)p Tandem Rptpont (2 , Its seyit ft"dem Tractor fquad 9 at •!atlas typo)p Vessel '4100,98 acid Users aMl'fhlmaep Galtespbr photo SighllM '. � � 1,„ .r,•r F Oebtewyp;Rueb Controlled North(twine yelpea t fel.00 p/h r �`,• ''n" Ndltfond to brae rate)p MASI lareavater (ague 730 an. 1d.l 1 .syr . . . _ •. .'• ••I - � - a a !um" MlWf1lR, VOt. I=. on.`.1M-pe"v. ""MM !i. 11ff ►+ zr -� ipm `akn-soy: Mr* i� t ' g to r t {` �r thoor It-"Mushomem"M mord Aeaetat Orleet of eehfcb or fasbinaclenr of 1rMlciee of ! f@lae ._ . llnelwdlny'all vehicles lose than six ton It lraffic.eantrel r % :]'V1I*t Cot.'oeeludinq supwiny heavy equipment permit lama f •.'' „arew1 31 -!rookmouglted power Broom Akew'•/r D[lNra e! Nhicler or cewbination of vehicles Of ] axles f' r,�allp Sq :DoOtmanr Comeat Dietrlbutar7 !w!Track? bed O!1 Sptaader ''!tock! Water Truck, 2 axle + Olra@p'Or.'owe.-of Is"-the" Is ymtds • ' r wtO"'?v. ?remelt-ds.ender 3 yerder vto, lees than 9% ' deenup•/ 'feack espeirman volapr ' `*Steep-f/ :•Wbtor"Tr@ck.'1 or 4r axles Oce@p,101 .90-400*101"t type truck Mee Porte ming within the ' lOelretetfi 'jerledictionr pipeline and Utility working Track "leelaeflog Qieab.'but:limited to truck applicable to pipeline , r I ' and irtlllq work, fibers a cuwpas(to crew is wed! Slurry Driver# "Tfiak Cement and Tir•ean (SOC per hour additional for Tirwen) r , ltwp U, Tranelt-Ols. 1 yards Or moral Daeparoto, 0 yard@ and Z .t� 12t:-Orlver of•vehicle or combination of wehielse•of{ off lake axiom 7 cne : ��•!wj I2/ Sump. li yards but lathan 2S yarM • t * r`dbmrp,-le/ ,Mptame or Swedish Cron@, of similar type of equipment .: driwert'lbrk Lift Drivatt Sees Carrier, highest �@mp lf/ "loll-off blykway7quipernt within Tleastere iarlaliction r (eft Aiphway eoabination at vehicles or equipment with mltipls =. -P a isouccov.;$1.00;pec hour addltle@al)t Dump."2S prd@ of , . vex adsret'Tlrvek'.'ihpulraem Seep 30r Tcvak Sepal rm@n vaidmr j L , a- r i4laitiRJti OiCIf1UIt +; Brats/ Ca2lLocreia prim Irmo, ripeeial, tern, Les Anlele•, ' oroya. Riverside, #art st2ce•roloo, z ' San late obiapo, #•nto Mrb•ra and isC!#r0s W. CA77•911113 Me 2. *Rtere , fi 0#CtltiM MglelCat/ CA77-5093 DeTtr bate of publication ` S". reedes Decision ma CA77-5042 dated wy t, 1977, in 42 rR 233L14 DCSCAI"I(m 00110A s Mesidentlal Construction eowsirtin!at single tanlly ^bases"and garden type apartments � up to and Including i stories. FAMP iwA%►gmwN ��x - •� � Ebaltw M e v iremal a -• ted! fate!iwhta►apwM t AM,.T/. M.«y E4ra/ter t. #is<!llClAMs R.te/ M t T p+asiees Yesrr4a «,t/. rtpsrlal Cbeaty #lsetcletena •23.K .TS Ageso B a1 mem 4 131110 .K i 1.17 .04 Cable splicers 23.26 .7!• '3N1.1! i0tLMlaiaRQ3 ' 13.175 .775 2.40 .3! .42 sear (China 94119 slwel eranMrei WR1t3tt�Yp1lt stwratseeMr Test Station, #sweat Am LiNcl�1 OsrntY - r 12.22 1.03 1.419 ;12 #leetttctenst Sbcbnlelmw 14.02 .79 Wert County 12.45 1.00 . 1.45 .07 t t Cable Splicers 19.30 '.70 1N2.4i AS ]es Jlgtt2et'45Mtf tCieles or. 3 urn County tftmi"w-of 4 #Mei tbnira.;iYllbrr, Venin. ' County! , M Yz t si0•ter south pafadlitr =tectrlcittet Tedeloleme12.32 79 14+1.44 1! Artadla..Jbweerla,and'soutb of Cable Splicers r 23.55 1.74 IN1:4t .2S 1 ^Rr•accant'Blsd.; Including Lot Angeles coati Lai*saeehl9•or•tge county11.20, 1.15 1.45 .>• slscirlclats 22.43 1." 3104.93 1i•Awgalea Dowty tempt Cable Splicers 12.95 1.05- 'J4+2.93 w Cltwe et#anta'lbrlteae'9Ylibtr Mea"county ` z AMtteer posidess,aestb Blectrlalatt 12.94 .il 3N1.4S .02 a inti iwtr`Aceidb, ilenroi!• Cable splitwo , 13.12 .ii ' 3N2.4s .02 isS souk e[Basectatr'Blis., ` siwrrlN oa•rty iielrAlnl 9ary:,#each) 94.25 37.13 1.6 .]i U"ttlelate 22.44 AS 214.43 .04 ' • die e"Wate San Nrwrdlero r C•ble Splicers 12.49 .03• W1.43 r Set Sere alae 22.2! ' 2.40 ' 1;55 ,14 ih1f,! ' Y f Mina°serb•ra ate Set las• tleetrielawrt 12.K 1:21 'l4i2 N .i4 M $ 4.4 1146 Counties 12.35 1.15 .1.39 .i5 .62 r Cable splicers- -- 22.3W ' 1.11, •']N2.i0 .04 '• N lbsteri empty:, u.70 1;N 1.20 ..is Mur w!t obiap Onntr #lestrieletr � ltMRitT!}JlOfJtS •.253 .1S 1.15 .b5 t .. 12.2! 1.M. 11141.]3 •• .03 • ppBOTMI Cable Spliewe :.� 23.40 1.00. 14+2.]! .e3 ." y `Catr,intets 30.0! 1.49 l.!! 1.98 .ii sett•Berbera #w ptlirs 14.13 1.49 1.93 e .K mow!A1B! �!Nle;=9orric ttw"*rater@ 10;15 3.41 l.l5 1.N .K . Itlrettleleltt 14.15 1.10 1Ni:35 blegletet 011nAriererarn, belap Celle 4lwKt :,r • - 15:25 1.14 ]N2.]s .03 a to dbcR eirMeR•s•r oaeclek warltset of(im;04;: k ., a- .a 'Mtl+�/►t (tock'siinler 10.19 1.49 1.9! 1;N ,.K sieatcterlast ;y;-' 12.90 ]Nl.]! .q "BarS?woo d floor layers 10.25 1.49 1.95 1.N .K: CNIeleile a+ r 1].!i '1.10 3N1.35 .0] Met 4449!`siityitc 14.20 1.N 1.43 , 1.00 .K *!nese 0ltstir pttiitriti whir 10.30 1.414 2.931.00 .K. B1.itclal.r. 19.77 .N j111.0! -Am r JMilveigbts 14.55 1.49 .1.1! 1.1110 .K -CN2e otllews 14.0111 31+1.03 L02 ";' �r"�, �Cweete;waat• •, :'Catett'trlosti"WWI It 114 1 i {�k'� iliebiti 9.44 1.10 1.73 1.N .N � �r , ; . ' • � ' �, � MIMLI�rilftl9tiiiaiS 11.21 1.34 3.K .N, .!7• ••a. ,• '• -. .'` t - � e ,rx t4fOM M0. 'd77-3013 pwe 2 O<lCtSIOM RO. 1717765093 , ta0s 3 to i { bdt Iirlep M.Od teheeh .r ! $we .�. Mop 4ew4Rn tgweere t w Moody Ue4NAee Rorer H i f taeatwn Yeteffee calla f t6 t polishes retMtw fieal.ree r Amar.Tr. AN r.7r• t ll�."lRtCIAMlr - RtEVIUlOR COIDlROCIORS1 ` `{ s`Isparirl County _ Imperial, Rern (South of .pl2tetrieisns 6 13.00 .75 351.45 Tehachapi Range), Los Angeles, 1 Ombl Splteers 13.25 .7S 31+1.65 Oren". Riverside. Be" tern {CAfna Lake Petal(renameBernardino. Ban Lata Obispo, . '•!►st„Statten, Mwerds AFRI Santa Barbers and Ventura ' ,TMrltaetrlclsn+s Technician* 16.92 1 .70 10+2.49 .1S t Countiem i 1 ^COble'Splieer■ 16.30 .70 10+1.49 .13 Elevator constructors 0 12.95 .S4S .35 35a .02 w,;Ca*r+ty.tltem*inder or Elevator Constructors, Palpate 74i7R .345 .3S 31+s .02 . mr ttleocrleisoof Technicians 12.72 .70 19+1.60 .19 1 Elevator constructors, } aphk9plleets 13.55 .70 19+1.49 .IS He2pxs {hob.) 30917RIZVAI-d"Ite County Earn County (Borth or "atUsetriclane 12.65 1.05 304.95 .•.07 Tehachapi Rangel lsO1 ;Spllceie 12.93 1.05 39+1.95 .07 Elevator Constructors 13.49 -.545 .33 3e+a .02 r, smile 0oirnty , Elevator Constructors• !clans 12.54 .91 39+1.45 1.02 Belpre 70M .345 .3S 34+a .02 „>"= le'Spl3ctrs 13.12 .91 351.45 • .02 Elevator Constructors, r esrilde',County ' Helper* (nob.) Seen fictions 12.36 .43 351.65 .04 OLAZIMSI x 341Splles1 12.66 .95 30+1.6S .04 Imperial County 10.9047 J ,!0 r ernardirro Cburity Loa Angeles, Orange. Riverside, ' 12,00 1.11' 352.00 .06 fan Bernardino, Santa Barbers, _ It iplttxrs 12.30 1.11 352.00 .06 'Ban Luis Obispo and Ventura 0 o? Ip/s Oblep omtinty Countlas r 11.19 .97 1.45 .04 - crleisns'. 12.26 1.00 19+1.33 .03 11CNMMOSr m t7Mtaispllcere 13.49 1.00 1/+1.35 .03 genes tractors 24.66 1.24 2:22.' 1.49 .06 N Mr to County Helalerclag 11.35 1.21 2.22 1.44 .06 1*6cg,_AM) � Ornamentals Structural 11.55 1.24 2.22 . ; 1.46 .06 y r1elarns 14.25 1.14 30+1.35 •.03 IRRIGATION a &MM S9RIu;tA31lr Spticere 15.25 1.19 39,1.33 .03 Imperial. t""Its, Orange,• MB9lndex•or'Cbunty Riverside, Sen Bernardino, iseticisiur 22.54 2.19• 34+1.35 .01 Ban tate Obispo. Santa Barbara, r ,r Cab('�Spltcrrrs 13.50 1.10 34+1.35 .03 and ventara Counties 9.40 100 1114•, 131 3/49 nsRpr8:County i �'Mhctriclans12.77 .44 3141.45 .02 Rern asmaty 9.13 ,911- •1.30 .70 .!! z Crbls'Spitpre 14.05 .94 3141.05 .02 tae Rmgdes Rt enty Concept city of Laacenter) 12.46 .70 vaster•Calmer 11.94 1.03 s.13,• 1.'61 .12 x €, man LelS Oblape Cbwt ay 1.72 .471. 3.29 w . - Nntr MtBara Oaewty 9.72 .37 1.40 1.30 f " ylt7lCRAt RIOCITM Wit 12, NO. 1tf'7 ---IION.RO. G77-SOf3 Wage 4. DECISION 90. G77-9093 tape ! . *•s I - Fdrge B.ernl.Fer.eah Flop Beaenh Fehewh BedeBoole Newlr ElrpNee - ' nerdy, Neealee feta. N 0.R Fweleee. Vocationw4/er • Rae. N t M Feaeeq Vocation .rs/er Ary..Tr. Aw.Te. M OTOtlr (Cont'd) y Worn County (Remainder o[ - - -lapertal. Orange, Riverside, county) we Angeles (Pomona Area)t • , Brush i 1.07 .45 if .03 Bru San Bernardino (escludinq nt or Boiler. swing stager rhge MesNrn portion) / perhanral,Taping Joint .Braabc hint sureers i 10.11 -.ff 0 1.11 .73 .07 - Sheet Rock 10.11 .49 .61_ .03 /aperMngerar Iron, steel Spray► Sandblasters 10.37 .4S .61 1 .03 r and bridge (sting stage)r 'Nn alis Obispo. Santa Berbers " 'Sheet Rack Taper 11.49 .99 1.19 .7S .07 and Venture Counties tbueh (swing stage)t Spiny 11.24 .99 1.16 .79 .07 Brush 11.31 .75 .60 .03 steeplejack 12.39 .99 1.10 .75 .07 iron and Steell hperhang•rsl Nrn;,Itancester. tbjaw. paste Machine Operstoct 'hlsdsle. China lake Naval Nndblester 11.76 .79 .60 .03 Ordnanea Test Station and _ , •.' spt•ya•n 12.01 .73 ..60 .03 'sdrrards AFB;, IM:Angeles ingots. She•trock 12.11 .75 .60. .03 leaeepc'lbwna Area), San ` I ' 1 steeplejack 12.76- .73' : .40 .03 Bernardino (west of a line ', tt� flat r 1y _ North'ot Ttono Including.China - Iaperlal County .11.03 , Lb Arae, Johannesburg. &0 Angeles and Orange Cos, 9.749 is 1.0! .70' .10 Bron• South Including the and San Nteacdtea • . Mrlghtwood'Area) Oountle• 11.00 _ .01 ' Sruah 11.27 .64 :1! .60 .02 San tote ObIWO County r _12.00 Structural steel was bridge/ r Santa Barbara Cftmty 0.69 .70 ld! ± .01 tdnterr9Wrner 11.39 .66 t .79 .94' .02 Mentum county 17.19 .00 2.111.' .02 �Z ( Taper• 11.79 .66 7S .40 '.02 PLASTERERS, TT]O t _ r -sraN1 Ming stage 113 stories b"flol. R1Nraide aid Baa 'or-1Ne)/ hperhaapere ! NtMNUw OeuntlN 10.10 1.0! 2.1! ) N sandblasters/!pray 11.92 .46 .79 .68 .02 tern county (China Zak* anal , } •Beash wing stage lower 13 Ordnance Tact Station. acorieal 11.94 .06 .79 .N .97 i Mwras An) 11.733 .f! 1:01.' .99 . Structural stool and bridge. am county (Bona- - of Co.) 9.10 .93 1.01;; '.SS «, 11.07 .60 .79 .N .02 r W Angeles sell Oraspe on. t�h 119 Ae, 10.3!6.179 93 1:119 .SO 6"lsst•r.aalsg stag• Ban bile Oblepe,Ioounty. 1 113~too or lose)1 lass Seita tfaKsaw County Na Met anchiset-Spetal coating Nue Mortal 0.13 .!! 1.!! ; .!! 11.77 .K .7! .N .02 Nab ll - a County seKpLjaet 12.92 .60 .7! .60 .02 (Nita faslq 1.73 .f! wanatra.otwcy 9.09 .9S 1.!! 1.05 ' • Gill((�W". va. -6t, pa. m-MMY, stnttlf M W, tip :r :OECI510!1 AM093 r Pm9e 6 N DECISION NO. CR77-SO93 r Ps" 7 CP to fdya ta•aAhfpr•/. teOt Fga« da tAfi fpwfi m xlaJr - N.«y E/acertw Newly E4aasNaa , Rrh. NLN Pwdwa Verarlu w1/•r Rah. ,R l t' Panteas Yen1164 w1/•► Appr.Tr. AW.Tr. r: SOPS LRTERSr :P%M lMj Steaafittersr ' >t I rial, Los.Angeles, Orange, I gl County 1 !.!S .90 Z LOS .07 y B inso Angeles, orange. -ItRjvereida, San Bernardino, , Riverside, Santa Barbaro, r , �:• San Lois Obispo, Santa IIacban, San W1e Obispo, San , and Ventura Counties S 11.66 lot lie 131. 3/41 `Bernardino and Wntun ` -Bern (except east of Lfla ! Counties 10.32 .70 .92 :60 .06 _14gele+.)yuedact) 10.ee .!S 1.95 1.45 .17 'Born County 1.72 .70 .60 .79 .07 bast of Los Angeles SMIRIILER PITTMSs - J ^,iryelea Aqueductl 13.30 .!S 1.95 1.45 .17 1 :;•' 2 `Rt/RIGERATIOH a AIR COHDITIOnII10rImperial. Rete, Orange (except _ ,l Santa anal. Rlverelde, San -Biuereide and San Bernardino Bernardino (except t Ooontiea 9.9S .96 .70 .90 .OS Ontaelo), r N;toa'Angelea and Orange'Cos. 11.l3S I.S3 1.70 1.42 .02 San Luis . Santa Barbee 'j � 'BOOPEfISr r and Venture u (exeKcept Santa ,' •• . s liPerfal County Paula, Point Mugu and Port !.99 .SO .7! 1.00 / z ` Re[n 0ounty 10.20 .60 .60 Buena") 15.07 .6S .!S .09 Gel Mgeles. Ortoe Angeles (Um Angeles City ange and and Area within'2S wiles, and r Heaton Counties 11.5! .92 .60 .Oi! r iae'Wle Obispo and Santa ebmona). Orange (Santa Ana)r :1 "Bartign Counties 10.41 .536 .34 .0025 Ben Bernardino (Oltarlo), and Vents Rlvereide and San Bernardino Ventura (Santa Pauls, Point Countin 10.4! .90 .7S 1.10 Hugo and Port Hueneme) 14.66 .66 .90, .09 N /BEET.OUTAL HORRERHr TILS SEITERSr Mr laperlal County 11.56 1.04• 2.24 Imperial County 11.49 .61 1.17 .09 O :'.'ftcn;County lCbine Lake Los Angeles, Orange and Venture Counties ll.Sy .10 1.10 1 j ...0! =4' n ■awl'Ordnanee Test station r A en9;Pdvardo'Ar'B) 11.67 1.04 1.10 .02 Son Lals Obispo and Santa tein'tbunty (Remainder of Barbara Counties 1.47 1.03 1.20 1 .tS. 1 .01,, to x Riverside and Ben Bernardino ;Oelr�tr)I•and Bos Angeles ` Counties 11.67 1.93 1.3S S. : /bunts.11hat portion Worth TILE SWIM, WffJgRSr 1 ':• . :a t k o strslght line drawn afbelseen Gorman and Blg'Pines) 11.17 1.04 1.90 .62 (a Angelaa,'Oran/e and PoaVentura Counties 5.44 1.29 1.24 'Angeles County tormalning portion) 11.53 .94 1.59 .M /RI0 "[ ce, Count 11.42 1.04 2.13 Y A-11w Tears Barr !-IMWIMI Dayr C-1 deaft Imn 1 , Riverside and son Bernardino 0_Lsber Darr 2-Thanksgiving Beyl -Qirla Coverts. 10.10 1.94 1.00' •00, Bay. r tin`:Wls Obispo. Santa Barbaro r sn6-Ventura Counties 11.00 .f4 1.60 a. Mpleor contsibetes 40 basis I only ra a for am Ir S years asreiee t and 20 basic basrly[ate for 6 months t S rens Service 4 a VWAti 01 ` Pay Credit. slit Paid Holidays A th P. res� r "ORAL R[O100, VOL 42, 100. 100-MIt1Ar, fNTEMOER 20, 1977 r t BAICISICM 00. Ca77-9093 , Pale 9 Stix DDCISION W0. Ca77-5091 a Page e - d. IJIRWd!PtS x y Croup 1, Dating machine nelper (outside). Cleaning and Randling of Panels P,tq.D.r.ni.Prrw""a Potaamt Concrete Screeding for rough strike-off. Cbncnte, water curing. Drmrr Demolition Laborer, the cleaning of brick and lusberr Dry Packing of Mr.+ir Edrrene" Conetete, plugging, tilling of Shee-Dolt Balser Fire Watchet, Limbers, Rrrrm M t M rr.rir.r vrt.rrrr ar/hr h Landers. Pild Debris dlsFla ers. era and lsnerr K it �uSO1tLRr•g 9+�nr Cas, 031 and/or water Pipeline Lahoren Laborrtr• general or constructions Laborscr .° general eleanupr Laborer, landocapings Laborer, jatt3ngt Laborer, too- 7.9s er k`rf f .R Carp 1 S 7.95 11.015 1 2.30 .90 .10 porary water and sit linear Material Wosesan (wells, slabs, floors and a+"`•.sk...._:• - Decks)t Rigging and DlgnalingT Scaler# Slip Pots Raiaetst.Slurty seal C[ 2 1.20 1.05 2.10 .t0 .20 Opp app operator. Squeegee Man, shuttle Tun. o Crows (Miser Operator, Applicator Grerp3` e.30 1.03 2.10 .60 .ld Top Monti Striper, asphalt, concrete,or other paved surfaces# Tatman s Group a 9.e,5 1.05 '2.10 .te .20 and Mortar Mani Tool Crib at Tool House Tabotsrr Traffic Delineating ' Cramp S 1.e0 1.09 2.30 .e,0 .10 Device applicators Window Cleanser Wite mob Pulling--all concrete . pouring operations Y� Group 2r Asphalt Shoeelarl Cement Dumper (an 1 yard or large[ u1:sr and. ' handling bulk cement)i Cesspool Bigger and Installer Chucktander# Chute Y man, pouring concrete, the handling of the chute from r:sdym3x trucks. such as walls, slabs, decks, floors, foundations, footings, curbs, gutters '. and eldrt+elksT Oonetete Corer--Impervious Membrane and Four Marl Cutting. k� torch Operator-(Desolitionlr line Grader, highways and street paving, air- t.;,•,, poet: runways, and similar type heavy constructiont Gas, all and/or water ' t , Pipeline Wrapper—Pot!tinder and Porn most Culnes Queen Readerboard Tan" r t• a� Aspholtt Laborer, packing rod steel and panel Pow t Broom Sweepers (small)# r ` Rlprop ftarrepaver, placing stem our wet sacked eoncrstoo Roto Scraper and Z ,,�� - l Tiller# landbl»ewe (pot tender)# septic Tank Bigger and Installer timed- -z,`:, - raa)I Tank saeler and Claanect less Climber, faller. thein now operator. r• 0 1 Pittabwrlb Chipper and similar type Dtwsh Shredders# Underground Laborer, Including Woman sella er iVM x} U# RR V _ I t r 'iaTi t r CA plOMAI NwIft VOL. 42, 110. 1N--FMAT. !N' mm ]0, 1177 . aicisiae�tQ -chi-sQl Page 10 , us' cn uo saCTIFION U0. ix»Sall 9*N 11 WKW41 1 lcont'df , ti ar!mP?r "Asphalt#star„Loteman, Irontr and Asphalt spm*Met sons fall types)# •eggyabblle Man$ Ooncrale Con Cotter, Grinder or Banderr Concrete Cutting abrchy Concrete saw Nan; cutting, scoring old or naw concrete# Driller, Jack- r haeear, 1-1/2 ft.; drill steel or longers Ott Psk-it Machines Ges, oil sed/or f)cm)c Adele asses.pop_” �Metirc tlpellna tltmq"r--L' Pipe and over by any mathod, Inside and outs Nydro Nsesfy E+♦ecestea iaedsc ind•einUar types Impact wrench. multi-plates Rettltaen, Potnen and ManRa.m N i 9 pwatae• resanem *Wor rx MMF lig=asPhalt. lay-Auld. creosote, lune caustic and similar type materials MOI""T OPQimalls Aw.Ts• 111.applying' amen& applying, dipping, brushing or handling of such materials for pips',wtipping and waterproofing)* Operators of Pneumatic, gas, altctric tools, t Tibrating•lllachines,Pavement Breakers, Air Blasting, Coae-&longs, and similar creep is 9 9.79 ;!! 1.00, .!0 .01 r �eeehstntcal'tuola not separately classified harming s!ipllsyer's saeksp Nan, Group 2s 10.03 '.!!.• 1.00 ;SO ,Oi -pati�y..gcpuclrryr making of joints, sealing, caulking, diapering and including Group]s `10.)1Od .!! 2.00 .SO' . -joint*, pointing pointing and any and all other matrices# stock stingers Grasp 4s 10 40 , 95 . 2.00 '• !0 .04 04 'lket 'Scarlfier or wiliple seed concrete chipping seetifierr steel Meader- Grow Ss 10.69 r .!! 1.00 .SO .04.1 'bawd-kin land,Gutdellne Settert Tampers, Berko, Wacker and*letter typal Group 61 10.79 .95" 1.00 .SO .06 lseaching Machin#'hcnd propelled Group 71 10.91 .!! 1.00 .30 .QI • �s5 Croup Ss 11.09 '2.00 .30 .04 ' '9YM4f!r:Me lbber shortr, Legging, Sheeting and Trench Bracing, hand-gulded Groep or 16.21 .!S 2.00 .SQ r .04 i ley Mwnri Beed nock alingerr Lase[ Bees# Otetalse Conetste Vibrator r O� lt•ar for, 70 1Bs.'and over# Pipslaysr, Including rater, weals, solid, gas i $ itri'lratabrlcattd-Msnbol* Installers Sandblaster (Moraleman), water ` �Yliititipt`-Melding In connection with Laborers' work : 9)tairp!r, 9ta*tiro Vo ideramn--all work of loading holes$ piecing and blasting �ts"Il po►idet�,Smt explosive of whatever type, regardless of method used s yfat atieh'loadin and loci i Drillers All g + s., P nS) pow# drilla, excluding Jack- 4xMstirt,-wbethic core, diamond, wagon, track, mwltiple unit, and any and t r1 ! 0 Y ail tiipsi of srchanicel drills 7. Q , FftitRAt RM6M, YOt. 42. MO. M---MAY. 380MINW11 30, 1*77 � r a N=' . DNA"- tJ►71-5093 tags 12 'OOCI<f10M 110, Q77-]lNJ :.!laps L1 ' IS.; • • . 1 4't .1010! NOW"11 R OPO 70" . I , ,Croop v Brakesans Compressor (less than 600 C.R.M.)l Engineer ICwOt EpnIPs"T OPERATORS (Cont'd)' I Oiler) Generatorr Heavy Duty Repairmen, Helpers hsps Signlmans i 'Swltclman r :Goup'2r Coapressor 1600 C.T.M. or larger), Concrete Mixer, skip Croup 6r Asphalt or Concrete Spreading (tamping or [inishlnq)l. tyirr.'Oonveyort tlreaans Hydrostatic P++mps Oiler Crusher (asphalt Asphalt Paving Machine (Defoe, Greene or s!wllec type)► !ridge or concrete plant)1 Plant Operators Generator, Pump or Compressors Crane Operators Cast-in-place Pipe raying Machines Combination - aF 'Rotary Drill Helper (ollfleld)s Sklploader -wheel type up to Mixer snd Compressor (gunite works Compactor, self-propelledi ! ]/4'rd, w/o,attachmentsr Soils Field Technicians Tac Pot Firewns Concrete mixer - pav(ngt Concrete Pump (truck wounted)t Crane rTuaporary'nasting Plants Trenching Machine 011erl Truck Crane Oparato[ up to and Including 25 ton espaelty)(tong-boos pay -Oiler applicable)$ Crushing plants Drill Doctor$ Elevating Graders ' Forklift (over 3 tones Craft Checkers Grade-ails Grouting ' Qteop]r A-Prase or Minch Truck/ Elevator Operstor.(lnside)1 Iqulp- Machines Reading Shield/ Heavy Duty Repsicrosns Hlolet Operator srnt..Cnaser (rsck)s Ford Ferguson (with drogtype attachments)t (Chicago loom and similar type)# Rolman nelt Loader and similar Btlteaptenludlalmn (ground)t Power Concrete Curing Machines types LeTburnae Blob Compactor or similar types Lift Mobiles PoilerConcrete Swt Power driver Jumbo Form Setters Ron Carrier s Litt slab Machine (Yagtborg and similar typss)s [Dade[ (Athay, •-(Job alte)1 9 IonaryfPipe strapping and Cleaning Machine Eoclid, Sierra and similar typs)s Material Hoists Mucking Machine (1/6 yd. rubber tired.'rall or track type)$ Pneumatic Concrete i - � FOaep':In 'Aphal t•tient'►lrewans'loring Msehlney Damon or Mixermn Placing Machine ( eckley-Prewll or alwllar typs)1 Pneumatic s ' ' (asphalt or concrete)Y Chip Spreading Yaehlnsa Concrete tamp Beading Shield (tunnel)/ Pu perete Guns notary Drill (excluding T (amell.portable)t Bridge'typs Onloader and Turntables Dlnkey caisson type s Rubber-tired Earth Moving Equipment (single engin- ioeaotive or`$otormn'(up to and Including 10 tons)# dip- Caterpillar, Euclid, Athey wagon. and similar types witt any m�nt'Gnaasr;(greaser,truck)s Helicopter'Bolst/ Bighlln and all attachments over 23'yda. and up to and including SO dblaway slgnalmanr`lyrdra=ha mer-asro Stompers Power sweepers am.-yde•struck)t Rubber-tired 6ttb moving Equipment (multiple ks Beller-(eonpeating)i Scrssd (asphalt or comeets)r Trenching engine, up to and including ]3 yds.strack)s Rubber-tired tNseAlee'(wp'te i'tt:), Scraper (N1f-loading-peddle-Meal type-John Deere: 1040 and r sisiler single untt)/ Sklplcader (crawler and wheel type-ovet nOlap Sr AsDMlt slsnt'Ovineers Backhoe (up to and including 14 yds., up to and including 6y yda.)r surface Beaters and ]/!ye.ls Mteb slane�:"Sit-Sh.rpsnar) Concrete Joint Machin Planer/ Trenching Machine Toren 6 It. depth capecity)I Tower Z' (eseeL40 d 41mllic.:type)I tbnersts Planeri Deck Englnel Derrick= Cramer Tractor Compressor Drill Combinations Tractor (any type D; `', aru':(ellfbld ayp�tt Drilling Machin Operator (including voter larger than 0-1-100 flywheel b.p. and over. or similar) Bell- ^� `K wlla)1'racklift (under 5-ton eapecity)s Bydrogropblc seeder doter, Tamper, Scraper and.Push Tractor single engine)1 Tractor MaeAt)io (straw. plp or eeed)1 Machina;Tbo1 Operator/ Maginnis Iboos attachments)s Trawling Pipe Wrapping, Cleaning and Bondi" N lntsrnaliMll slsb'Yibntors /1seAanlc Nn, Curb or pita, Machines Tunnel locamstlw (over 30'tons)/ shovel, so es p s (Poncrate or asphalt)1:Mechanical Finisher (conetete-CLry. (ranine, Clasehell (over 3/4 yd. and up to S cu. yds. m.r.o.) } ' 4e1na6n,'111"ll'or'81011&0 1 Pavement Brooker (trealR meuntemI (Loop Bonin pay applicable)r Self-propelled Curb and Dotter C '.Mad:Oil-Ilixing'Mschinel.Aoller (asphalt ar PieleAlr Isobar- 1 Ilsobine tlrad i6rth"°Rami g dlgeipssnt (single angios, up is and including I x 3!416 struck)I-self-propelled Sar plpellning NomiM/ Blip �Ifin,fwsP'liner-dlrvon hydraulic lifting device tar comet a bc�s)/sklplosder'(Crawler ane MAsel'type cct OM 3/4 gd. and te:.aad ineludlnp ly-'yd.-)rsEitlpsr.Crew (Aastful-Meebrn srt�l�tlar.typall Tractor-wlldoeer. lamer-tbr (singlerl� I ';Ai4ina, wp to 300 b.p., lirwMal and similar types, or to and alacliiAimg B`S and aimtlsr;types)1 Tugger Solet 1 drunt Tutenel ' Adita•ptive (over 10 and up to and including']s'ta,w)$ Voldet- x i k �I N `� /gOlflAl'ta101fllf. VM 42. OW. I99--OPROA1. DWIMNB" W. Ir//. �� h•t �. 9,r a r - � - tar�u s t'.pa - •xs� a lOMilt'NpllMbr!OPERATOR( {Qowt•4:: .. _ pCiiiCtl R). Qn-s011 . •. iq�is , r,.1i t , ' - i.•. �i Areae:outs?!tow or,to and including 100 twm e.r.o. J "�lime!rsar`pet'spplicablr)t Derrick Sorg* (long boar pry rppit- erbl*)r'Dunl Drnm.Mix*rt Heavy Duty Rapaitwrn-wider Oowbinrtlont 1ibt. itll[-legsr'Guy Derrick or similar type, up to and including t rale .prigs 9IM t*rrMr lfOrtoss`{loeg bora pry applicable)( Manorall locomotive (dlssslie - electric)r'Jlotor tatrol-blada Operator (single engine)i Rehr(r M a N ►Mr)esa Yeretles eeJ/st a ltlple t5xjlra:Tteetor (Euclid and similar tytia.-*xeept quad OIl2MERt .t ary..7.. CeC1RA.Aabb*i-tired-Earti�`'tbvtnq tgeiprent (single'engine, over J itrWek)t"RuD6�r-tired Wth'Iroving iquipeent (aultipls i iwe, It olid„Catirrpiiler and aiwilar) :(over 2S yds, and by group Is a 98.72 t I.2S .70 $1.00 .to i etreet)(Shovel. backhoe,Deeglin+r, Clooahell Group 2t ,' 6.90 1.25 .70 '1.00 .10 a C,3 en. yds, w (10" boom pay applicable) r crane Group 11 lr.e.). ToneIM 1.25 .70 1 1.00. .10 r trlsn(`Traetot 6osder•(Crawler and wheal type over 6%yde.)t Group tt i i.iS ' 1.25 . .70 1.00, .10 iisr-wrt![lsdr:Maoris Mlarrr and Similar rogwili tlplpment t t t group Sr t f.1f 1.23 .70 1.00 .14 crow It 1.04 1.25 .70 1.00 .10 air Amts GraAart Aatomatl0 llip';porsj Ltana-own 100 tour I Grip 7r :;!.N 1.25 .70 1.00' .10 p!af M!�"My applieaglet=-Rolet4tiff'U". Gr,*Mick:or t r'' tflti (capable oUbolett"100 tons-cc UK*)(lonry croup h" t.OS I.2S .TO 1.00 .10 applieable)f:Mess Eiacivitoi - 2*09 then 750 cu.'yds.t Group g' 9.10 1.25 .70 1.00 j..10 Croup lot 9.13 1.25 .70 1.00 .10 to Croup 1(achlmvj:Mab(1rt forw,Tfraeolerr'Mator patrol, r Grasp lit 9.18 1.23 .70 1.00 .10 a t!-tagiM)t p1p�Mabilr Mschinet Rubber-tired earth moving ! '• ''ipsrnt;(Anlllpia.engina,'Euclid, Caterpillar and statlar �o� 12t l.20 "2.23 .78 L00' .30 . moor 30 co.jdr. struck)( Rubber tired self-lording Sera/rt Group 131 g 2S •',.,i.2S .70 1.00 .10 Croup 161 ' 3 S0 •1.25 .70 1.00 .10 L Meal auger?type eslf-loading-2 or Nor*unitstt Rubber- Gcoup 1Sr t 7s •.1.25` ,0 1.00 „ts*d�fersper-:puehing'one another v/o push,Cst. `FwM pullr .> fifer Hour addltlonal to bsss rat*)t Toodeo egrlpamnt (2 Croup 16r ! tS " 1-23 .'0 1.00 .10 t b�eaiy)1 TandaO-�Wictor'(quad g or similart r 1teelf no tTM)t 1lrmral r ,.t• : .J 1 'l. r, O fr Gsi�al'l.Lnrrr Conal Tcisserr Se21coptar ptloq Wilkins r+r 1491"tontrolled-iarth'Moring Eguipamnt (01.00 p/h tleeal ta'brre>riite)r.Mheel Excavator (over 730 ca. yd.) '' w Sir".��,} .uY4 _ • y jJ. r•.t... ,a2 y 1 'MMAL!DlOK1M-Vft 42. NO. �M�-MIIIAr,X1'1 !r, Nfi ti' f , 4. i , J5 Y - dim • ' - , ' ` YYY t _ 110. CJ17T-109] Taye 16 :, : . t101�DECISION . S }$C, 2R11Q DRIVERS SIMI Califernts COOWRFr ban D/ep r :• DECISION MIR6#W7t1 G77-3091 DATE , Debs of Publication Ateep TSe wreAowge�an`e1d seuaur Nry. 20, 1977. !n a2 rR 2Q2:. n ceedess Decision No. fs77-5663 dated DESCRIPTION OF WWI. Ouilding Construction (dose not include angle Easily 2r Driver or vehicle or combinations of vehicles at 2 males q type apartnaRb homes and garden up'to and Including 4 stoclee), heavy and (lneLiding:all vehicles less than six tons)# Traffic Control highway construction and dced0tng. s4 �r Tllot Car. excluding moving heavy equipment permit load MatltmsT]# `Track'mounted Power !room . ,� �� , Eerie Pear fewallb Pa�.wh Orap 61 Drivers of vehicles or combinatlon of vehicles of 3 axles WC«mW► fbe•11•w ? r ht Rus M L W PMD", lsvcullM 8.44f dsM Ss ibotamnI Cement Distributors Puel Trucks Road Olt ' r � *i1#eic# Spreader Ash..Tr. Meter Track. 2 axle ASO12M MORR1711 6 13.90 •.90 6 1.17 .06 4 3;r_s-V - - SOILBrians is 'E1erp, Of'less than 16 yards 1].17! .T7S 1.00, .SO .02 r fIIICRUITW!mSs Stonemasons '11.22 1.03 1.06 .12 �7e JSeansltylx, under ] yards# Domperets, lose than 6% MICR. OEOM and S2ONEK*_q $ TENDERS 9.67 .77 1.99• t ;, lKds.e CARPRNf#]tf1 h _7tock'lspelrmen Relspr Carpenter 11.26 .36 1.20' .00 ,.07 ..� 1 Piledtivermsn , 11.39, .56 1.20 .00 .07, ,Y 11111wrighb, }neuritic Waller/,9r.Mater Truck,']or more axles � . ` r CD�Rd L11 oocysrs .11 .56 1.20 ,60 .07 Ota1p lOs ` MRSonst Tm and almlLr.type !tuck when Performing within the i, r 37tamsleu•-Jurledletion# Pipeline and Otility mocking Truck Cement Masans 0.61 .66 1.66 1.36 .07 Color Mork# Compo•ltlon. , !ems Winch. but limited to truck applicable to Pipeline amd Otlllty irork, where a"composite crew is used► flurry Drivers 1 Matic or IposyI Finishing y�� 'ltvek CrEaser and Tireman (SOC per hour additional for Tiresan) 1aehAa# Curb Machine 9.11 .99. l.it, 1.16 .07 _ DRVWU•L TMALLERS .12.60 .S6 1.OS ' ; .70 .07 s ��taiplls *talatt�ix. ]ya4r or mores Dumpcests, 6%yards and ' lt�L�RICIAWes , r tlectriclons 13.03 .70 31+1.33• ,OZ Z Cable Dplieere 13.3] .70 3%+1 33 ':r .02 O } dkmi*12s Drleec of vehicle or combination o["vefilelee o[ 6 ItLMIM CONS'IROCIORS 12.95. .SSS .3! 3148 .0I *, t fLMAlOR ODNSlRUCfORS' NfLTaf T09JR .563 :.3l, :394a .02 �r fel[Fere else ttLLYATOR CONSTROCfORs' #feLTritf M SOOM �altlq las :VNmV, If yards but lose then 23 yard. # OLIA[IIOtJ 16.90 .tT .f0: J �a1lwtp 16r A-Timms-Qr 11"dish crane. of •(miler tMe or gripmsnt • r z4 �Irberl fork Llft'brlvec# Name Yorrier. hlgAwli- Tassoe Reactors 1.26 2.2! ! 1.14 .06 6lstsflsrcing •. 11.55 1.26 2.22; 1.66 .06 - �'' - Orsementelr Street go j 11.SS 1.26: 2.221 1.66 .06 few+1St �llef[�lgblwy/6mlpm#nt within"Motece jmrtmoictlas tMlp!!OM And LRM DPR� 9.60 109 i ip +17k 3/411 equipment K IK[RlgAwy Combination of vehicles or elpment 41th multiple Miss t jiver msureem.`SIM per horr addltioallI Oa+ `, 2S yards er 14ctl1arw portion atom Diego1 � •*Hoek Rep lrseft Oessty tion center of City of ', •' lm�'lir heck Mplrasn W der Dmf 1rr U. .N?' ��1.N .6f � { _ irnalsder of Momhl 11.06 .60' :: .76` .76" .02 <. # >"e .; rMM Meow VOL 42. NO. so, Ens F l � oto =s»1 t~a. wcn[at RD. an-sni NKt 3 '++�' tit Mia bete Y...AN ewerTV. , Maw)f E/raM�«I NM. Ret.. .flaw, poll s R=�tlbtf� lROCTIOKi , WMW Sam OltltlllI011. n • t 10.13 .79 101.11 .92 Miller Operator , t '0.11 .50 .13 p fU n 13.15 .70 3141.33 .02 so,.epe0 Men 7.10 .Se •.]S b . sr ,fplieera 13.4S .70 301.33 ..02 'Applicator operator i.13 .SO '.13 b ,• 11.19 .11 1.17 .01 0hottleean 6.13. .SO .]S b .) a sellas•:GVW 6.7/ .al 1.00 .01 Tap Man 5.13 .50 .ri b s � ltussaas 11.rt .63 "1.75 .07 f tf hinter`lncner10.9! J! 1.10 .79 ' .07 lL�TalCas' TeaDae 10.K .T7 leis !! ltalel.�ruabt sprays : H.t10la8t Steae[ltters 11.K 101 lh .: 1]I '3/4% steal sib brlAls 1 R00laS 20:T! .q .73 1.00 latsc [lttairid-./orR);, 11.21 .» uls .7 SRC6T mom VON"" 'U.%'. 1.01, 2.21 rlOpp Y.•sanl 1 =MOM IaTER$ fess; .f0.. 1.0! ..�,•, .07 t Ratt�Lsbrl Sron, 1fRItlRta"I'ILR1 13.OT' .IS 144 briAle. living stale) 1 TlMIRTO"ONtaS I1:19 .11 1.17 [w atsaI"s,nd-beI-d" spratTILL 1eRad ...08 Ht!+tiA)t?Rllgera, elisbIng • TaRASIO AM TILL MUM 0.71 II Mseb�',climbing.'etetl ' . R1COM - I , Ivo rata bild1.la 11.19 .» 1.10 :7 proscribed cealt'per[ecot lister,w in/'stalat Icon; a operating to Much eil/ttg or -WIM,b[ldle.;*toy,swinq, ) ; eelding,le lnetdantal. t��el.`ellabinq steel .• -: f� :. Ebixdge 11.71 :» 1.11 .7 .01 POOTNOTESt ti�aek 12.39 ,» 1.11 .7 .01 a. s.ployer contrlbstas 40 of me trouelyr• at* for Fears, I imice al Of $toTa11t1RR AnA/Oc=RIOlM11i: TO o[basic hourly rate.for 1 the to 'years' reioa Yaat! , Pay Credit.. 0 paid solldslat the P. Di 2/e tMllaNetn/:4sla lfeatsc. .•I i,17 .SO .13 b b. 0cplelsr contrlbates 1.12 pec ta' YOy �,'(1 per c N 1�t�r.lastallert'Ttattio to Vacation hnA [or the t1rK tt[ iet`tt +laK ;leq Asa iN1Ab"iiiiI ptrlper =1.11 .30 1.15 b S fears 1.11 per boor to Vacat lea0, _jAara lass 10' to �[!ta[[!c`surfnee i.Il pak hour to Vacation rod eeer`10 cr t. .'pat d!as flea ry'MMel'atop - - rd ad - Urt ftclper) 1:01 .SO .] b o 1, Ml0 ROblbt�r A-Rev laar•a lap► t+�arlal Olaft i O-tabor Daft.n'Thou"iel"salt ! eye V. ,. - l. 'MMAL R[OISM Vft 12. NO. HO---MAY. WMfAM A 19"- Elm 00" d77-5004 1a0a y i , EECIE/DD 00. G77-5E94 1 ft" 9 f E«.RI.f a • tf'r da•ie �� ~~N r , Mst+t ft1.E.EaN11t�!'q�wh. w t ) .`ter, 1r Nawif E4nsNart Mawtf . Ebntiaa Rata. N A,IF P0.21"s Vocotba 0wor Rataa hl S it faaaMaa Vewalias OW LRm0RER5 ANw.To. LRaDRmL! (Cont'd) Awe..If. LARDRW, General Construction? i CO100M.6 CORDtt Impervious � y Cas and Oil Pipeline?'Jetmant tlembraner Riprep Stoexpasett .. o1'sAed 0-wckeri'iMing drr y Sandblaster (pot tendet ; �' Tb!�kIli 1 7.711 .77 ! 1.15 .So .11 Plpelayet Backup tan. (bating. Creating. Rtiiting of.7olnto. q PC lURC7t:O[EtiAtDR sealing. Caulking. Diapering. t ' s jiiienlition)I Scaler7.11 .77 1.45 .SO .11 and Inleadltlg Rabber.Casket Joints! Pointing and asy and CNRSl7t 7.44 .77 1.95 .30 .13 all other "Cirieas ! 7.53 .77 ! 1.03 .ss .13 iR1ADU1'DN-IIIC7MA7S, AWARLT RAKIM* h;lltA101. 3ftEADERt t SRIZIC' PAVING suggrobile want Cement : I. (sewar:�erd•dralnage'.lines)r Damper (on 1 yard or larger ! i _ Landleape Cacdelter and sisecs and handling ublk t z sareliry Man 7.111 .77 1.15 .SE, .11 comfit)I Concrete Saw Clan (eaclading tractor tPpelt RER � jt. ) �. MAO4M rod steel Ramo-scraper. chipping a .attd.jtaits)i Tank Scalar and. - hesoort Concrete Core Cutter Ginn 7.405 .77 1.93 .59 .15 and Pore slowert Cox and oil i pipeline wrapper-pot tenders OR/t.LER's^KCLP17t (Cwiason) and Docs Plot? Operators and , x ineloding salleinna?"bring . Tenders of pneiseatic and r, 0 iirebIseAelper- 7.49 .77 1.95 .511' .13 electric tools, concrete Purl, Vibrating Rrehlnee aWINIM CLtANPltt:Chuck Tender and stellar seehanicel tools lull (except-tw nois)I septic not separately classified ye teak 4igdec and it»}atliac haralnt Tree climber rasing thisadYnl 7.51 .77 1.'9S .5E .11 mechanical twig 7.37 .77 1.95 .39 .15 QfEIOEL b1OGn AND IRSlRIiQ 7.54 .77 1.95 .311 .11 31M Sh:IRCOII scaler (waing t . bam•n emit or .maty belt. + w slow bteU) 7.43 i .77 ^1.43 .3E .13 • � '� - .. .� ` .. t• '� )fie .�� . / ••" t - , • *- t 1,' 1111 s {l, • 'moi .. r. , � t , •... .. ROOM W46M VOL 0. M. iN�IOAY. #MI))M�M 30: 1011 '���) islow Mo. -soli �`!s - ' � - • �yc. s IID. Q77-l0l6 Me 7 N: ?>' n..Ic recap Sra.hN Py.naN` tear fnlga 0aadlh rgmaaM [Aman.. ay R.�.. M 0 w raa.laae Yaranlaa ".for taM Haw• ►aadase vaaailea @War UMRMS (Cont'd) Alpe Tr. LASDROL4 AW.Tr. ' (Tunnel and shaft work) " ORMERS. all other when drilling,is for use of8=CAl♦Dn.Concrete Crew esploHvee 7.65 .77 f 1.lS .30 .S (Includes [odder- and F spreaders)! Vangmenl i ;¢a w PIPMAYER, M"Arl.IC OR,tm- Crout Crawl Pluckers, , ,ALLIC(Including rater ; (laborers) In short dry ' Pwage, P011d, gas, elf)) tunnels understreets, ' Melding In connection with highways and similar 1 ;la6of4r1m work`. 7.67 .77• 1.lS .30 .IS places) Tracksent Sweeper xr� GO-AND 0[L PIrELItrS MRAPPI7t • (brakeman and switchman to toss I "ork) 7.63 '.77 9.1.93 .30 .11 pipe and over) 7.70 .77 1.93 .SO .13 K . C710CK TMDElt7 Cable Tendert &rz wDPrt; rlfLg=. Lh=TNC, wippecl Steal*rm Raiser ' =_ IrEP.TttIC Nl7D 7R1Xtdt SPACINGI and Settees' Relpeel Vibrator- me Med ulded 1 '9 agging henawr 7.72 .77 Lf5 .SO' .17 many JecMamrl poeumatle a tools (except driller). 7.73 .77 1,93 x.90 .13. y" IIP.4DO KWXD PM ♦7.705 .77 1.9s .M .17 , 7.03 .'77 1.93' ! .So .13 . MILLERS (all.power,dcllln, Tneleding,�aekhmme r. wh-thee t ' OLASTOSI Drillers/ Cherry eere•_diannnd,'va7on, track, •Plckeraeny Kemper and other f 31 3 w/ltiple srii:,:and any and pemwtle concrete placer Y• •: types oi'ar-ehanlcal t operators/ Miners, !n abort i Ot T" Art11s1.Randblaster t dry tannals under streets, t flbssleartl) MI. .17 L.9s .30• .11 Ihw M ri and similar plaeesr t ;) 5%, a2 Miners, tunnel (hand oc M outs.Ot0 7.065 .77 1.95 .Sc .13 ♦ aschine)I Powdermanl Pcla e- 1 [houset llsMrmanl Retimbermanl t�ID RCO("aclNtaR 7.00 ,77 1.fS se :11 . (wood or steel)l steel lore �.4 s Rmismrs and setters '7.90 . 47 1.93- .99 �;rales�(710R39r. I .: - - � • c CLss 1 1•. 7.66 .77 l.95 ..So, ' .13 setPT Ale RATSR MIDI ''' 10.1! .77 1.93 .50 .13' a Clasi'2' 7.61 .77 1.9s ,v30 .17 j '. C[eesJ; 7.76 .77 1.9s .l0r .13 C011[T!010"Ielsr '' ' Ilesslsses and Ildl ♦ 11.99 a .77 1.9! .30 .13 MOIISm10VO1S 7.355 .77 1.99 .90 .13 i r • , Orslase 1'�# ' _ .,. ' 7.77 .77 1.03 .36 1• .13 Sc �,�Y-• �.. - ' •MomlrisPl .k - 7.33! .77 .1.9! ' •�tSO; .13 !,'tet: - � 1• •, , , - 3 � FEDERAL REGISTER, VOL it, NO. 190. 441DAY, 5PMW* 30, Iqf X w - �2 a. suctu M Pa. CA77-3094 Lasa 9 ! pOMOR�lililt'Ni(NSRR7011'd �' DECISION NO. CK77-5044 page ! Group if 0rakemant Cospcassoc (leee than 600 C.R.M.)t sttgineer : . Oiler) Ceaaratoct Heavy Dutr aepiirsrttf Nalpert rompt 119nalarns • OMttekaatt , 1 -- • troop 2t Compressor (600 C.F.11.or-larger)x Concrete Mixect.skip De.tr F.t.t«a-one.Pq..w}\ type, GM.reyort rireaant Hydrostatic Poapt oiler Crusher (asphalt Newt or concrete plant)t plant operators Generator, pair¢or Cos4+natect f Ei.e.u.a' watery Drill Helper (oillleld)t Skiploodec -wheel type up:to Rea. N t e Fe.d�lre Y•rttt•w .•esfi, .3/4 yd, w/o attaehmentst tolls Field Technicians 'tai Pot Fireman) i ti 1ONt]t EOVIlNOtT'OPOIA7C)P9 AMy Ta _ ,r Ttwpttiery iktatlnq punt) riestCAlltq tktchlne Oiler!!Truck Craft , Oiler 4 Group,) 9 4.70 .40 t 2.00 .SO ,01 Group Ss n-mase at Winch?tacks slevatoc Operator llnetde)t sgeip- , t Grow 2 10.01 .45 2.00 .SO .04 stent Creaser (racit)I rbrd recgusett twith draptype Ott ectrta"to)t } croup l 10:]2 .40 2.00 .S0 -.e4 solicepter Reato■sn (9coutd)l water conorate Curing tlacblfw# } x t Group4 10.46 .95 2:00 .30 1.e4 lbr+er Concrete Sart Polar delver Jsabo TOM Setter/ Noes Carder uoup:5 10.69 a .95 2.00 .50' .04 (tab site)I stationary Ph Wrapping en and Citro ¢9lvebtoo Croup=6 - 10.» .45 2.00 :50 .04 - Graiap T 10.11 ' .95 2.00 .SO .04 Group 41 Rapbalt Plant Firearm Mortpg tk\chinat sosaan;ot Nisenrn , x k Ccoup'9 21.09 .45 2,00 .30 .04 (asphalt or concrete)(( Chip'Soiauding Machines Concrete 709 w` Gcaup f, 11.21 ,4S' 1.00 .SO • .04 (Moll portable)I Bridge type Dnloader and turatabler.Dinkay , f x3 ioeowtive or)sstornan (np to and including 10 tons)I.9Sip- ,tent Creaser (greaser !cvck)o selicapter volstl ulghlina .' ,rti Cablew"Sigsalmsns >lydre-kar.tar-aero ilii - rt Power Stieepar! , M wallec.tcompacting).t Served (asphol:or concrete)I Trescbtry ,,^`,n .. /9feltiM tttP to 9 tt.) • ri Ore"Sr Asphalt plant sltgttteert saekAOn (up to and l ludbq = SH yd.)t vetch Monti-s!t'shacpitnait 0ottcreta Jolnt'Msehtne _ •* femoml and similar type)! catiorate,Planacs Meech Eglnet Derrick-� a vast (otitield type)i Drtin""Whim opttcatac t!}telndliq water e wllsTs Potklift tatdar.3-ten eapedity)I'widcogtophie 3aedte •- ^r MW1111e (scree, POP Ort searit:tksdtins)bel`CperatWj 110giMta w loternal hall slab•ibratoer "k isle Dem, Cab oc totter R4 (eouccete orit)t / emmeal"Utah" teeitccete-Clary„ me s .28 so n, Mldea "siailae) `Vati qmw t.Mreakec ttreek-mauated)l' r I ., toad socket Mel" sgslprastt'(a/sple It or np to f leakier ft"Oil tttxhtg tloahittel'Aalst.timpa ' �aylnar t* b dtd lnalostttp'; f ! 13 yells. no It volt-pCo0ouiedvw ripelta*"*Job*P slur i•: r 4 Brer"lte li ' !b[.� (pa}er-alreM Ittafttl a9.le*i�rr eONee.a , , a tR )ramal 1 skiploader ICiarlot aid%Mel type rotor 3/4:14. a" } � y •>!+Ira Lseltdlag 114 yda.)i slimlatr.Ccatta tAastla-larstactt . < ` t 419&Wtw typo)I 7teeler-kalldesir. Tamper serapes'(ample raMbtst f to to 1:p.e ft"l, *Wier typas..}t to and ) op wleek*"WA OMIT r "VO)l TOWN make l amwp:lhaual . t sssvaetivwfww is alts HP tM me lomom ap Si two *awn:..} .�� f . • • ♦ • • \ ±. ti's w ` ,• - 'AOrAI,�tlIMM, 11{'11. 1!. N0,'1N�-1�IMf. l�tf� �r ��7"� YYrr r� 4 lora Ro: ':'GST-so» : h9a l2 a Fiwm tlOrt rn, an-sofa PaP• 13 Baste FN•as 114"Mo.lywwts t N.wlr fell. Petals isaabts peraaaM E+ a Nawy Ei.e.riw RsMs N L M lwsjsas Vote". 04/.,iIRaps Nit lsaslaas votaNw "Vor s , 'ORIVOtS •Tr, - Aj7e.Tr_ " lavas tconttd) f1CRVP5 mndhe1pecaJ Traffic and under!, and! ra Lr gpjlM (lets than 6% yards) t 0.46 .90 .1S i 1.00 .10 fi►ar�pe t� 66ntr6l-pilot tar (excluding , &WJ"f heavy:oquipoent) T.iT .f0 SWIM COQtiR2V�lt Rakac .t3 i 1.M .30 t r tract (3 od") S." .90 .t% 1.00 .10 ! tElt'llLfilistilp OR NL(JflJt Pm of ovoom ve me ttP mrm : 0.53' .90 A3 1.00 •.10 t 9.07 .90 .ts 1.00 9t31taN 0.12 .!0 a3 1.i0 .1iR' its yards and under 2S!t '.0"ap at flatbed (6 axle or r aers)j Lowbed sed trallerj X MfilltiJlL wry .!0 .t3 1.00 .lt Trains t;wt: (aeoec t yards)( , C Sa tleas,than s Qcoat"imam ttu�perete ti} r ydr.11 Dump yards sed own) ow"tsr Is" .!t .t3 1.09 :10 i « ilntbsd.t2-nsly t Concrete _ t r yPwflnit Purkittt toadies �:� • , • 1l,tti lbs.) f.13 si .ts" Y.M. itt� (23 judo oval"nose 3s)' 0.i3 di .83 1.09 -.10 •1e '' r An yds:,rnd'vaiiec 1211 w lots at 10 20'r or f"clid 1 r C �emsFtoap air.#lstesQ.t3.aaina)t , j 'i.•_ ;typo squllaentr Lalb"cosso , t' � i'' itatarswsry t.2t Palls. Tartu Cbbrss or alwilar �y .Pi: .f! 1.N .10 of i t tdlasa t }•r ••r� r- 'tl'N s9+Pis 'r'e!s '. fa'�•x+' ctlS.i00.1W"and 't of type of ottaelspntr arbsn •} r =t � 1 tsrttlt'leaf Carrier t:lS .li• •i! i.N .Yt ` ` pe#Ocwlsi wort !n 00 (. r taswdtrtt Sorisdicttae oc ' ktt2 a"ander 161 j r. +• M or aullae t"a of romp • rA K#!albs{ t3 lealsr. txaeR rit% !rMlsw otteckwots Ria .!i .t! 1.40 its yj ! b3i ,!!' •!! 1.N .10 !<t00t tMMRIt r i.N :!t .i! :1.N .10 x tllffef t2 aslasltifroolar v raselasedt,Plpvilrvs T med am Mau 000iliom r.. � � ; • t lslarti !lwelsAlq.avineb•avid mono Or embiratwo of � t11slMrlr:ReM:eti;rp<esoer. i, ! •VGUOUN arbor offer fora(! load + i ti' .N .!s 1.N .it ''a saarrtl=dtattlbrbsr.« slorrrl !. .r _ . . ti �� PfofiliMi- !folut�, ttoi."h: to: �/..-Ptlanr, t�n, sats - �: • . ;, �>Ylll�l� 094 • '� t11,►7 it S I rYu Y.y.���Y•.Y�My /y�� y.. � •. f 1 � 'v.'.M•'V.fi tMw/t�� • POM•maOO-tMf f•P....Wy 'O to: lt'or tw+�recs s},iesalr.� (tappla er tletsbing)a t r�r Crete. e►ec iS ten ep_to Mf inelN101 lei ton�.e.c. r feile ti n bear"W awl~ ll�tarlig!'aehit>• (essber Creeiie or stellar tela-lt ldgo .` •. QMNs Qptcatara`Gyst-in tree'Pipe lleehtaer o3whinttien t lierb2lt}t t►e:tleR ' `' tbrgirs: i"trite•otk!r tla-paetar. *keit table)t Deal lk !beets Wevvy w Mr ftMlew-wider ceiateatkier -pceg�tlleQt , lete st![hlalss alMiMr't s. h K rttaar ,pavlviyr'Cblcar Ottriek at of is 04 inetwoke oncrete teR+ (tracR wetattM)t Crarta 1M tow pets/bean iey NWIlKeablwl t tasiorall iawawtiv a (dltstU / Y } l�eratef u}t to and Tfeseloat+yj:35 ton'enpseltXl tZo g-teams M t as tleetelxl i lbter?aiiOS-tf1Mt (rater'tit"IMP lntine}l e lteblelr 4nidt tlantt"trill ibetort.G1eraU Grail-ti j" in*) rM llrlttrie Ttglrre T+raetac (ime}!d'hwt atelier two.*dealt 9a�A - sFtbtkllft torts 3'tons}r Crwae t1+telera Gesa!r-elle Gceotinq !'emir ranee#-tlttd with Mortal vg *IeiAarwt.tsf�tkyla attte.oraC' 4 a tires wC.ataig Si,lela:;!tears oac}r R-p.iri M) nolot"rater so ser. str.er}i wh1hor-time a.ta ib.11y>M�eq�nt ru tQticage anon"aM slallat:typt3}t Folmn Belt totder ane*jailer aught*. Melle. catetplllet aid Olsilasi,fa•er as Itfe. sad• - ')=Lelvwrnesa blob Caniactor or alall,tr trper Lift rlobtlet to so as. yda. Street)I she",. NekMefr Ora+ylllM► Clar•hfll t i Llltc5Lb stacAtite (vagtbo[y ana'stwilar`tygms}t loader (Ath yr. fever S to. yda. s.r.e.)(lorkg teaw'ray ayrifeailt)t lbws craM i �5. lkellJl.'lletra.and sjwlLrc.!}ipe}i itstectai blstr Mackie"lW�laa : f !#tsar ttrctet teaaet terarlae aai+AMt twotwat g lia•lg f" }}ja.,eatt+�ei ti -d Il, tell Or It % trp,)j raewrttie Oeacrete 4) titlNt Meade Near eM s4Miee 1""M fla!/lrn! �latlaq son::ittsraliy"r vimewav l or aseller tM}r Ihie tic tte�dbteld t(tunrvril)r 1te0veteM char Metary still (eacledtag a"IS dots Grader)Viet aeatia.0 p fseM 6rane-MR 3N teat`- '4lwa+tttypslr'�srbtet=tiisd'ltattfi lUrtn�dgelA.�nt tsingie ewltaa- E>ya!leas pay agrlleables filet-diff-Upt OW iretriet we lllee, llurl�d, llthty mar and ehllae typaa.rtta day esellat typea "j"Oble'a[Ueietirog IN tons W were)I&" ng bow applicable)! M"sacavetac" Iwvas Rttew.7l0 tw �all�kttathaanta rne::iS:�ljs.-dad ep to land reeled! SO � - vlssErsekfy�stnMvkrc;tlsal"saitb sbvin9l'rigetpwinl;toe2t la Mcbmlenl"alab 1'le• ,' iae°� ca aadattcltid � ,. irN 1\chlaes,11sbRA'clbeis 2leMaiaet sestet Atts>.. +4 tag'13,yis. *tract)t^waAher-tiisd 1. sMitl-O"lael i n/e tletriit MrAlwai diMr-lire!seal+=*In wv.c'Un1t loaaing-p Agile vAe+rl ttpo•.teltn trait, 1010 ntd "writ tnalt!}le tallest. Mae w1allat !sitar itv.11e on4t3 r 4Ekipletdet.ierarlet aid Mtw1 tyfie-ohc `'itw aver "ee- yds_ sheet)r MMf.'lltrt"M2E 7wdiM lCta�ati ap co aM laeladlel"fti iM•)t fuirace'iseatere artat "*uta Mveel-rola!tylA wl!-ItiMls i'irr"watt vita}) nnMMt •t . t;Tc•nChiny r4ehlnr rover i fE:'dcpNt"eeaetl r 1bwiC i tic"lereyirr-pieAiag irn McRMeC MIr 1aM,4i. renit-0al1 i Qcaaet•iraetot`Cotvp#eeiOr Oclll"t>sabtaatianr Traetw:(anr ty" < (Ws per boor addttlosal to baa*":rata!r':'Arvew flalpwettt li / ^`lager,tram 0=5=100"tly+ktital b.p.'avrd ewer, of alttlat)'11011- _ waste enly)s twos"ftae1, hprR-9 ear Neaps t"411 r %%NMl . ?aryie#r.'fezapet aAd taab tracta el*4le"ielas)t Tractor . Nat ant"ftaktM -Ates attaelr»nta)r'lratealtnq"rtpe•Mrappinl. Ctaantry Med Madltg i< llec!►itslt:}lbnneYLoc+oewtisa`ltwe# -ten,rit skovol,"seeklieer fte"It towel twrrr Cnaal Will" I 41ttot g"lLstt llliaa salllae. Cltvaelttll,lover;]/Il yd..aad imp to 5 en. Ifs. U.r.e.1 plblteays ArM►tt Catcrellai lsri!!7aeNq+tyvtltaant t11.M VA t�!Mt!lsnen A6Jv':6 rllcebit)r 10e1VIOMM11s4 furl Mi Oettos 1 OMitfarvsl to bate rab)t iMOT•naawtae tweet 7!0 ea. 10.1 aw �� 6 �` , •, , - . t 1 •- .. .�1 •. • .';_-�+ •. ill i s its ! _ �. i i - t. .. ', -.+ • _ ' Vft di. MO. 1tM.. If1At. -Iffy ) i - r ttELttON�N 2t 17-SON r,- �Me > V i _ • _ , :. r M.wlr /.M f.�wON ryww•. 1 tete /tMp Owubft r. 'u fJ�wll.. memoir ' Rebe N t• !.e•Me• ♦eewMw eeUel. , "Raw, h•teee receiMe e.OFer 0>NOL 1RI11b13`(�bnt•A) falx tpONOW OMATOM9 OIINt:TIC l Ii-M1L (t (NyArwlle teotton »reales) "�IM11fptatb MtA.`. � . 0.72 .!0 :05 f 1.00 .10 � /:t11tt001M t11.N .fS f 2.00 ' .SO .Ot zsy �t j1�Mll - ! • ' 9.74 .90 .05' 1.N .10 ' IR7C11 palNOdlt wrldLr 11.0! dS LN npS}0Ne-nn0 ttODRtt 10.10, .fS 2.00 0.70 .N All 1.N .10 �{ uI1Q100t1 porn wind►or Aredte) 10.071 .!S 2.N .SO .N ^ML TMiRI�.SY Meldert Iw er 6•reAish Ccsife 8.85 .l0 .05 1.0411 .10 t tnOClWIt OeeRhsnOt Olrer•nt - r 011ert I�eelwnA f.11, .1S 2.00 •.SO - �bMS`rscle=� •�' (Cltsnshsll ae00etA � 1 1.910 :10 rsvafw Il.q ' /N1tta tl10lMta 11 11.02• .!S 2.00 .!0• .01 O aQ NATE 10.N� .!S 2.N .SO .Ot k *> s tMCt NNIt 10.07 .f! 2.08 N rL ' t f+sdtlunOt HtstOtrt _ rtr awe 2.N .30 .N �3 . t r �. -. .' - , •�� t • ..+moi•.. . ., . At ntoNw�,'vva.'a. w. 1N--MeAv. _noLe ii�ss , 1 N?, f, r "'reset+"' _ - +• 4r ���y i0r!*Ji�dls pOCl6t01t - ' !faltt dlL[orate 000ttfTt Llan 01lge y aKittOtt 1Rlmt7tI CA77-3095 ORTC t Vote of palmation � 2 ="stop me. Cn77-3095 �N lapers.det±beWon 00. G77=5044 dated xhp 20, 1177,1n 42 rR 26U0 i r bibitRIdr or MgRR. ,Pvnidentlal Construction consisting of single funtlr r� iwaai:iad*Orden't"W spettt.ante or to and including a stories z :r i e.,.rh papwmaft Crib"swab 1gr. 'A Boole ty } M seta iii 0 r.a.ltit Yet 14 Ew1/�ami~ OIL• "Mave vvQ~ t V. tMIRNLtt BUTElls . .1 . .N >.31uERtat i 13.941 .00 f 1.17 .K IOU LE earn, tsUMS .61 1.60 .00 b LtS 13:175 .775 1.00 .S0 .62. f11tRTJs1lr 1I R5. stoneiwsonr 11.22 1.03 1.06 .12 /cash 10.29 .9! 1.10' .75 .07 ' 000Q- ff011�tta60lB' War$ !ring Ste", 0taah 11.70 .99 1.39 .73 1 • .01 9.67 .77 1.95 faperhaagerai mar. ping , r, ' Royal s2aaNri.• 11.09 .f! 1.10 .7S .07 tri 31.26 .S6 1.20 + .s0 .07 •LRSY2tIQ0 1 . 11.46 .63 1.73 .07 twtir•n 11.39 .SO 1.20 .q .67 1LRSMER0t vomosot 10." .77 1.93 .30 tghtsi.eineni+iatto ifsibq - + FLOM I stasafittoto 10.93 106 140 131. 3/00 rloorlgars 11.51 .Si L20 .00 .07. Warm 10.79 .60 .73 1.40 "tOLF.OMSt BMW Ri'!R6 110 for 31.90 1.00 2.20 1�a0aa 0.01 -.69 1.66 1.70 .07. 6M ffOOa TAYOW •' 9.S3 .66 2.03' - .67 1brt/ Cnatpoattion. mamma 1p"n s 13.07 .63 .93 :00 !c«-1poaY..rintahing 1 , TE MUM WMRM 11.49 .01 1.17 .N r dts'Maehina 9.11 " .60 1.66 .1.]6 .07 TtLs stiTlglO 11.419 .61 1.17" .'.M laS1RLLlM 12.60 .34 1.09 .76 } .07 ?RrSA220 a TIL!SWMIRs Room 0.70 .61 1.90 , a2GGERst MOL001tS- aacafve rate teiari� 17.03 .70 3141.33 .02 pnnsewltbd row craft pattorebe p Shcletra 13.33 .70 3041.33 .02 operation to Aich rtptw ' !ec t COlLSSIIttCiolts 12.95 .343 . .33 '3146 .02 waning ie,inci0aetal n ^ CWIRtFCW4R5':1WWM 7013R .SOS .39 Me.: .62 1 rtP ); . SOtJR a. atflerst costetboNa as of bas 0atlr rats fee S joete' ice i 10.90, .67 . .90 t 31 of Basic bestir tab few79 . hotM to S lacca' service 0 1 WAUMIS 4j r. far Crash. 6 Void vol"I IS 16 r. traelxta '10.06 41.24 L221.49 :06 • . +. lltg '11.55 1.24 2.22 1.46 .06 fA20 6AL201208 tA[gl+aeaNlt strsetacal 11.55 1.24 2.22 1.46 06 t+•41er 3tNs's sart.0�tia1 earn C' r i tall! gtAt andARMM-fra9RtfM 9.40 101 166 110 7/40 f-tr0w 0b9 /'7asaataihing,owl ' 1 a 00y.center ' �t/on e[lrn 'r •• • EtrS-1 et.0al Mar- 13.50 •.60 1.60 .69 O!'ODunlr 11.66 .60 .19 .70 .02 p • i. ^ k . MC11I011 NO. 0110-3095 laps 3 arcl/loit ID. C1177-3000 _ 1 New l lsrrr gd.gs S«srrr rrtas.q le PAN"s loo"Net hlas ft ` Hr.r1r El.rsnseT;Zizl e„ ssi/er le m j R 9eektsea• vocoobe lwriisr ee . Asir.To. TIebORERS lCont'd) Apr.Tr. WAMMS. C•n-rel Co•utructiont C+ta aha on rip-lints Jettu,nr tDMCRIM CURER► Twpervious 1_ - Tool Shea Ch.ekarr Using dry lrrabranet RiFrap Stonepavert , 0eckr rlogwsn 0 7.19 .77 0 .195 .30 .11 Sandblaster (pot tender t ripeiayer Backup ton. Casting. , Ct M111:74DM OPMrA Grouting, Making of Joints. Nksalitionir Scaler 7.41 .77 1.9s .30 .13 Sealing. Caulking. Diapering, and including Rubber Gssket 1 , Sulam CWrX 7.44 .77 1.95 .SO .11 Jointer Ibinting and any and all other services l 7.53 .77 S LIPS .!s .11 9111EcawymCr S, ll11ElAND AIRPORTS PV1RASMALT RAlme, 101001 , SMBApial ! !sever and drainage lines)# Buggroblle sent Cement tandeeape Gardener and damper tort i Yard or larger " J.Ia .77 las .9 sizers and handling bulk 1 aesY Ion .11 Mrrcement}t Cotterett saw Ran ' [MOM (packing rod steel (excluding tractor type)t s= wood pans)I Tank scalar and Roto-scraper, chipping CxeaMr 7.40 .77 1.911 .39 .13 Maser: Concrete core cutter Old fora blowert Gas and oil DRILUM S M6Gm (Caisnott) � pipeline wrapper-pot tenders " end form sent Operators and A !Betiding snr Boring tenders of pneumatic and IrehiM lUlpet pec 7.40• .77 1113 .30 .ti electric tools, concrete par. ` WINO M CLVWKRr Chuck Tander vibrating machines and sisilas' I ,• Waive tunnels!: septic msehentcal tools not separately !ares dippsc sad installer classified herein) lent elisbsr A tlesMs! 7.91 .77 L0S .30 .11 asiM Bschenleal tools 7.97 .77 LIPS .!l .13 M MINPIt11.MM AID 111 mum 7.54 .77 i,ls .!l x.15 IOCIt IL No Sealer losing :. bee's chair ae sefsty belt • or pm tools) (' 7.61 .77 1.93 .3l 'r15 • is T ` ' . iMMAL IIWII O, VOL 42r 110. 190--PMAT. W"WA M 30. BMs . 11WISIOv 110. CR77-S09s. Ips 5 vtLltlgd tla. a77ae!!. *Md t , vatic Rdga taaa0ts Rgaaata Fd.4.9..0t9t Par.s.rs "Wit EdtretTaa ds•tc Rs%* N 0,• rwdest V- ft adh► , li•..Ir Ebeatiw A(Aw To. Raa• N•• Footless Yacarles sad/or Wgtull5 ICon!•d1 MM•To. t10vvR vWvWW OpmTORv l i ORILNRS, all other When �• drilling In for uss of Croup 1 0 9.75 .93 0 2.00 .30 .04 ' eaploslvea 0 7.65 .77 0 1.95 .30 .13 1 Croup 2 10.03 .93 2.00 .SO Croup 3 10.32 .!S 1.00 .50 .04 tIPFTAYER, tOTAT1.iC OR VON- Group 4 10.66 .93 2.00 .SO .04 ' WIMLLIC (Including vatnr Group 5 10.69 .9S 2.00 .30 ..04 swage. solid, gas, alr)I Group 6 10.79 .99 2.00 .50 .04 Melding In connection with Croup 7 : 10.91 .!S 1.00 .50 .04 t : &emcee*@ Work 7.97 .77 1.95 .50% .13 Croup a 11.09 .93 2.00 .30 •.04 I' 1 On AND OIL PIPML[Nd NMPLMR ►p 11.11 .!! ' 2.04 .SO •04 16' pipe and over) 7.70 .77 1.95 .50 .13 I CRISn17l. SIIOR12l, L1160it1G. r, • ' SRMtNC AND TRt2101 dMCINGI- now-gtided legging hasher 7.72 .77 1.95 .50 .13 STEM It6ADrAttOAAD RAN 7.76 .77 1.95 .90 .1] WILLEM- (all power drill+•. Including jacWacarr, whether 0 ecce. disaond, Wagon, track, arltlple unit, and any and ' all types of mechanical 1 , n drlllal SanAblestec M 1lbsslemsa) 7.91 .77 •1.95 .50 .13 IOROdA1AR. dLASTMS 7.14 .77 1.95 .SO .13 WAD ROC(SLIPWi 7.69 .77 1.15 .99 •.l] trite R tROC10RSr ' Class 1 7.96 .77 1.93 .50 .13 Class 2 7.91 .77 1.95 .59 .13 Cldda ] 7.39 .71 1." .5v � .1] .. ..,. ' �00l00ia9 7.355 .77 l.lS .St .3.5 • , I ` �. (. Ron" 2015 M VO4 I!, NO. 190-ROAT. >xfidMMlt 1 ;; oectaal 00 3093 Pees 7 S1GIg011'go. CA77-3093 Tye_ti en / a01to1 AWIPfllxr OPESAIDRS _ N <r OeO++P3v Ocafewsnt lbepressor tieas than 600 G.b.M.)f ahq(neer [alta f0airmirf a0lQMTaI! (C ont,d) Oiler mnecatecs"leawy Duir fepaitmens Yelper)'Pmts Slgnaltmanr Seasp ft Asphalt of Concrete Spreading (tasting or finishing)r Cearp 2t Gswpreisor,1600 C.T.H. or larger)s o screta sliver, skip Asphalt Paving Machine (ltarber'.aieenr or'similar type)t•Ise ldq! type ,Conveyor Tlreeanr hydro^Gtic tops Otter Crusher (•Q+halt Crane"retort Cast-In-place Pipe Laying Msehlner Combinetlon mer concrete plant)r`P1anr Or-rotors Gnrratoc. Pomp or Coepcessort Mixer and Compressor (grnite,work)t-'95Upaetcrr self-propelledi to eiliarelp!r (o(ifleld)r Sktploader -wbrel tl;+e up to Concrete Miser -pwingr Omecete Pump (truck sounted)I Grana• ev/o'2ttaclr+ented;5oils Field Technicians Sar Pot Tlrevenr operator op to and including 2S toneapecity)(TAOng-boam pay ary beating=fLsnts Trenching Machine Oilers Track Crane applicable)r Crushing Plants 0911T.o0etect'Elevating Grader$ v forklift (ever S !ana)► craft CMekert Grille-a111 Grouting 1 nher. '> .< : Iaehtaet Reading fhieldf beawy Oaty`14ppelrmens tietst Operator �•. - . + 7m Trane or Mlneh Trucks Elevator rotor (lnaldolt Equip- (Qhlcago loam ane almllac type)) Relsrn lel! teaser and sieilat t"rreaeer:track), Ford T,•rgoson (with dragtype attschu!nta)r types lelbornsou Slob Gostaetoc or ■isLLt type► Lift Mobile) 1 ll_espfe[ aadionan'lground)s'Power concrete Curing Machines , - Lift Slab Machine (thgtbocg'and Similar ATWO)r Loader (Athey. yConerete-Savr:Power•dciver Junbo 30rm fetters Ron Carrier f loelid. Sierra and sWUT type)( Material:best(Mocking Machine'- iila)1 Egtienarr,tlp!*Opplig ase cl•ising Machine ..� (1/1 TO. robber tired, toll or !rases-typ ll 17Reusrtie Concrete r -Plaeing Machine (eackley-ftessweil or:'elsllar trpe)i Pneumatic i Ir+,Mph lc rlani.Pirenrin Wring Nachinar:Rosssn or lilmncaisn messing shield (tunnel,t Parapccete Qwi lot Drill. tenciodinq s x -aaptslt ec conerete)r C7hlp:_Spread[ng'Maehlner rbnerste Pump �• ealsaen • lype)t Robbs)-fired 6actArlb►im{'fiprl�ent (single esg[ne- , - will pert+hble)1 Oridge;type,Tnleader and_llrtntablef Dinkey aft Caterpillar. Lhalid. Athey wagon, ams stettir typee-wlth any y ve o[Motorman (up'to-and:Inclodlnq 10 tons)y Equip- ons all attachments over 23 yds. ase'at to and inelueing So etce�ser':grammar„tcuekit`.palieoptet tblati Mlghllne t. es. yds.strwk)l Rubber-tired Earth MTfirmg tiplpnnt (multiple i + l w)sigrtaliaani;l�ra=lhirec4ec0 stomper)lowr sweeper( login, up to and including 23 Ida. *trick).l'fsbber-ticeb lle�csica!pgatirg1JI Ser@” (sspbalt or coweete)r Trenching Scraper (del[-leading-paddle w1W61 lips-lMs'Oimes 1010 and sllilar single unit)? SRlplCeder (crawler-ad wh"l type-ower -t , -f es 1%yds.. up to and Including ifs 76•Tr Ser66 Eastesc and ,G pSr�Nphtrlt Plalt;fngineerr•fackhoe (up to and including , Planerl Trenching Machine (over i W. 'tapacity)t Tower h h f IJ latch Plante 1lt1Shsrpenerr Cbnerete':Jolnt Mseline Cranes Tractor CopCb reaaor Drill sbinaeCant'Proctor tanY type- f v 'mrd ilallac.tgpe)t Conerete:Planert.Deck Engines Darclek- larger than 9-9-100 [feel b.p. trove e/ery or sieilac).bell- g�eilfleld type)f+Otllling;Maehiee'Cperatec'(inelreIng water , dower. Tamper. Became and Posh nectit itrgL a gine)1 Tractor ' lis/r afbrkli[t'leihder s-tom`Capac -Rydrogrsphle seeder, (boom attae)sments)l Travellag Pips Oroppleg.'Cleaaing and bending lee,{seri), pulp'or sees)i MYchlihe 743ol Operators'Mtpinnls/ Machines Tunnel teaemstive (Deet 70`tams)t'Shevel, backhoe. + •. l-full slab v[lcstacr;'llechan[e sera, Cotb or Gutter ,t yreglist. Clamshell (Over 3/e ye.'amd to to 3.as. yds. m.r.e.) ) } to or"asphaltli Jkeeharhleal Tlnlaher (ce++cnte-clary, �' 'Sate pK appllesble)J Self-pre"llee'Qfrb and OslNr (trig _ fldr•ll Or alallay)t,tawei"nt arvaker (truck iounted)a Irlihlfine 1 atiOLlFNlsteg Miehteer ib1Uh•(asphalt,oc Tinlsh)r fsbb!r- , tacth Moving.•Oquipment;(single:.nglne,;ap to ofd including �. #� yjia 'stcuek)s Sell-propelled Tac'P1pe1[ning M.helfhel !1!p - t I - ' �'we+P (power�hren hyeraelle lifting device for concrete t ) a )J Skfpload.r lecwlermmd,Wool•type,Oelr 1/1 yd. and °snd,laeiudlsg'ly yds )i atif*t Crane ustift-s"Urn - f��• ImlLr type)t 7taetoc-bulldepr. Taster lereper'tingle , tne,tst"to 100 6.p., [lymaheel a•id @faller types. up to aM llelus/nq Oi3 and.biailac typos)(-zM9er "clot I drame gain I • ) ), �.T' \ , tlwi, .ewer lP aid 00 to ead Including 39 tons))Malesc- IVt Some" OtEOl M VOI, df. NO. 110—If10Ar. IMMOR 70. It" x• i P 21t01t lq. CA77-30o5 Pogo 9 "neloh IND. Ca»-sills t'Ourn MOVIFt02ti OPERATORS (Cont'd) rz Oarte Frio"III""r l'rrarwta v�Cruup 77 'Cranot ov-r 25 ton up to one Includ(ng 100 tons m.r.c. Hong boo■pay spplleable)I Derrick Darge.(long boar pay apP11- � E�`rtr z 7'ictbl0}1 ifr7ai Iknw Mi><wrt heavy Duty Pepairman-welder Combinations 11tDt7t DRIVERS ' Rn1aa MiM ►rarHwa t/aeettae rr ter tbltit.;StiCC-leg., cby Dorrlek or similar type* up to and Including 100.tetta-(lot" 'far Pay applicable)? VAVKK tl to no otive (di-!r:tl}. PICKUPS (3/e ton and under). 'yas:or etectrle)I mter'Tatrol-blade Or-rator (=Ugle engin)# Suawpers and helperet Traffic •.+; fiY . Ftnttiple Ers7Ine.Tractor (r•vclid and similar typo. except quad a control pilot car (.excluding - 4. s , + 9rbit)i.RuhMr-tlred.Earth tbving Dlulpment (Tingle engin.+. Ovec moving henry equipment) 5 9.01 .90 .03 5 1.00 .10 SO 1d•. ruck) Adttt.•r-tired Earth Moving t'quir"Mnt (multiple x r x ::Ywt!llne:`Eucl Id..Caterplll.r and alailar) (over 25 yda. and up TIttIK7K FLPtl2let11M 0!l 11EtDGl , r to 50-cu.'yd s. str0cr.); -hssreT, Ssckhne, Draglirw, Clowhell f IlELM 0.09 .90 .03 L00 .10 �� -(•Trac'+ cu 'n's. w.c:c.)(long hnnw pay applleaDlelt 7.1 Cl-.1. r McPnira�nl.Traetor Laider ferawlet and wheel tytr• over aft yde.)I MARMI SER M r. 0.12 .90 .03 1.00 .10 *yam belEw[-ecrtified7 Woods Meer end similar Pagm111))gnlpwent x � INDIPS.1TAL LILT r 0.20 .90 .Os 1.00 .10 ' .."Croup Ot;;'7wto cradert Antoritte slip )bras! Crane-ever 100 tons r , i1am 1<»v ray rtlIflienblet nolst-stiff Inge. Cay Derrick or DUIM (less than 0 yds.It Dao' aiwllar tyr•s'tcslnble of hoisting 100 tons or moral(lnn9, -or flatbed (2 axle)t Concrete boom p j atrrll�aht^I7 Missrxr avatot - lean than 750 c0. 106.1 pumpingl Forklift (under �tlMdamita! Fin(ehing Mxhlne;'Mobi24 Fora Travelers tkstor Patrol; 13.000 lbw.} i.2I .!4 .03 2.00 .IO . r' naltl-prig 1't(rr'tv7hlla tt�chlnel Rubbir-tined earth owing ` ! avid 1_ r less. )]eelidr 4lerptiler end r(mltar DUMP (0 yds. and under 17)1' +9u pmMt.( P^ M s. ;lypv;ovec 50,cu. yea. atruaklr Rubber ticed self-laading Scraper Dump or flatbed (3 aalealI tpsddle w -!l!l4ogec type Belt-leading-2 or wore units) Rubber- OanRetman 0.2i .!8 AS 2.00 .10 ' 'tired SeraWr -'pushing one another u/o,tuah Cat. push-10011 :. r "(SOK per hour addltlonai:to baee'gate)I Tandem Xquipment (2 ` FOERLIFT (13.000 The and saltai only)I Tandem Treetor (quell !or elsllar tlpr}s T+m01e1 overt Does Carder• 0.23 .f0 ,.OS 2.00 .10 Z Olale:bc iiaettlm Opw (12 ydo. and ander 10)1 ikCri7p;9r Csnal'Llner!enol Trimmer ftileopter •Mott Righllne Dome or flatbed (3 axles, t CabieMayi'Scnote Coitralled Earth Mttvin0 lgOTpaant 01.00 VIA t with sews) * 0.30 1 .10 .03 1.00 .10 WV °iddittonal to bore-cats)I tpltNl'MWeveter (OM 750 M. yd.) IIR lilUOK3 (2 axles}) St lea i control nesslemns tlpellMV ' ` drivers tinalOdial viae%and 5 .• - , . , y r all elaee)t !toad oil apreaiec! ` -cement distributor cc laasryt ••" , . r good oil or elotry 000taMtI , >trell ttm*' s.>. .!a .a ~ 1.00 t .19 AI �`}:'Y n. _.. • - .`YR....rr .xG(M OL 42. NO. -199- 1MAY..Sol ,i9!-7� • • ` ' , � �4 F tiry 7. �ra 11115 P.4 xii Otrxsiar Ro UT7-S01!-lbd IS - 1 W. CA77�S01f oen!'1 b ' ° 11,111,11F)1t 10!)1 nptil 22. 19771 ara:a AlcoNRn.rr Idget .Rb Igwwhpine: Asadoiklutte , • - k td @" •RMl.. Cbnta .Del:tbtte. I:1 Wfao, Nt• Vati.. law We aV' Glemt,'Nuwoodt.;tlnlArft.Tw b Nag fa•aa* �• + ' \ AW.Ta x la4e, lessen,°IGdera, !raiin, •.t fbulr , a ?IUrttoail;rltcrdadrro,rlleried. 3 `_ t4ltlpasn!Opraterae 77 t/le0rldly i �` e ;/bloc ltonterey,SNapa, llessda �_/: 1 •, +Grow 1 ' .0! U. [1.SM 02.25 •f0 i' .2f� r' .. x�"tlseec,..►luwax, sserawento, ) -',i•- ,-,. Group Y(a1 • - 9.53_ 1.30* 2.25 .f0 •.2f - ; -•�,•1 L San Denito, Sen /rselclaco,:San ; ' Gr-V 1(A): lt70 1.50• 2:25 .l0. .2) `rv, Jopu1"'i:San i4teo. Santa•. 'i• .' Gratp 2 1.70 • ' t 1.S0 2.25' s +Clan Sanu Crus, SAasu, ;', •, •. `'.Gr-p 2(ay -.,; 10.N- 1.30• -2.23 s Slerra, Sleklyou Solaiioi t , t g Grow] 10.12 r lenalas :Stanlslays .Softer, ' < / Gcenp 3(m), '' 11.10 'LSM 2.23 .l0,.: .� 71eMas, TcInIt Tvlir!• . 6 Groep 1 't ll.!] 1.50•• 1.25 .!0• .1f` f lesne Tele sod.7ttEs ' ctow S 11.11 1.3�• 2.15.; r•„ .2! 1' �( flee` cell[orsla 1 1. Oeutt ! `t 4e pn►!operaeora Group 11 <� t Area 1 !.1] -us0•' f2.1! r t�+Orlekleyeret•Stonemasons t1 r. r t 'r ' Area 1' - 10.N 1.50• 2.29 „.: 29 ras' i - r aRbnte[ejr SnA Santa Crnr j,' Groep 21. .• L _ wxc 5lbnnties11.22 I1i26' t ).Se 1•Se 2.23• .l0. .2! • Ares'l 012.60 • atcftcllUn)s.'MaAeta.alld �• GAS 1 11.01OV • F7blareAlo ntles cq,r r ,- AIt •�' �:9.73 1 50• 2.23 L�, .1! tlectrlclans , `. Ba a st 12.76 .t0 . t y rOtCltaIblaletfOCo1N1 . O0SS..r r ,i+ .,, Area 2 r 11.21 1.SOe 2.2531+1.05v8plicers. 101 Groep It , . 0 .1 : •f0:,, at!'- r \, • ' Area 1 •. 10.]2 - ;••1.50• ••2.23•" + .f0 ' .2! 0 '• i �-�tllet[ldens 13.66 . 1.23 1fa1:00 . 1 Area 2 ' 11 p 1.lM i• growAss r 2.23 .lOy �2! w:0 Olasleat '. N. T t11MMai tbntp,Qaeta. Loki. t r Area. t ''10.53 1.SOa' 2:25 aft ?, .2f Nsr[nr NanAoelnO. (Southern Atte 2 11.00 : Ml[0[,Cbuntp'.L[ow North i �i� grow 6. r 1 r s: , •1f r ,t, �re[^fE <rars)!1 `Meetorey,`, } Acta 1 r •1 10.71 • •!0• , .2! i 1 - r 1.lf 2 23 r :l1lpe. tan lenIto,'San ' 1• t Ata 2 1.50+ 2 1!'`' .!0 .!! "' tri• ' ax.1 $ ,�,(tYM1e;IsCO, Sin•14!!O. Son b ',. 1,�' Groep 71 Clarb'Oa1tb;Crer, Solan, Area 1 At" 2 t• 10.07 1 SOe 2.15 .90 Y` �Eq M tras entloL ' -. It ]0 2.25 �0 • ': x 0Y1rpelp ant naws'Coe. 11.7f 1.00 LIl .02 } or&*OI •. . �; .. :•!0 .2! i tt• i yy; r• ^• Ares 111.11' 1.506 '2.3! :!0 •2f" f' v AtM 2 we 1.23 '•f♦ .2f t�.,•. ArM >i 3e 1.SH 2.23 " >• .» � '"` 5 .. ' Arta•2 � 17 K a.lN •1 2S ». •. - '�a ' are*lot ° A[fa 1 Illi �1.l0• f 2.23 >• :2! f i �� � +• 1 Am 1 11.17 1.10• 1.15, ,}moi- '+.:' .' .. .t ,�' .. ,, r •-1,,,•�• NO x"x�;�t�' - • .� t T i=• •�' .1� tom. i_y+•� J•. •cam t• •►• ♦' +'•, rl \I •'�� - •. •t - i r l �..-.ISI f 1. •I•- ;• - r . rumm-ow, Rt'VOL 44110. 1N-ow"T. IrnI is. I"? r.tt rr� r : 71 ' _ - MOTFIan011S P. 3 .�. +, t' 1 s ffDD[FiCKT1ONS P. 9 c loin�. un-se» mtlt•a i t d -A ;;''• , t f t slot)M. d77-503! Oon t.tic Fdq•twRb T•t.•.ta Mdt' Fd•„taa•Rta Pop ft ? , . Sa H•.fir Eflacatla• No•ffr,` Nrs.liw ' . < _ Rats -H t• P•.atwa Y•..H.w wlhr ba.' Raw 1/ Tatar■i Y•ad•t //•r , 1 i t w ` < �) Arpn Tr. Alpint, Medoc. mutt*. Croup 10-Rt 3'> 4'aLvetaa.';ll.�orado. f j Area 1 Sll.tl 11.50• $2.25, go .2! •,>✓�j IrrrlpoN,•Ne[eed. IMoctA , , Area 2 . �+ •,1, 1].]! 1.50•. 2.25' ,.90 .2! o[CLq ot=Llvingaton), t t Croup 112,- Ibaoc, l4rada, tiacet. Area 1 1:�•`•': Itaeramento,:SanJoaquin. `' ' Arm 2 u•�' 1.50: 2.23• , .1.90 .2!' anp 11-llt 13.57 1.50 2.25 .!0• .2f \-, ,p.t _ :Sierra,Slaklyou, Cr 1 .�i' f.1. ltaillalaua,,;=Sutter, Tehama. ;t s,.:' t Area 1 13.22" 1.50• 2.25 :!0• .2! llgiiatile. Polo WW-TU ;q. • Arta 2 :14.73 1.50• 2.2S ' ,.l0 • `.2! •: ��' Y ; 0eltntlee 10.896 t-�.S� iLse' ' .! Group.21-Of , t ^Thewllorkeni `�. t• t, ' Area 1 13.52 . 1.50• 2.25 'JO'. s l Ietic�Ecietoae 10.93 1.21 2.22 31.4t' , .03 Area 2 15.03 1.50'' 2.25 .!0 . ' .29 - �• ,t... 141n[orclnq 11,SS 1.21 2.22 1.93 03 Croup 11-Cs •,i + r Oceamentalt Stcuetrual • 11:55 . ,1,24 2.22 1.95 x.06 area 1 U.N` 1.50 ' 2.25 .90 •,2f''t°` a` ` IYrble Settees' 11.79 il.40 .93' 1,0] Area 2 1S.]S `1.50•. 2.25 .90 .2! Yl Tl. .. ,_.n: .' •a J. *Xncludes 1.23 per Hour to 1•a lotted alth and Hel[are e Montarey ounnty . .- 12.]1 1.00 .35 .01 Y, qn Prancleco and-San Matto r Addt Oalrltite � plN12.3] 1.00 2.25 0) Pluabtrat Steutitterat terece•.7lydtret ) rtt ..,• I Del Morta and Humboldt 'Ga ry A .:+'E :.- t• " . y� 1Mtaterey county t 10.40 1.25 X1.70 t,•' tbuntltai { {Ilttaisarat Stead[ltteral + r•t' 312 2!`. '► tt: 31.22' .OS , �att:Mnito and'Santa Clara ` afN '. . .)a,!c �a� •rte . . ' 't= Ooegtlte 13.15 , LOS 1.77 i .11 1 plumberatiI,P* ' + agtt Mateo county 1].91 1.14 2.30 ;' a2S . tel Mode atd Rumboldt .A 5 moaeerend y aSerb Grua c". N.,f Vr't , counties. 31 3>;. �'t�71't 1X12 •1 t ♦ t M% Soo[en 10.40 1.90 1.15 i •..• •1 • - thaataaebLMoeRetaa � ��:(tit Ji t r heaiio. Ritiye, Madera and lltlac� obuntlea 11.99 .7] 1.22. .19, a. t :1}ri:'t•; r lsjlaklar Ilttare: ,r.. 1 0• ,•'?�r` raf.•; 1 j ' Alimeda..0emtra Ooata,•garin } j a ,. )• c• . - b Upr San.Tranclaeo. San i. ilatio.4aata cute, blanc ` , t: "' .rT }1'�•ate o�Q!.' t at2a;Sei2alae tbrutlta 19.23 j•.iS 1.93 .Il! �t + i• -t 1.-2�_a .. :.t•,J,f.f .f _ 1� .t)1f 1• .!. 1, ,•t' f r)Ct �• r.•. % z ,� , hra: Li •'�•. r +.� � i �Z . 4`+ •, r'F•.i� �.: `'tiLt14t r'.a' -. "s's .. de.hd:( _ .. . - Y• .tiv• '� •s +, �• .t,T,.:' •t. wT•n • .,, t. •.. ML f IL k4::.4 - 1 � � �-h. if0.:1�tOm�e�1 •vrot.met'3�:�h/ n 4.. . ' _ n L • ifATtOM51. S IOIFIGTIa1S L'!< c r Y r0@Clslom,110 .,ca 7-3039 (/be••d) llfGlillAl b. u».To» laacV). Pam •1mr assaTOB@. G t aN lt), ccoupar Assistants to rAllneere tlrakesans Plremons heavy nuty , 14�g01WthtP OPOkTpRE tbat•dl tRB■i@ 1 and Ill lbmt d) r ;. tlepairman telperr Oilers Deekhands B1"alaanJ Sultehaae Tar e i Pot Pltemen)r Partsman (Meavy Duty Repalc /hep part/ raes0 Group 71 Concrete Cbrlwyet er Oorretsle Pump, Truck o[ Equipment rr Croup 2:• Compressor Operator ConcreteMl:<c pup to-alld Including : r aeanted (boon length to apply)s Conetets coo waymF building sites 14ard)s Conveyor belt operator (tunnel)( Fireman Mot plants .. Ouch ■glneerst Drilling ane Boeing Machinery, borlaontal (not to nydr•uIlcj Monitor; M-chanlcal Conveyor (handl �'' r !ng buildup w apply to wbtllnera.""myon drilla ee jae4haslca)t OwL Caw IUxetl F ierials)I-Mixer Box Operator (concrete plant)I Rtop Operators \ Pallet Be ys@ Pa+andaLUsc type canter stoat (or switec f fl ' Xptesderto>zaan'(with screed)t Tar Put Fireman (power agltated) • egdpment)I Mydre-M•wuar ar /pnw llarl lastneat Men# Material molst 5 1- (2 of note dteme)1 ImcMkieal Flalabece or spreader machine (asphalt► ` ;roup`3a box Operator (bunker)I Helicopter Radioman (Signalman)#' Ncber-ereent and sL1Lt)1 MISS,go Shale M19tt Wine , &,a, Paw- r t Locomotive (30 tons or undac)t'lbtocarn/ bd•ae or Cholrmens tont Breaker with or.without Csmeeomw CasbinetiantPeuumsnt Steaker. \ lbaa Carrier (constructive jobsltelt'rbtouletl Bereedasn (except track mounted with Fq asphaltic concrete paving)) Nll=prepped, satortleally applied :'linea only)t PiSte c + lloni pipe BawBlag R>,ehlce (Pipe- . Ki monciete curing-machine ton f/trootai highway/.-airports-ant cookie)/. ' ;pot(traping is Pipe - '-,propremelled ane t ♦ ,r ! p�I1N andaMA mippsrlNlt MLw[iq�rallen Trenehtng'Maehlne, ft. depth/ track Craws 011ltrl'71s1g/r BblBtr �',' : Plsntl butt-Operator fUH11M"aass(rfi.Blt)J Nl 11M''boob typo lilting ? dnylydrumH'Sol let`_Tender device (eent*monad t1O ten We low M.R.C.}!l hep!-pro�tlled Sleeating s : Craft Planes S1usMC Dpttater[ SnwIS Tractor (withbessd 1'Ssi1 TMtert , ^?5 etoup:er, Ballast Jack'Toppers belloit ReyuLtorl no1Lat Tasq[ • Track type Loader/ rill p._ Regte't1/�'d. Ing tgalpmank eNr 70 ft. earth •!kilt!-purpose(°loxnan:(asphalt plant)r elevator Operator-(!n- - ,• � alde)1 Pbrk°Litt or lAmdmr Stacker -(eonstroctlod fob/Isco) < ' Group Sr mase-Gteter ter sfmlL[)t Asphalt Pint Bagin/s[t t]ast-ln-Place 'Line?Mastlit Material Bolsi (1 drw)1 SMttlteary Tlt sport a pint &071""behiMl Csbli atlas SltsM[and Mates OMtraterl Cuoeetb Batch Plant (multiple rmlttlr Esters aeadlng shield Operatest'nee"Racy Bspalcmlan srd/or lelderr Oradaaattsr. Grade C4ecktt (mtekenleal or ostler- 'i t Qoup Sr Coapieswr Operator (over 2)s Coaerate Mixersfo►ar 1 s lt. ..wide)t Grooving amt etlmilngMachlne* (highways)t Ran Nal Msekthe tot rod)s Concrate Pumps or Pumpetets Calla/'Qeneratoret creating 1. afallar)t Reiman t�Mdart sne to top to 2 recdd)l tleh.nleiu Trench Shltldt _ IechlneYPreae-weld"fait-oparstedl! Pompe (over 2)t Welding - Ibrtable Crushl ane Nrasm O, o n0 iag'Plsmtat Push Cato Rabbet Tical ttbrth- ?a Machines (powered other than by electric! ty �. :s` .) Owing ftulpmasnt lap ts'ORd INMagiNg 43 ea. •g, ago.Ir.e.) / . �C Ssellds. T-bllet W-100 As 21. sed a1Bllsr Rsbktr M BassosNlt Preptlled 11 1 "1 * with NSN - s �'h Croup;fil BEA Llan Road Factor or /ImllatJ Boum TrncR or Ami tr 0bs"mmotl Tim"t Ski~ Rubber tire@- J Purpose A-Frame Trucks bnerete Batch plant/ (wet Or dry)I bn- K @Wlse 0"ipmsW0 Trastdr-,dssml Oetapstt $((tett TRtnlh/q/b>ehlne' erete'Saw (self=propelled unit) On strents, highways, alrperts n ( ever d Yt. dorms Tel-Meso 01worl ft mel lblt Baeb lbx#1Be(Wal"T1 ✓ r r° • mrd eanalat Drilling and sowing Machinery, vertical (rat to apply 'r l IAsdsylMtc•two etb"'-Sh1 iLc PWPd 1901P MI Near 114A0!Beek ' 'to.rilecllners, wagon drllla'or:-jackhmmasrs)t Bijkllne Csblemy mter c Elgiiilwani-toi•oaotives (sttea"or over 10 ton)J-Imbrication cad , • . Service "msec (mdblle and grease reakl l MNlanls Interns!fall •'• eramp gs, Chiegm memal OtisbloBt/Sn Mlatr an.Cbgtt rase (""tell i SUW Vlb iitor, (on.airports.-hfgttaays, emmis'and waralydasud)t a' •'arleetieS Blmrq Oboe =@Air C1NRns Blghlilo embtenq a tang ileehaefeit-;rinlaher/,teoncrete! (Clary.".lo1MMa1. Bldrtll'Brldpa �, r .� .and shMr/1 ImIl O1•ytt as""lei Ile ft. to WWI omb r Osck,er./lnlisr tyr(e)s Nechanlesl Ben prb:and/ot CIKh sad •lsabbtr ties@► BNl•ee (Eget !with b �� Cutter Macb1M, eonertte or-sopholtl'portable QnsbOrq.F et I'aB@ slyyst)�• - •r•• t; fr ltwbe !wiwOlpi'se la[gte Selsey(M1500.sM_slall.r)) Psu.r Jambe OpseatOr (ant," Nip s' •• - ''r•�J.• ` •,• . - •e; .:�{-•( sty brans, ate.,'!n'twanb ls)t" 11ic .lam0sPtOe `asghalt)►' ctttisq ' r ;•t •;t•� 0.7 F .• ! ar-Qtttne'ai10 almlldr)latphsltlO e711sttta:ptd/011 MIC- s ;. , �'. U[b '+ !,• S @a respelled bspector ffa lt- IRs l!-/i6pd11N Plps11M 1 ;.. 1 '►. '� �- t: i •�'� tq sane 1 J _R- Nr/y/tag M�d11M tfRrasl!'CRC:or slmila['.tIPHt'MIt-/rgellsti ' :1 +'• .•' +;• r. lbutr mospor}•Nl[-praPtllN lBrs IrehiMl O11p-IilHtns tksnp :i I t�,`t.:. •'s ' ,.. . `y +: O))Sieg dsriei"lec:�alettttlersr)J 0tr11 esMtr-tossed erdetteet ••. � ,' ,�f+•. .. -.'. a .:.1�• . @/iGes•Ssslers/ hest-tm*1111N dgelpmt'+a a d 1mele@Iq 1 t• s r .. _ t., ` 7 jti •,l t 1 1 ) •r . •l Ar 1,t ` �•. :... :y� .. r •.i �.r, �• •/ , •I:�J t ..f '•�. � ,o:. - . r .fin' • :MIOlfM of, IT4I _ t r. r...:;e....,, v.%:. .. �•. ,..r,.,:.;.;.... .. 5., ._4i...�.. _;.-,..... 4.a.r.._ .x:.t ..,y�.-.,:, _. w•Lk. _,1kw - . : Corp 4 'XCLSICrt 110. CA77-5039 (Can t'J) )tUDIFICATII)NS P. 7 0dCl1111O11 110. G71-SO)g (Caat'd) 1101MATion P. • rDtrnt_tuurrrWary orEBAiorts tcont'el 1 , fAkut I and III (Cont'd) , p(OM µFemppmr OMXA71011! (Cowl d) (AIMS I WA III. .(COwt'd) T _ croup for Hoon-type backfilling Machina, Bridge Cranes Corr-lift (or •i similar)i Chemical Grouting Machine, truck wounteds Combination Back- ,� `''r' r •`'' :�( - - l• � , .hoe and Loader (up to and'including 3/4 cu. yd. w.r.e.)s Derrick (2 1 _' • ,�.; , ' -1, ,• .y�,.;♦ .1- operators required Men swing engine remote from ho(st)s Derrick barges 1 (except excavation work)• Do-More Leader and 11I Elogroderl Elevating Grader Beavy Duty Rotary Drill Rig (Including Coleman Foundation work ; a - r • ;.1 and Euclid Loader and similar typet'Hobbine type DrI1U)l Rothrinq Skooper (or alailar)s Lift Slab/Mchines (Vagtborq and •lwflsc typea)f Group 11-A( Band Wagons (!n ton]unctlon'with Wheel IdeSvstor)I hsnes u Leader (2 yards up to and Including i lards)• Lecoaotive (ever 100 tons) ^� (over 125 tons)# leader (over 12 cu .yda.l up to " Inelsding 1p cu. (single or multiple mrlta)s Multiple &lgine terthmeving Ismehlne (Bucllea, Yds.)I tower Showla and Otagllnee (over 7 cv. yds. •.r,e,)f Msbber , .Dozers, etc.) (no tandem ecroper)r-tre-etreu Wire Wroppleq No hisser Tired N(ltl-paepsma Ihcth Moving lachinN 12 units over 75 en. Yds. t TBesecvoir-Debris Tug (Self-propelled flootinglr Webber-tired decapdr,.•t •SttheCta m.r.e.)# lilt aeeavetor (ovarl7ld to. Yule..per hoar) ' :r self-loodl (paddle wheels, etc-WShattle ear (reclaim statlea)t 1 Single Engine Scr. rover IS order'Soil Stabiliser (! L ■or , '1 ,i. '. )'• 4 ' i 1 !' pe y egM1)s .tlFeup•llyi tdaMr teat It,Wm.;Yde.) ' s 1 Sub�rader (Curries or other Sutealatic typal► Traetet. CampeeNet:Dclll '' ( V. r Combinations Track Laying type earth moving machine (Single angle* with (k 11-Cr rY tandem sccapars)s Train lwdi' stations Trenching IYChlMr Multi bP Operator of Wellgopte� he seed !n erection work)# ,. 'h9 M -englna' Bemete lowtrolled Nitltmeving Ifgulpm"t' s' ;with eloping attachment, Jefco or efwilar7 Vaeuew Cooling plSntl Whlrlet';• �� C••'. J.,}r . ,r l ., (_` t.+ Cram (up to and Including 25 tons) h Ccoap 10-Ar Backhoe (hydraulic) (up to and lneledfng 1 dl..Yd. i ( •,e ( ' ■.r.c.)I Backhoe (cable) (up to and including 1'eu. yd. w.r.c.)r ' L y a' ,r rr y� ,11 s - Combination Backhoe and Lader over 1/1 cu. yd. ■.r.e-)t Continuous I' ' �r, t1` ~(� `t\� -r �t, L' r r '•• Flight.Tit back Auger (up to and Including I cu. yd.)(Caron attsehed)/ ,n -t i ( �1 fit. '.T• v �,( 1' .1 'r , '.. Craeeo (not over 25 tons, Waarrrhead and Cantry)1 Cr*6"llo (up to and Gi ,S{' •i ;, '� v -(' ( .. y l ' '1 ` Including 1-cu. yd.); Power.Shovels, Clamdalla, Dreg1(stot (up to and ) , fat �: !- :• '• l: •including'l cu. Yd. wsr.e)s ►ower B1aAe (eingle arrglrse)1 Nl[-prapellee �. y . r- r' -.bum-type Lifting Device ( ) ( )1 .2. - •r t u`. •: f .,i^ r A� ,1• r .A '1 •••1 • 0 v � center mount ever lg Lowe IhAber-ilrmd• - '• 1 ( _ .. a _ - art G DScu�rpatper, self-loading (paddle.whael tales englwa)I.CHH &AI Lase Auto 'Grader SP30 or similar r .:y,.�t-•..I,'r�.'fiasr.,f,y).r 1s't)4'-: : rt i 1Iz k. Croup Automatic ibrerete Slip toes tsve[s Autemtle Pdilre. Car rs Canal Trimmers Canal Trimmer w/dltehing attechase tsl Crane , rri {{_X:t(:~..`,[rti.�'�'t'�'ra•~'.r-!'i�•1. . L. t, ' -(over 25 tons Cop to and Including 12S tonal s Contlwaawe Flight Tie1 1S ►;n a ».t , • y f' # t! tit k 'ry , rJ .'1:,�. , r '_ Book.Roger over 1 cu. Yd. (including cranell Drott Travelift $90-A-1 r r i •. /,•rti•)` � ,.a�-:.'`'4 1• nk; "l. .�y , •�� }-.., s' >'U`�' ► h• r or similar (45 tone or ever)• Nelld Loader when eOBtcelled from the '1' �v,• ?x ♦ ' ►• - t t ;pnlleatr HlgAllna CablewY .(over S towel# lacer (V"f_4 yet&, Up �'e. ' • r i"� ? • ! !i �'. and Including 12 cu. Ydo.lt Killer rbrmle"NbN 21*6 Nvec'or,slmllerl 1 ( ' h,;u :>> 1 t �'1' � r_ t ter. r tower blade awltl-e lama tower Wavals, Claaralla lW liana Nett (: t % 1 . l .:r ,t ) .rli'i. err r t•WC :h (' ( n9 It • N r ' 't�. tti l/ r. r y: t * t+rtte - , t.• ..1'^'1' 't: '� )hoes,Yxade-ells (over I yd, and sp to awed lwolsding 7 on. }da. m.r.e.)t-cat a` ,, }.\\ i 3' 7 1 �•• `t • �i,r�' 'i .r -,rs tt. r, rl'; lit rubber-tired nrth mhoviny arehlneS (aasltlple pee/sLlaii,pmgr'aniti awed '' ;(; '.1� '.( ' ' C~Ti ` 'two or;more Sccapere)Isp to and Including 75 cu. Yds. tittiadka m:r.e.l l (• J 1':� ] i; , s. a .:.LA';1' .,m,•!rr `Self-propelled Compactor (with wsltlple propulsion power nsilNl'/ swgld l •.• l! a ',.: ! t•;'�a t h: er y �: mpr s r`•t...0 j ::1 t ' w engine ltubser-ticee lartlwvIn4 Mochlnes (with tsaMm.Weapdn)I-Slip / j,.( e. +��,>._:":•ti, 1• , (• .1 .h';: c h %,f'�.� `r'�y t f,'-•2 r `rbn.t'aver (eonerate dr asphalt)• Tandess Cater 7bwr'C anve N oblla i i. •h 7 r� h '•,«>( a- �t; a 1y .nest /; Including cell mounteds.Trenclrmr (pall! 'atta~dhielstj I tM/verool. LI ebirisr and Tower CrawesQand atallar tppeell Weal 4eweter la► to, ! ,: e.n••.�:r•' .•it �.. �, of 'a9 .(�.wr,', t• ', :;;,ti- tt awed Iwelsdlng 750 cu.IYe. per hoor)1 Whlrley Craw (ever Ins,tool ' . r a tr:' �i'_'.�.�. y •, av= t•�•r,;:r_;� T h r C:! kk r s 3' . t ..1 .� r. �. 1 '1• r, '1 / Y.. l\'' v'. f., .(� .�.'. f`-� :, 1�•s� M: r . .• `i .r: �- 1•� • ' .`', 1 ' a'• _T. t.Y1_:lit 1 � t• .1' -t P ILL ftOMOI. 17. NO. TM—�Av. Irma" 14, 1117 1' ? tea{ ,y ` Y MIFICATION►. 10 r lE ` x 1011 W. 19)77-3040 attat' IOM Mo. CA77-5040 -Nod. 14 _ e c N2 •It Q1012 -April 22.'1977) 0■.Ie Fdq■Se"Iits Pe rawN /raAa Frill•Swlt4 Fgs•■b ;r tAlaaeda.:Alpine.'A�advr; M■■rl[ N.r.M.. Ks■r)y _ Eie•a•a CsLreras.':Contta Costa, Del R.r.. N i M r«.lit■ Y•se11■a •dlat R�1•. 11 IL E F■•d•.r V«wMw •.L•r r / e �•Nocte.-.E1'Dorado. rreeno. 'AM•-Tr. AW.Tr. `„r f Ati�boldt,-Marie; Marlrosa, r Mereed ;Monte[ ':NaFMonte JA' aeec ,Saeraaento; San Nevada, ererr m County _ =12.11 01:00 .33 .Ol ).Mr to. San_rranclseor San Mn Fronclace and San Meth ! ties 12.11 1.00 .1.23 .02 r , a!n, Sim Mateo, Santa r: , OeN }'aRxCh[a.'Senta crag, solaro/ !rw•ly• ,- F1Nt•r•ra!''lrndetat ' ,•t,) a Sutter. Tehiiu, y r••, rant•tey County >tO.44 1.23: 1.70 rr +"]aeluarre ;tole and.1rubs ••! Flueleral Steamfitt•rst /.. #,Osuiltlaa. California . ' fan Malts atM Santa Clara Counties 13.13! '1.N a 1 of s Mn rates County rffdctlsyeist Stoneassonat fi ��`�`Ilontecey"snd'Sawta mrut _�, r_ y Ilonter•y, WA Santa Crus no; r Atrohcs 10.p 1.40 113 L Counties: 012:90 01.22 01,26 t a•� A; .t,. $ 1tNtl•r rltt.rst iksa + ileetrlcianer a. Sprinkler Amends, Centra Costs, rarin. �; ilectrlclana(1-! tterlls)' t IIIpa. San rrsnclscs, Saw , , ' , .t �, ; ;,i<leetrlciaes_ 12.76 ,50 1N1.OS .OS ratso, Santa Clara, Moline t... t Splicers 14.04 vS0 -r1141.05 AS: � �� Ooltntlea le.2e a! 1 4S''Y 4'yx s fE elcfatreo1county. Grew li- "'44 1.25 11+1.00 :h a0litienr , Area J. '• 9:11 1:50* X2.23 490 629 i' 0 e % Alawedar aatt[a Cosh, ran [!n• E !•. ' Area 2 p 10.N 1,Sia c 2.25, ? Ilentecey,rapa, San Mniter a, r. ArN 1Woup 1= ' ' ' t - f 30_ 1.SH r x'2.25! .!0` •29, a l tfsn'Itianelat o,'San rated." J 4 is /' t' ,c Acne 2 111:51 1:1M :1.15 °M ai! ► - *MNta CLto, Sante Crum/.. t Relane;iSN trori'E:oL ;: Stsuj 11•. r r l dA } htltleld). Sonowa Counties 11.7! 1.0d 1.41 .92 At"1..,:r .. 9.72 -1.S•• •1a2S }�lplliei'IY.edorr Cflaveted, Area ;'. f 11.16 1.SN 2.311 ; •N •2f .. ' a� it Os[ado rar! o ! • ,T-10oeth o[Clty o s.'lk[2ab, 1 il r t ,� i At 1 Lleing�ton).'Mersea '-Placer• y ArN 2 11.11 liar 2633 ' C peraaen . ,. . Oka,+SI. j`�• '_.. F •- xS fir§ p-t'sSutttr�..:Trolil�lsololfl �'1. ,�.�4 t hi •S .. 1kN 1 �.rx �' iS.!!* �1aP,M 1:23 1.90ftft •2f•� ti "i+Yy; •f «�Ma� es„n 111ba Counties' 10,S0i aSOr 1.40 '"1. t •} t .. p r e .•I[riwaorklru� - �• l�'t , J-4 y. ,, .. d - S:. r s'-¢_ 'd.d•i• •! `` -4 t 1v:L'• _ 7 r#fllnQe',Ececto[s 10.90 2120!•'•• 1.12-.• lie- riS�'' '•' )' ! 7' ../ .�,:! •. 3 .i' i�' .,Miatetelnf 11:33 1.24'!:• 2.22 1.K 1 .S9 r, ' i t 4 .) , �,� 1 tc. t•• '.. r x-Islnieentsl) Structural •11.55 1J29 1 2.21 1:99.' •SM 1-: 1i s; r•'}C '_t _ !t.- • Al t r i, :�r. r r :•ii'r�1.3 .•r:. ,. M01. 12 :M0. /S AY, lI�IR I&, It" t• - IS10)s No <itiA77:So40 lCont'dj lfirlllflCfiTll)f(S P )) %' �LCISIf11 M0. CA77- . '_ t r t SOi4 tflant d} �' MIFICATIONS J►.•1; o*•• x `•' tD#fER.taO1Plftltf DPEP.AlDRS •• ' • ;. t R *` (AREAS I and 11) + •, . o t POM NQVIFMW OPERATORS (Cbattd) ! Group It Assistants to Engineers (Brakemasit Piremant Reavy Duty �" (mom =Md In (OOnt'd) - �' Repairman Relpert oilers Deckhands Signalmant Switchmans In } Pat Fireman)I Partsman (Heavy Duty Repair shop parts room} s Croup 7t Oonerete Canoeyer'oc concrete Pump, trock•ee Isspsipment tc Group 2: Compressor Operators Concrete Mixer (op to and Including i wanted (boas length to apply)# Rm "rete coneeyoef building sites ',' =t'• °. !.yard): Conveyor Belt Operator (tunnel)I Fireman Out Plants ' Deck Boglneers; oc111lnq and Bering Machinery, herlaantal' lnot to ' RydraulleL tbnitocr Mechanical Cnnveyor (handling building t+ns- apply to waterliners, wagon drills at jockhmmocs)t Deal Deem Mintks, 5 ' ri{= terlals)s Mixec lox Operator (concrete plant)} "Operators • _ hiller Kenyon Psn.p and similar types? Cantly Rldet (be similar Ey x Spceader'Boxaan *with acceedI i lar tot Fireman (powet agitated) s equipment)r sgdrar•ttawwer ec'stmllact Inelrwmant Rant Niterial loot •, ' r s (2 or mote dcums)s Mechanical Pinishete of spreader Me!Ins, (asphalt• Barber-Greene and simlLc)t Mine or Shaft Hoist! MlReraobilet Paye- e' s` Croup 1t. Box operator (bunker)t Helicopter Redloman ISlgnol mn)t sent Breaker with or witheatyemrpeessot Cambinattost pavement Breiker, .», , f x3 I' Locowotive {lo tons or under), Matocmans Madman cc Cnainsan# y , �. Hung Carrler'(conctructlon jaMite)t Rotamistt Sereedman (estees 1 track mounted with Compressor Combinations ►Ipi Bending Machine (pipe- Pt asphaltic concrete paving}) Self-propelledr automatically applied ). ) lines only)s Pipe cleaning "emblem (tractor propelled and supported)} .'}$ concrete cucing,,nachine (on streets. highways, airports and canalalt' '" Pipe ttcapptssq MaeAl"'t',ttraetoc propelled and anpp0rled)t Refrigeration }a , ; Plants Haller,Operator (fin)aii asphalt)? Self-propelled boom type lilting . ?reaching tiachine+ t-ft. depths Track Crane Meet Ifts"n lblett jj rx single drums Boller Sender L device (center mount)(16 tons or less M.R.C.)I Self-propelled Elevating •' Crede Planes Slasher aperaterf Seen Tsectee {with boom)? Sall Tester# Croup Os Ballast Jack Tampers Ballast Regulator} Ballast Tamper.' {,. •• • . Tttlseic type Iadett_Msger-type drillingequipment oyer 36 ft. depth ' ' r Multi-purpose} Boxman (asphalt plant)l elevator operator tin- ) . s r Group Os Arson-tbatee (oe:aimili[jj Asphalt Plant ineers eat-in-Place may, .aide)1:Fork LUt or Lumber Stacker (construction job site)? !x y g Pi La in Machine? Combination Slasher and Matoy opeeatart Concrete 't Pat; Line Masccct Material Moist (1 dtns)t Shattleeart Tit spacer)• ' 2on+etafobile Batch Plant tmultlpie'units)s Do:e[t Heading shield Operator? Heavy Arty �� M., "'►� Repairman and/or Molders C[adeaettee. Grade Ciseele[ (Mehanicai of other`: s 6coup'3, Comte seat Operetor (over 2)1 Concrete Mixeta'tover I ` w r Croovinq and'Ctiadim;Machines thighways)) Ran Seal Mtchine (or • ` ' iso} pard), Concrete Pumps or svnperete Cunei Cenecatorat Grouting `,' similar)# Kalman fender] Seeder (up to 2 yards)? Msehanieal Trench Shleldsn_ Portable trash and'aehaae Plantes Push Cott Rubber Tired Earth-' ,'t Machines press-weld {a![-operated)t Pumps to- 2)t welding { !req !sg Machines (Powered other than by electricity) sovlsq Psynipment (rep to and lsselsdlim! eS Co. pM. 'sttaeR` m.r.e.)s ' � z L1tclida, tlls.•OM-Xi, 10, 21v and simiiact ON c Sires?Onsets Self- °a c• lied r vltls Reser# Mheepteott Tlabrr skiddtr }rubber tired 5 'sac eragp 6r BW Use !toad factor or simllart Boom Truck or Aral T pr C�� 11f Purpose'!?-!came Trueks.Concrete Batch Plants (wet or dry)•# Con- . s or similar egsiptantUs Ttreto[drsssn Scrapers 1lratete9f 2caseAistg Machine N L ` ,crEte SaKs (self-ptapelled.anit}.an streets' highways; airports deer 4 It t- Tel=bateh,Pavers 41ntol)ble.0sri�ng lhehloas welde[f : �< >' (bods-miser (aha atlsOr 01Mlse Pagmill 4"Ipment)t Tenon T-i00 B Heck. r "and canalct DcUlLng and Boring Machinery, vertical fnok to apply ; * }melte[ - . ' 1' to-witecliners, wagon dillis or jackhaammrs)I HlghlleM Cableway I , T ' r,` •` 'signalman? locomotives (steam or over 10 ton)? Lubrication and ) ' Pf Qsl Nowl'Caaisieatien Mister and, ( ite)t , c Iktvice Engineer (mobile and grease tack)? ftgtnnls Internal troll ` Cto� ! !� _.ilrb'Vlbcatoc (on alrpocts,:hlgMrays,,camels and watehonaes)s I n Combinstion Slurry Misner and/be Cleemart'Highllne CBblBway tS tons ' `.amd under)? Wl Bi-fit!Be aiollar (20 tt:Ur 0049)1 Making Maehlae � . s iktitanital Finishers (concrete) (Cfa)y, Johnson, eidaell fridge Ober Bleed. :all at tcaeR typals Treetme (witis'lmam)(1"0 or ager De�k'or slwilec type*)s'Mechanlcal Beta Cori and/or Curb and , Cutter MiiMne,'eondrete or asphalts Portable trnshreat pore Owd�mimlLr) s s ,> Delver: nsimilar) . oer Jumbo Operator (setting slip- (HIS00 and sPw k'' form .rte;. in tunnels)t.#b1lec (except asphalt)? Screedmen ,� (pcbey-Greene•and-siolidel(4901h sltie eonccuts "vim)I Self- . ;, `• � + • e s � f ; .' H i + r�r :pa Ilea Compactor (single engies)I self-propelled Pipeline i .. �;. 'Mtawl" Machine:(perault t RC,ar *inner type)r 0eltytopeiied r• t , ," 7+� fore[ Sgecplrr Self�ropalled'Tape Maehlnsf Slip Poem Pm#pa ;:+!:i•a i a . 1 ! " `Gifting-device for eonerete farms)f`soeli cattier-tl[e8 traeterrr ) • r' n ; ;F.t fiertaee Heateras Auger-typo drilling yewipm et--Ip to ami IacLdiq ui Sf tt.'depth) 't• Hr • : • 1: • ; n► :) .. FN MM W= MDI. 42. N0.•Im"I n, 10. to • , '' heCIStoR 77-3040 Con IIS F. 13 ` DECISION 110. CA77-3040 (Cont'd) WIFIC11TIORS P. 14 ' POWER (Cont•d) MW"Utflow OPOMlo" (cent••) lA, "t'dl (wsAG I mad ILL` Jeont,d) Croup 10r Soca-type Backfilling . aner Bridge Crane! CsrY-lift for siallar)) Chemical Grouting machine, truck mounted; Combination Back- t hoe and Loader (up to and including 3/4 cu. yd. ■.r.e.)r Derrick (2 ' Operators required when swing engine remote from Mist)? Derrick Barge ' ,l•. ' (except excavation work); Do-]ore Loader and Adams F.legraderl Elevating, t Crader Geary Duty Rotary Drill Rig (including Caisson Foundation work , • and Euclid Loader and similar types Robbins type Drillx)t Roehring d.'\ + Croup 11-At Band wagons fin con)unetion r1tA tlheel Exeavatoc)t Cranes Skoopec (or similar); Lift Slab Machines (Vagtborg and similar typeslt lover 123 tons); Loader (ever 12 cu •Yd9•1 up to and includinL=la cu., . Loader (2 yards up to and including a yards)t Locomotive (over 100 tons) (over Fork Shovels and Draglin6a (Over 7 cu- yds. m.c.e.)t Ak= • (single or multiple units]; multiple F.ngine Earthmoving machine (welldaa' Tired !trot!-purpose Earth Pawing Machines (2 units over 1S cu. s• Dozers, etc.) (no tandem scraper); Pre-stress Mice Wrapping Machine,': • yd pe , a Reservoir-Debrto Tug (self-propelled floating)1 Rubber-tired Scraper, struck' m.r.e.)s wheal tixcavatoe (Over Cu.e0. s� i.Aeac1• self-leading (paddle wheels, etc.)t Shuttle Car (reclaim station), ". 4 - . Single Engine Scraper ever rS yardat boll Stabiliser (1 a B or squal)1 Croup 11-Bt Loader (enc IB etl. yds.) • ` Bob-grader (Curries Or.other automatic type); Tractor, Compressor Orlll r Combinations track Laying type earth moving mbehine 101"910 engine with .'Croup 11-Ca Operator of B01int ter -"t Osed 1n eceetlen recRll:, heoot6 Controlled rartl+so!!ly LgnlpatMt ' tandem serapers)t Train loading stations Trenching Ilaehin0, multi-erl9ine i,] J t . with sloping attachment, Jafce or •toll•[/ 1WVO11 Cooling pUntl Whitley -k i t-�.�- • �'t•► �" Crane (up to and Including 25 torts) 'Group 10-At Backhoe (hydraulie) Sup to and lneluAing 1 ea. t N.r.c.)1 Backhoe (cable) lap to and including 1 cu. yd. m.r.e.)t ' t, _ I ' ►. J I '• *Combination Backhoe and Loader over 3/4 cu. yd. ■.r.e.)l Continuous ' flight Tie Back Auger Sup to and including 1 esu. yd:)(Ctsas attached)► Crones (not over 25 tons, Batmeechead and Gantry)1 Grade-:4116 (up to and ' +. ' ,�• ,; +� n,' i:' Including 1 cu.`yd,J t Power SheveUms , CiahelU, OrsgllMa, (up to and j ,� • ' ,L I Z Including 1 eu.•yd. m.c.e)e rower Blade Isfr4le 6"LI s)1 Belt-pt"wIl0d ./ lleom-type Lifting 0eviee (center mount) (over 10 tonal! Biber-tired, t N I i t a� t,.;♦j i ''•);.� scraper, self-loading (paddle wheaPtwiMSagini)t CU d6al460 Auto'," ;'' t• �' 'A Grader SP30 or similar 'I••Group 11t Autooatie Concrete Blip form Paver/ Autom itle tlailroad Car !! ,• ,- 1 t , , t' , .:' t;. rl Canal Trlamaerf Canal Trimmer w dltchIn attaeharmts) Cranes' i [ I '� ' ' r r 1• , (mover ZS tons up to and including 125 tons)t Continuous Flight Tie ;�='' , !' , y �• !' 1.` r _.. Sack Auger over 1 esu, yd. (includilgicream)I Drott Trmvellft 9SO-A-1' :�� ', i �• '' i ' a r -or similar (45 tons or over), Euelld Loader when controlled from tAi !• , S• ` , .moi, ] ' , ( pellestj ilighline Cdbleway (over S.togs)1 Leader (over a y6rds;'up to r',�; ,•, ': , +' y +' �. 1 - and iwludlhg 12 cu. yds.)t Miller fdmItes M900 Elope hoer cc slmllsif. i Power Blade Imultl-englne)1 rower sbev6U. Cla"9116,ikraglime, Sack- t j t I •)• i hoes, Crede-ails (ower 1 yd. and dp to"a iseluding 7 esu. yds. o.t.e:)1 � !' , i' ! I '',t �t Ja•�qtr�.�;:,'• `rr t `';aider•tired earth mewing smebines (aalltlpls prepulelsn power units 4nd any, +ij.•�, ] " two or more serspeca)(up to and inclsdl" 7d-eu. yds. •struck• 64.e.)I .i, } t' I ► .,► ' k Akir-pcopelled Compactbc (wits multiple pedp6jejon power units)1 !1"916 engine Rubber-tired rarthsovinq'hlschldes•(with tandem serapsrs)I slip . c' i ) , ,', °' 3; �' .� �! • librs Paver (concrete or asphelt11 Tandem Canal Itmew Cranes 14eb114 I ` Ineledlaq call mou ted! Trencher,(polling attached ableld)I Bniverwl' ' ' I , j !r ' -r'i •�I qac' • 'i't' r.• t . •gebher and 7bwer Crones fend slmifat type6)t Mat&I3acavatsr (up to and Including 750 cu. yd. per'hese)1 Mtleby Craw (aver 3S !errs) ti !' 1 ,i. e ,'• i t ;� (jA17t��':�_:,�(•, t. - •• :1.1. ( _ '1 f, .r', .:� t....w. oaf.: it �� t ��� lti. 1 ..i_•. . ( i , 1 ..a s 'i .'�. . „1 . a.i..:.'a,.: ' mow /UMM WGISM VOL 42: 110: t�0=allOAY, f�tEIAGE! IG, 19yy 4�i IIODIFICATIO14S P. 15 IniF1f71Ti(NIS P. 16 33100 R0. CA77-5041 (Cont-di 0(TISlOe$ IV7, G77-5011 -ft-A. 13 ` frig•%e Ol.Per wt. Dillefrig•1.w.lif.Py.r.wl. - 1 /2 FR I?295 - My 6, 1977) >♦.•,Ir Iwt`►ria t, intro, 6�rn, Loa Ebe•ft.w "Owl? Eart•tl•w R.r.. Mir ParO.., V.r.fIN e1/N R•f•s MAV P.w.l•a. Vatafl4a awl/or Angeles, fbno, Oran., Aff'.TI/ Brush swing stage (13 - Ary,,T,. Riverside. San Bernardino, stories Or less)$ Paper- San Luis Obispo, Santa Barbara - hangerst Sandblasters. and Venture Counties, $ Spray $11.52 .66 .75 .90 .02 California [crush swing stage lover 13 stories) 11.64 .99 .7S .90 .02 a e: structural steel and Asbestos Workers 513.90 .{O $1.17 ,011 bridge, wing 11.97 .911 .75 .90 - .02 imeri ayerCM ntones+.9onet spray sandblaster wiry ' Isperinl County 11.22 1.01 1.06 ,12 stage (13 station or Inyo, Fern and Mono Counties i2.65 1.00 1.45 .07 •,. leas!$ Paste Machine, Riverside and San Pernardino Special costing$ Spray 11.77 .66 .75 .60 .02 Count les 11.20 1.29 1.S5 Steeplelaek, 12.52 .99 .7S .60 .02 Ventura County 11.76 1.00 1.20 - -.05 [bofecet - Electcfefenat Rlverslde and San lfernacdino 'hos Angeles County' Counties 10.45. .90 .75 1.10 Electricians 12.65 1.05 3141.95 .07 Inyo, Rern•and Mono Com. 10.20 .60 .60 Cable Splicers 12.75 1.05, 31+1.9S .07 ' lathers:' + ' Ventura County 11.99 1.05 1.13 1.50•..• .02 Marble Setters$ 7errasso ISIOM NO. CA17-5092 -Md. 13 Morkerol Tile Setters:' (42 fR 23306 - May {. 1977) �• Imerial County 11.49 .01 1.17 ' .01 lgwrlal, morn, Loa Amerce. hlnterst 1. t ;,' Orange, Riverside, Safi Z 1nyo, Rem (Lancaster. r,. Mrnardlno. /4n Lnls Obispo. O La ave,.P% Ordnance China- sante Barbara aM Venture Lake Naval Ordnance AM) CDuntfost California Station and Edwards AM). - + . .. Fos Angeles.(except Poaons '. )�. - Ch et 'Area). Mono, San Bernardino ��_ - 'twest of a line north of r� ' r Asbestos workers s[Icklayeni ltensMsoMt tram Including China Lake Ifpeelel county 11.22 1.03 1.00 ' .12 Area, Johannesburg, Boon, ( ! Worn County 13.6S 1.00 IAS .17 fT South including the ' ltivaralde and ase t t Brash Ates) , 14raafdlno Coeaties 11.20 1.20 1.5s, .19 ; B Brush 11.27 :9f .7S .�/,, .0! ••macs County 11.10 1.00 1.11, .OS . Structural steel aM :. ltleetrfelaBas i �. brldgot Paint'burner, 11.39 .f9 .7S ,90'' : .O2 tea Angeles Oesnty' $ tapeta ! 11.71. .K .75 .N .a! tiectcleiana 12.95 t.aS 3/41.lS .07 ' 1 ,rr `Cable 1plleere 12.96 1.99 3141.95 .07 1 r. r• ;j (atbecar ' � .s,•,. , Nrolotd Caiaaty� r 11.91 1.OS L13 1.51 .N .. r r 1NWM �fl/R. VOL 12„ M. tine.$MAT, f[p19" �. . , 'iioclvlcnstRss r. ie '. , ' � ' ; •.. . N NO. 4rA77-!p2 tCont'$ •• - • l ' + odr2star«r!, un-sort ttlent`t1 - ,� . stttc _ ! Mw.lr •` , rdap Saat$M Parwwra :' l Raw. N t$ Ptasftas rat agMs aad/ir i'+ EAresNaa r 4 hinters$ Asir+Tr. Rama M t R Peatless TacaMs aad/ar . -Kern Mancenter, mojave, Nfirble Pettersr Torraase�' Aper.Tr. ` PalwAsie, china Lake rbrkerer Tile Petters 611.69 .01 $1.170$ a Meel Ordancv Test Station norbis. Teccasso d Tile ,4 se 5.76 .B1 1.00 and rdwagda A"), IvR MYprs ' Angeles temcept rorone r f .09 t . Area), San Bernardino ` tweet of a line Horth or , - Tkom including China take a Islas Mo. CA77-S*46 - Mod. 6 , Area, Johannesburg, boron, r (42 PR 261" -May 0, 2977) South including the Pen No"County, California Mrfghtrood Area) t brush $11.27 .46 17S ' .60 .02 Chem$' ! +„• Structural Steel and bricklayer$) Stonetrasons 11.22 1.03 bridges Paint burner 11.3! .66 .7! .60 .02 stick, 81" and Stone"gor»• i•'.. Tspers ll.7f .ti .79 .60 .02 ' ?endure 1.09 $ruah nwing stage (13 Magbl* Settersl 7lf.07 .77 rrosao. . y i stories or less)r Paper- workerar Tile Setters 11.49 .01 1.17 hangeral Sandbiastrrsl liarble, ?*grosso and Til* Spray 11.52 .66 .75 .50 .02 Helpers 1.76 .01 1.00 .01 \ , 1 $rush swing stage (over 13 stories) 11.66 .66 .TS ,90 .02 1 Structural Steel and Detlalom �lAT7-1211-Mal. bridge, swing 11.67 .66 TS .60 .02 Spray 8andhlastcr Swing 2 tR 27- September 2,19TT ) . Stage (13 stories or f Allsoolme, Appsnoose, IveMor, f + less)r Paste MJChinel Pmtler, Cerro Gordo, Chickasaw, _ o i.•' r , , I� Special Costing, Spray 11.77 .66 .75 .60 .02 Claj'too.Dsris, "tte, Floyd, Steeplejack 12.52 .ii 675 .90 .02 ftanklin, (h,mtdy, Hemilton, Rena x.,. RooterRt s cock. Nordin, Nesry, Nocard, , Riverside and Son Bernardinoi loa*;Jeffers", Keokuk, lee, .. Counties 10.65 .90 .7! 1.10 + Mitchell, MOsroe. ttmoobiak, �;• . tr'•; ,.+ ' Kern County 10.20 .60 .KB tom, Tan buten, WRpello, Wash. 171000. Ylrnebaso, tlfmnesblek,• `. Worth and Wright Cooptle$ ( 4t• + •!• ' eludes Room City sad Abmtimg. SION NO. CA77-5043 -Mod. $6 Mmmielpellttee ), Ioss •` 442 Pm 26122 - May 20, 19771 son Ole"County. California dpi Msbaahe cbamty to WA Bros, arieklayerer Stonemasons 11.22 1407 1." .12 ' comaimage' Krick, Block and stonemasons' Tossers 9./7, .77 1.93 pDDlRAt M[INfif!!, MDR. s!r $$O. ter•-MiMtr, fRrTENNER til,. lvyy •'� ' • IQOIFICATIMIS P. 19 ,.. WDIFICATIONS P. 20 a Sed. prlttp s...nb Iq.te.ls - •. Besse Fd.p.SMeBb Parme.l. . H•••(1 ra eefb. D>A 1s1Q1 t11A77-4169 (C01R'D) Nwnfr Edae.NM R.t.. M 6 R PM.IM. V-100" •.d/.r t .Rat.. N i R pM.l..% y"allee udhr Ahr. P. Aqr.Tr. _Slot ltA77-4169 - Ibd. 13 Po-r Nulpmemt ltperateri-(flight y Cnnst, r I (42 FR ]BASU - ]u1y 29. 19)7) Croup 1 - zone 1 - $ 9.31 ,45 .48 .03 Statewide loutalana Gawp 2 - Zone 1 9.56 x.45 .48 Group ] - Zone 1 9.06 .45;• .48 .05 ' Crnup 4 - lone 1 7.9] .45 f ' .48 .05. { Asbestos camera - lone 4 It 9.63 .45 .50 Croup 5 - Zone 1 7.50 .45 . ..48 .05 41das7ere S etenenasona: Crap 6 - Zone 1 6.08. .45 48.' ,0}05,• 6.37 ,4S .: . Sane 9 9.50 .25 ...Croup 7 - tone 1 ' 7.40 4c Carpenters - lone 1 8.74 .40 Group 8 - Zone I :ti+''• ':_ 7.95 .4} .f•'.40 ,OS Camme raisons (PulldinS Const.) .-'Croup 9 - zone 1 : 0.18 ,45 :i'.48'''' I .05 ' Crou 6.82 .45 '',48 .05 ' lone 8 0.22 .25 P 10 - Zone 1 Cesat,t araoas (t@Sttway,Const.): r,-a•. `Terrazzo workers - tons 4 8.47 :25: Zone 2 9.15 Tile setters - Zone 4 8.47 .25" Truck St: ten - - t•' •'�+ • Irenwrkera (tli=husy Const.): ruck Drivers' ( 4 7,gnet.)r •t , . Zone 1 10.32 Croup I - zone i ♦ 6.33 Lbarsre (SulldinS Const.): " Croup 2 Zone 2 6.46 tons 1. ' Croup 3 ?41118 1 :r''i• 6.52 Crotip 1 5.85 .I5 Croup 4 •Zen• 1 a• " ' 6.60 'trt;!• ! Y Croup 2 6.00 .IS Croup S Zons'1' t 6.79 Croup 3 6.10 .IS .«sy Una 6: Omit: is+•r' ' i ! 1 Group 1 7.25 ,15 .27 .05 Cement reams {11l81treati Csnet.)t " Jt ! j •_, Croup 2 7.35 .15 .27 .05 tone 1 - on concrete fined.i Croup ] 7.50 ,IS .27.: .05 ditches tdbocers (Nlshway Const.)I !•{i t • , 1. In Croup 1 Zone 1 5.75 .15 .20 I .0S i ` ` ` Y! f j ;t' t` Ub Croup 2 Zone 1 5.85 .15 .20 .OS'' f r, i-•- - _. - .i i . i- eras► ] - Zone 1' 6.30 ,...X15 .20 Croup 4 - Zone 1 6.55 .15 .20 �; .OS -• f�r� �- t ' 1•- � ` 9btble esteem - tone 4 6.47 .2S' 7r, S.i+. 1811wri8hts - tone 6 9.46 .40 ./ 7' peinesrs: 1 . rs.�e ( t: Zone 2: ( ram .. .� ►� . t i ' �a.� t S '' C Group 1 5.65 .25 r •.OS 1 rr,.r. R .+. it J f uLt n+J t ' Group 2 9.72 .25 .OS i , • ' tt t ' ' 1 r. t ) ppedrlsanwl 2anri 9 4.64 ,40 t• .. •1. � . ..- .n:-. '..♦.' �:..�... {.• r..T1s 1 .,t. .r ' t I •, ! ` r It r:7r .t, f 1� r .., ,..�t-t., ,t 1 Room wffw VOL 42, N0. /M-famr, llrflMm 1D. It'" t f t�tf tCAttOli!, ! ` ItilililCATI�1st P. t lip 7J.SiJtt=ort. tl ' Aloweeta. ititw•. MMt►br. *%Itta I romps ZT-SOJ! Oma!` CalMwrw, Cslsssta . wtra Ops has w"4• Dow* Sol harts, Cl lars". r"seo. ttt+e,t•J R t! Poosestt $&$saw 1.10000, itrtto:S_, "s, tL&%*, t� d t r R t R t«r .•s r ti.d�i«� tisesw. Y era. Marlt+, AW.R. rbsyws. ft-tariws, Atrrord. ON&M. sMet.•rsr, hsps, satra". name. Aare:. soccom is. Mw 1=400. $&"A Claes 940 boaf tee, Un trasclsrw. Md las" CM tbsatiss Sat,too-s. Sat.arae. sato ltlrecrtd4wM M." .77 24+1.50 Of CLrM. ]Mata Cres. 2t'.astl, WHO *Uowrs 1531 .77 44.1.50 .05 11-tee, fisatros, Salaam. tltw rratelsw•irwtt7 OW&M. tsaislass, Metter. =&Ctrtei4s6 IS-M 11.04 14..90 .06 . twills. 4YLtity. Tolate, CsMs tllieers 2t_SS 1.04 ist_f3 Cat ftaltsw, 7a1a aN 1t" *an Rat"Csaatr Ol�ttJMa♦Alaemir swetrttlMws 12.73 1.24 Ja•2.i0 .OJ Sam aftet.rrttan. ` Carus Cases Crtnt7 ati/ctrietawss Mao&" 1.40 .70 14«1.00 sumoOr OsMe7 2,iws staiturtt 4Mreesss is.4t .10 14.2.00 910--tsts9800 912.91 41.04 1401.0 .!i Lie~ 15.70 .70 1 t•t.:,•, Coale splicers 14.57 1.05 16+1.15 .OJ C4010 pitwtrs 14.70 .10 14.1.00 Ammons, ft:o". taeremote, Rpntare7 Comty Sante. fele. was and ere.t.rtsn 9.a2 1.10 1*42.10 Ot , floss pe:tiaw Of itlpLts, ttwutwtt 7tidsle4emem 22.54 1.10 14+2.70 .Ot at 4aCoft, M+Ns, rlaoss Cable SpIlears 11.00 1.10 14.2.30 .OL MM Sierra Crmtttes West Cate Mat settlts Sts OU" 4C the sierra leanstatw ilMsemI 11.07 .46 14.1.10 .04 MaMretAd Ctblee 11101move 1s." .N 1101.30 .04 tttartlirtMM 14.29 MMMsr ltrwlr A cools Spuft" ISM .95 tM.01 .NS 0.410 LOS tes2.1S .02 t yMi iMwsit LMserw 11.91 RAS 10+.15 • .OS pt•trl•tsre 14.52 .OS 110.11 06 ur itlatleMt'4MM1Ne 11.17 1.05 1101.15 .02 Cebu 9rltesre 15.97 .9S 110.03 An spa 9taist4r oeSq ratrs amts Crsetr ttwMrse ls.1S 1.00 110.00 4 .46 *UstlidMwM 15.20 .70 1101.00 tleseaat 9admantow Wills 1.10 110." .46 Came yllwe 16.70 .79 1101.00 ClAble Splleme s 11.11 1.10 110.50 .06 tMleej sometr • 10041 Moises. ate Mile. .iisttsisiAns • 12.50 1.10 isq.11 .M a"Mee Oras*mob%&" MU 4UMite 17.11 1.10 1001.90 .M 11.M .w 1001.11 .a! 1tOtaitiwp llrM�d0iwtt ' rU 411ea9i � �tl p 2�e►2.S�i ,M Mittlatir �rRtliMawt 1atOtvi9t ObO. 11.!! .!t 1:11 t MiYtf soot&" 11.19 'a, - to n6Ririut161a P. 3161�ifiGTtp15►. lw.a l•! New" tr."wM SON" www.. A a f y�1. lrr•.Ta '� !r lAeiM, MtM Qes � e1aMtMMSO gas""" M rMti QtM Oq�TiN am s'tewelMaM A"Sm lair mattes A .77 1011.50 .QS 6riMtlMa 91.30 U.35 _ OiIM s*IlOO&V 1 3 .77 1%*l." 01" t .sS am ftemder 0 lUctslcime 15.5 1.M 14:" .M • Oils gitwcM 17.5) I." It*." .K 6a to SWU 11)). IWO sm latam camtT s1Met:ieleer 13.71 1. 3ML00 .N) s<laeiA, !1960. freI /lMi- I Stu ftuwe f OA1MwreM. Osatee . s1A1 ftl mWtM w0 Sub"ft OM. Mal .71 1.13 .09 sbsM, 91 saw"". . . srMsetlMe those. ,�► 10630t.erele. �eWMq O�MAt1M 1S.U7 .ti .fi .M lKM1l0 tOMte-ro IeMMM. t1MMet. so%atop. oar leeww. am sob"". we.!AMMO bra telre��0i 40 not" some arse.,Smum Ona, slMMetlw 1.611 .M 3.990 35 lAe # lMetMc.IA#M M. • MAt6M. clutemda"weft emoft ; assle6w. _ ' mlveftlala .N3 NOM ! Am amp"aw" Ls.q L! AO • sIIASMMs sommeMn.t waeMe, valor,o aM Mar pnaMM K IMPAW. as MM- O mm"ft and now oboe""Oet o'Mer Ode son"6nueslM tlrlAMAe! •' �r sMNees 6Nseaae6..'`�`�` !.! to • ' .ter i06M 4pol a SLID .N In ct'+.so. �t »• peg. t mulaw 0. 41177-59» rose 4 r.lq•!...onto rf•+... 9114'9 EtO.aN• • K�i•.ff Eiusaisa Eafs wig p•.6hr•f r600Ms• ••1/r. S.u.. M s It 01"O •a r6aad+a 6tYw . Apr•t*. AMC.1. 9xtCtete2AKlf ttbuft'd! iC�'f:::r:t. t:ofc•a Maat6fey Cewnty Le+•:ams Mss ciactftelens S 19.50 .N it..75 .91 t:s:t::c:o-a f 11.11 .47 1t0.71 .60 Cable Splicefs 11.91 .10 IN.75 .04 ca!:o f)::esra 14.56 .97 11•.17 .60 urte so! selsss Gasntles Rasto. CZ*-*. Lesson, lMdse. clectclelons 11.07 .41 11•.$1 .04 nvw. usets. !96691". Cable splicers 11.59 .69 110.15 .94 :Norm sN classy Osenxlss Saw 9eslts, fonts Clrfa a+! lletts:e/ars 11.99 .07 110.79! .N 1 Santa Crus Csw►tl6s Ca::e frllc<fe 11.19 Al 310.705 .N tlectticlans 12.60 .77 11.139 .!5 U--els ' C3D1e Splicers 14.40 .77 1&1.19 •9! 9:ectelclsaaf Calle Splteofe' San rcencisce Cnenty 1-:;:fa 12.51 .01 91•.791 .N tlectflel3ns 11.015 1.04 1&." •16 Co.90 Sp:l-ere 17.60 .q 11•.795 .04 Ca%le Splicers 15.14 1.04 110.90 .dt +Ol:a•s:ss ace Sao le"slq ' son rates ciftnty Ca_ct:es tleetflclans 11.11 .01 3&.50 .q t:e•.x:::tsps/ Teeitsleians 12.11 A2 1102.2! .01 SLCVA"w C0xtS7auCtORf 11.45 .541 .15 2&4' .92 Costs, S;11"re 11.47 .92 1101.25 .01 CMA70M CONStsYC70Qf' SCLFM 7l1.th .545 .3% 1101 .92 Owes Cuts County 81"A"01 CORSTWJC"Ml OrLtm t1e:t:iclsrs f 11.45 .70 101." t► •! 904" Carle Sp::ca:s 14.9! .79 101." 4 mt=31 , • • ' ►1 sru an!106ms30t CMesties Alameda. Cantle Caste. tabs. tie:trlctans 19.25 .!f 11+1.75 .N rs:ln. rarnlselno. Ifomeheclf , Cs::e Spl!efts 11.07 .35 ::03.75 .04 - halt at county from beth of Z lcss:s. rt:;s. ribia a" Ft. Sfa"t. lwtltsy. Mars. 0 1�:0fs Ce rtlss Sm Mwits. Sas haseleter. t:ect:9e:6as 12.!! 01! 110.!! 0" $"Mateo, Santa Close, Sales cftle Splicocs 11.29 .19 11•.!5 AS Ctrs. Selsm. 1S.W. fcsM east N. la%*. e•Ac:a. fieaiwum aN o.saxlealeld7 an!Samuel Unwa CcI1.�! .!i 1.!!' .02 .. :,xy . t:ectctelans 12.05 AS 114'.30 on Cate $#Hicocs 12.91 '.OR 11o.51 002 a wpic' a. derived. fteeksass • Olt.4Jf1d=16 Oss6tSss. Eumiotaas Cans 0pitaees 10.01 -;02 19 1! Aft wwt t VOL 404.M0. YO- OMAr. ArIM 22. ins •'' ' nctsI=Ila. 43177-5!!9 re" 4 • mons.9w•GN pervow-ft , Elea• E•.r• N•wr� Eb•aa• M••Ar ItraNirar •••e• A 41 /Hobs• re•ar•a HUN tN.• 6 I N�,L - Ownterey am'Tr^W-T• cowatr Lt•e.a!M Mee Llectrletans 6 73.10 .9E ti•.TS .E8 13.33 .67 21•.77 .E! Cable Splicecs 11.91 .90 It•.75 .04 4a:a Sp::te:s 14.Si .61 li•.77 .N Nr.a cow sols•e Counties Oat:e. Cie-:r. taste•. NMse. clecteteftns 12.417 .48 WAS •00 f:«as. Vwsts. Steels". Cable Splicers 11.5E .46 It•.0 •E1 :a`s:s 0-4 Trtalir codatlse tea smite. Santa Clare art ftetss:etops 11.10 .07 110.7• .N Sante Ccee Counties Ca::e 9pllcer• 13.1E .167 110.703 .N Sleetrietana MN .77 11.1.3E .85 T4mtelr cable splicer■ 10.00 .71 10.1.7E .05 f:-c:t/clsase C81019 Splltsts• Saw resncisce Couatr la:;:ta !!.N .E7 11•,787 .N Lieetetclans 33.835 1.04 110.50 •46 es:10 52:/-e1e 13.80 ..97 110.793 .04 Cable Spllcers 31.31 1.00 110.99 cm:*.*:s• a:d Sas jw".61a ' Ean rated Caienty cs.f.t:rs t1octrlclsns 11.11 .82 110.50 .163 Vem:aa»t TOMlesese HAS .92 11.1.25 Al LltvatmM Cc. TaUCTORS 13.09 .54S .31 ri•a A2 Casio S;hots 13.57 .92 10.1.15 .il NUV WM COn3TRtKTOM!4 WELPIMS "Ibis .lis .35 3t0a .92 a.-fs Cuts C-zv^tr RLEVAI M COOSTOMITORS, RELC M9 Sla:t:ieieas f 13.05 .711 1007.10 Irmo.) 51033 tale l;l:rt•:s 14.95 .79 0.1.10 WART aSr , *I !"s:.e a-. OL.asalit cmattee ♦la•sda. Csatta Costa. tale, Lie:rritlars 10.25 .85 1141.75 .M r,;ls. piatetine. (fanthets , 0s•«:e SpI sets 11.97 .95 11.1.75 .04 halt at County ft"Nscth of 0 f etre, rt:;s. raNseaIke").ia o9t. ). Rswtgtey. Maps. Z:•re ec.rtIes fan 4bnite. Sea resartme. L:eetricUms 11,24 .75 11•.93 .!! Sea Ratty. Santa Clara, some ; Cftle Sttleets 13.3116 .79 110.95 .0S Cess. Saiaro, (S.W. flow east in Mae. rart3. .s•ntseirl9 eat of rairflelp anf Olaarn boner&Ce atr tlaewtlea 11. 3 .0! 1039- .162 t:eeirtetau 32.45 .0! 38x.29 d2 Cet:e Sptteece 13.91 '.0! 11x.38 .02 iter:,tcse. tteteed. Stedelsaa + Set Tustwum cweetSel. [ums@&&" 9.03 All 10 N cash spage"e •. 30.61 ::0! 11 2E • Int allow %VL ak.Eq. Stiila�r rrD. p„•S1)r ►art f so m e 041. ck"-se" tN• • #s+a raw"00.0th Per-r.,. - ►«q.t«+.f.+.t.�.ea*r fit' �. T ...M11ei.r ar►r. +. 11aat , Ni'e powd..a YaeaMra aaMOr Ars..TC &AVOW-ps, (arnt•dl 2 CM81 it tamt'dt lawtrteysn0 Santa Coos slly/ae. Arose. Sotte. cbm"tt•t 3 111.1• .09 .si .411 tatateeat. 11 f1wo". Saw rrmr Isc*ant w of N.ttlr-we. mous. Riarth Ilam lute*Cyanty• 12.07 .46 3.00 . .11! Of. C:ty Of Lrrl+26 401. Sam t•nito and Lanto Clegg r►.S;e. r4,re:a. e:ae•r. Otrmcler 20.0 .72 •.7f fa:ea:gwtc. Sea:moot.. Prerno. etas. Koine soli S•.atta, s:asa. S/a.lrar. Caantlet 11.11) .SS ,IS Satttc. Temaaa. Rartpa=a, receed, Stanitls" M)a s%! nabs and Tnicama Gaanttee 11. 5 •Ol 4.-sloe t 111.400 ,{i 0.110 flee-Jc, tl tlocade. Saec4vem" mesas. SIsfs. raseta ams ata Yalu cbentles 5.10 r10 t.M 1r:a:e C?+ltlea awe she . OertNrcn lull Ot SM /MRM fo:.&: rj srti+.ns of iaunt7 FTt-e1 C.:nty 6.10 .111 1.09 .005 AS - LIIR C0.12"tiCT101% trwtca Casts O"Oty IA.!e Cce:t.re 10.41 1.14 1.110 1.110 .04 crecm!c-m 10.0972 .70 1%91.00 0elt:atttrl HAS 1.14 1.66 1.111 .114 tine 6,rtrment Opetaters 12.1050 .71 100.10 C r.e•.-stair Steaetocal 11.10 1.14 1.66 1.30 .04 Linemen 13.4% .70 1101.09 Calle Srllcste 11.111 .711 1041.09 ala•-So sal CGmtts COSI set onto. ttedee arta stablyeat IYereles 11.30 1.09 1:36 .02S tbaselar a.tte. Col..sa. Comm. t Stec to limmor %*IV"# 41,.n4M. L+e. I_•.at Cgs- Palm 6.10 .13 t0 .t0 1/24 pt:::t of t r.:Hy tccn arae Ctarsafter %oft eMt!- te•.,rat # to C;.rstS Live) Man Ich4 erlr pow"em itr stva:a. e:s:er, r:ctas. JseOMaaxesow 0.09 AS to .2# 3R4 Stott*. S:eaa. !r:as0 u:+a ttripeet tlrw S.SS As is •.111 1/20 Ott, :'tiwtty Cssat:es 11.M 0110 on .111 -Llceesv ftlesreatetr airy . ia:s•etae a►.0 San JurOalw �a Um "Sipmemt Isis 6►aat/es 10.#3 .M 0" At 1'+ettltlei Llsessm$ Mt060 10.31 .13 It .111 1120 Ida Itrea city*1 Los"We lee*III Woot 101042 .ti It .10 1/)1 Mus to Obey Lima). ftele. Oble srlltert tr0iwevr NesMetve W @moms twiwte*e #.01 .ii .ti 1000 3/x11 Bile frtlyet 11.70 is .10 1JM low • • Was ase • s.W flow.sr•a../"•awes pds•s 4...a.s r.r.Nrs Iw..y 04sswse s.•.. Mar Is•ds•s •...+.. oasAs• ssrss N a 1 Pe"a"s hisctsa s•Ue• 11•K 1r. ass..1.. - tis[ceS:r:a:T.:� leo,t•4 am Com$'.PMIOws 1Cast'41 Pro$Is. g=.a. -JJeaca aid Oslalst Cenwtl Tt:a:e raJ+::fs Crsan:c+n • 9. .17 11.1.71 c:t:r:-s.4 • 11.c1 .19 116.91 .01 tlocraa 19•i; .51 1s•1.71 tt-f-rr C604 gatpeont Cols Spllcfre. 11.4T .11 :s•1.11 .401141::11• 12.24 .11 114.95 .45 Sam reeneloce gave ti e.::s :;::Cera 12.2{ .19 11..91 .99 crs+aeeeca 11.19 1.N 111•.9! •44 Shtlpetisea' ss. rets•!. st"101"0 • ere Tecaaletgr 11.41 1.94 11•.N �• .t4 Ws Tsa:r._-g Crrtiee Cable splices• 11.14 1.04 IN.99 •N S!'.s-a• 1.91 .42 11 11 seek remits+. Santa !lora. G::e Spl:escs 19.41 ,.4a 11 i9 eas Sn to t}es Counties it :e:cr :aJa:1 4,rgar-4aam - 19.841 .01 11j41.90 .N C:c:•!-sa 9.43 .9s 1141.4• .91 ttwaaewr Linea+elpeM9 itrs-:,# :se'�ltlgms 12.14 .fl 1!•1.11 .91 "Store 12.79 .41 1N1.14 •41 ts::a Tp::rera IS.N .9S 1101.41 •01 Cable splines 14.29 .91 1N1.99 .N ss;s a" 101.64 Counties Swim& scrim 19.99 1.0 .91 1.01 U-s-s+ 11.42 .64 14•.01 ' .N nX�2• Cat:• spltests - IS.10 .N 194.41 .N alpine. So»sge, c•loveraa sate. 9:41t". Lash, viaro, goes sem aoaplm toastlN •-sora. Tetana "Te4rltl Oros% 4.92 .10 9.14 1.11 pe:r:'ea ipcgr sheeerget Tspae# s:o:-S--en 9.19 .01 11•.191 .02 8+104 stager seettele# Uneerate OGUI .nt 4gocaters. 11.14 .91 110.703, .92 sanielas:st streetwel Coal* S;Iteeca 11.19 .H 14o.191 .08 steel 9.12 .19 1.14 Wauto Coanty henna. Rings, &Mesa gas i.•e.r::mw s.li .19 1!4.14 :91 &&later TaCountCountiesMine+ 11.41 079 114.19 .01 be"&$ pers 11.12 .41 U:: .!0 t l%Jlprene !poste:• 10.21 .19 W." .01 sprgr stratteecal steel •11.11 .41 an Sunda:. Colase. soera-ertse. • bclpes. Saeed. OtMlsleve sJ::e#, ales. T•r and tliaas ams 9relveme Counties p:::a-+s at gip:rs. &1 asads, sreM 9.90 .10 .49 .11 .01 . Reee:s. rlatee or/ siert• M1M fts"I 9essrlm"ref• a:stke wast 91.06 Ibis ss.m Chair# Sass.l4eambew a , slgcra sJ.1.l.gssarsMl wwe 4NSA&" •1.a .1i• .41 .10 .N 4'ssJrtaoa 9.91 .11 1N.» sees 4wgl 804wh stlne 10.10 .19 .44 t/m•:.a 11.21 .71 N.ri .441 Cob"""Me 22.•1 .» N." .aM NINE MOD. a71.303t fags 0 qt"IN me. at:-303t taps 10 iary.i•aRr.f.,�•.r. _� 0..ir �... /69010.1.•e#.n 1•r+e••• N•wl# $4169.6:00 1.d! w...... 0.+.$ s a• foe.;.aapool? tseeu.. 9.t140 $416666:00 M0�T6 te•69 M L 1 16a.b09 t'ete6ia0 ..iter 41906.16. ft;WT t3: (106$$'03 041/MtfilS6 iCo6tN11 Skotecar. Soft ierYlt*, Son tttamess. contra Coate. in Mata. fa.+ta!'/.ea aft/ 11109460. Pope. Nevada. Santa Cram Corntles thrteflao psrtlawe K $mittrm. a" end rose clMwtl. COSS2200 go.the taq Uwe 41:0.0 lestle41lwp pertiswe of . J camtiee to the Luis Tessa of"% t 11.23 .ta / 1.30 .00 .t3 416030 Strel ll.i? «st 1.310 .00 .13 !cuss 1 11.12 .tf 0 1.30 .00 .03' . •020:0 11.77 .09 2.20 .00 .103 Sftat 11.3: .100 1.30 .84 .103 Sate.05em Aria Tap-to 11.102 .Tt low .010 .tl ita! 110.93 .70 .73 hl torte, amt NoWbalat Counties $«cels stroetocal Steal# Tapers 11.20 .70 .1f 6:01% 1.33 .310 .310 .ii ` "*It. rirtw. ttew•.crelno. saw !pre!# San041e0tare# Sttsetsre ft9mtlece aw41 wwmma Coe. strait S.t6y ste"I Tapetsc 100 jsa 30.7$ .tt 1.10 .80 «101 tap0r0te66T±cs 7.00 .310 .210 .00 total 11.01 .119 1.10 .00 .01 tartlnp Lot 5trlptwo sMa awih Tepole 11.71 .tt 1.10 «00 .0Z 101t1tr7l natkare: /3tta. f !wee, Clem, Lassen, hemwo, 61n1e ani Tula6s Cm tie /eaT:fj1-q the ee6020 St Tcaft1c oeilwaattwo /teles 00,0091. arse. tlseas, ' t 41pp1ltatoe 10.$7 ,St .1! ! S>.asta. Siselleu. l3ttrr, Metl Stop toateller# Rattle 2*nares, .riw:tl a:t Ts«s Surface fan41slast0rt.it61ps6 0.48 Helper l•seel a"* lte11 , tt.wr lrr :0.+!060# 41olt0rs su0t0.73 .00 «N traffic aerfam aawAlaet", t;9el# Sr►:al.•ter# ltraeteral attipar0 S.t3 .30 .33 ! .. 3t•a3# S.;es3 Stye# upas 9.23 .00 .M lister Seat Operation# iraa0n Cau+ty tau:ptttow $set timer Ope:ater son .310 .is Zees taat.ar0 et IWf. 11103.. "Wepe0 ute 7.40 .10 V660.0404 .23 V660.0404tat emu $ae266Sinp pp/ltcetec er"at" 0.02 .30 obrey t+ael QYettlemuw 0. 310 022 ! 0as t. If." on .11 ! n is • gyrow# Mrsetwol Welt l6mat lw ft10 00mwtlem «ti ri ! flows Z2.30 eTq •T1 'nettle sallowaskp 0003M Sppikowl Meet/tor lwateZlet# 1 ettt10 swam /witmmerc 0.10 .30 .11 ! !!Moet ts6etiN Idi�ntllr, 4001se M kkofto• tiuf • so" Gansu",su", 013001` SwIfteVon SO f 0>nipmt 0an0ti 0.11 •10 • • 00y0t te10tlpeq ' S•11 •.1l on - . s. i ^ e�ctt.:.for al�� tots 11 dOMN r. Alt-SM wM a FA."Beft9iss Papua poor 6e0496!areae - lr..at•• 6.rlr csL...w teas• Mat ri.tlsas Mab• asa/r. 6.1.6 s1 a f peooae, Waste" o6wer etP••1r• 4r T.. 6::::y feel C:erat:aa. Alpine. Asrtse. tl Setae. s::arr Nje:a:•t t 1.07 All .)S 1 Nessa, Placer. Sastyente. fC ee:ea pin S.)7 .St .)5 Slefra •w0 Tsto C4owtlra 9 1.455 Ass f 1.49 .90 a;;:lea:ar Course" T.)1 .Ss .)f s tolawer•s and fan P. to a,eS .St .1! Counters f.e) .LP 1.10 Ae ~-P Prat 6.11 .111 .ff Patin County 6.i2 .t11 1.411 P. .N a'C'Syse /~ OASntete; Count; OAS 1.N 1.76 .N tSt-o:a a"Gnus Costs sow feasts. Santa Clara wd d:-lea 111.111 .145 1.61 ..q BARt• Clot Cou0tle• I1.N .711 1.N i:ae. CaLass. Clem. loosen pogroms L•souSeoa:erl MU of Wass Alm-as County eerie 1.21 l.2f .12 Oa.:•aty1. t::,s. Sierra. Coates tests County 11.111 1.25 2.111 .26 6.eter, sat TA•Coo0:l•s 6.19 .1S l.N tel tete' 4011 walbal11t Opacities L.2S .11 1.12 .61 asttemy Cw"Ir 111.N .11 .15 .61 ftCIaCPS# Steastlttetef mesio. P:d*•, Pa!,e:a aunt ltusse IMCtsrfa welt of T:lace Orattes 9.24 .N 1.16 l.11 Coo0tyl. Saeroosate. Tole, a:;::•. A-4ace, motto. Cslarares 21 aef•'e. IL.Vs/a. Plafat G:_e, t1 11o:see. Clea, l.4 Sierrraa Counties (eaelNlwt eerie 1.11 1.t6 .lt l.:asea MO. Me�sls. Placer. . rLm-as. S4:ra.-'0:s, sea:sapip We TO" Ares Is." .54 ; .N l.fS .111 .S"t:s. tepee. 114:* ant 108 Ibeln. ve-0aettl0. lar rraasiss6 Z Oe.a::ea 11.Sf .71 1.511 .111 and Seam" Ccunt:es I1.IS l."s 1.20 1.11 .13 $a.rtat:ls:e County 11.711 .99 1.00 .61 am Pratte bad tanto data Coun:y 1.13 .M .N 1.511 .1115 Count to 15.26 .1111 1.115 .14 A 601 R:t:•, r.:Ne: e: , laser, S40 rites County 11.11 1.111 1.96 1.26 .2S efteUM98'aft base$. rirsa, Alrenr, asn11or Iseettlera sinus, iq4. gusto. portlea of Cw1:fe, Putt'. 1614:you, fsla+s. Ssrwws. Col4rerae. calves. re'aao. tat Tr/as:y Counties 5.15 :S11 .1111 1.21 .61 Olean. as"*. L•ssea, "Ww". iilesp'sa.7erroel. Ssals/ess s'atlre". Poleft. !trees. , K!T:sluste Oweatles • 11.11S .N 1.91 1.26 Monterey. rlsso•. Sae,asapia. . . r,-pqi $sato Carus. 11Msts. slots&. . Azwe:4 aN Osstra to 11186lyee. •tsa141ass, lsttet, Ow•atl's 11.61 .116 1.111 6emstn. Maser. volare. *eases. d1up sat IlaMes voflsune ear Me 04mi" MOO 429 2.40 .16 6awstNs 9.141 .N LN Oahe, soar a"BRIsae owanake I2.ta 1.12 LN .26 . r v • • 0698"Al . run• A& tea 76-1w vl OAK ». tae . MUM 0. Call-3912 faip 32 =air M. 0"_1112 fee 14 iwyi Iwb..In..«. • I..:e I.iga I.aat:r.Iq...r. Raa, Nat "me M.�11 Es•..�i•s ,0.;, wars N 1• ►aaaaa.a •«.r:r aa9/ar ate..Tr. IODfCRS. �OCUrs, ICont•a) a:at.3a ..-A Contra Costa Covatle /radoc, seccwwte awe 1*10 I�o:crs 1 19.29 S 1.17 1 1.11 .N .99 Counties iistae Ys.teca. rettlslw Ilaelecs [slate, the nd I3 tattles W/o Iu:.psJ 11.12 1.17 1.10 .49 .N eaelrealtlonl 19.11 S 1.99 9 1.11 U." .91 IatwAstlel [maselecsc pipe- commit Itf and Ilteb 11.11 1.04 1.11 1.08 .11 arraroacsr teal :ac built up 11.29 1.11 1.11 .N .N flan sentts a" !ants dots a:plae. Cslose:as, :ac/rose. Counties ftr:et!. Sa.Joa;llw. Stan/•loos Moofecol settle ll tettlal 11.11 as 1.19 awa %ol,rae 0e2ntles t9t[T 0 Tat WMERSt fn.:lro If late, tilt alaarsa, contra Oeste, ft" , sill-ft aM built apt ll.tf .21 .61 sod Solsne Osuntlea 11.33 .Si 1.9% 110 .If felt Fxblse "toter 11.99 .119 .97 Sl/lwe, t:l"ecas an9 , /nte. Odes•, at Iofaso. Saw Jeeelulw Osontles 11.71 .69 L91 .q C:e:`, lesser., oder, Macer. Ma9ec, tutee. Oless. I1•:tea, fLasts Skerca, as was", Wes . t+sem. BIG ay;.. Set!... :a1a .. 11098,14. placeo r. /los. Taaa:tl as! Ira trastles Saecawewto, Sheets. Stereo. Rsolece 11.1 .13 .N Satter, tebaes. Vole flag fcear s, s::.1s, wafers 04 To" cwantloa 31." .19 1.44 aM t.:aca Cr►nttes N•clpss. flee". 9tawlelafa s--as 7N 11.13 .N .N WA eleme cwmtlfe 11.14 .SI 1.11 .N {a•a. !i.#I%. srwf►a,n, "Pa. Nom easy. Saw "Nibs. Seam 1 •-s fr.:a+ cawalea clera a"Soots Oa cam atuo 11.13 no." 1.8491.113 ►...2 -18 11.11 ." 1.31 1./8 .N 1e1 ants. Ihyb oYt. fa . 1 wast at a:ceaasc late.*esw %sea. w•wlselwo, sM 1 eta .006 ./c i•-sf 1f." .I3 LSI 1.51 .N hMel•ce. StAaua and r aallastael Lute:ern f11r TeMItT ematlee 13.31 ofs;yscal Beal tar flac! 11.11 '•.92 16" 1.92 .10 Saw osteo Obrrat7 lf.q N 1.81 .12 4i =wte ad asrle:It Nt+s! 04 Ilsbtm detalae 11.3" •fl•csl,e• Roses Slee. f"trla aa� belies 19.23 .M .7S .22 7lwiffa atnt/N 11.1 :11 1.ff .N •tasaeser w Seats ftes s . ftwatiff nor= N." .f1 Ll9 so Tfesclem a*tam Ilttaf rfa0tee S11aford N." ON son SAS aN sl.tale aaac0afa aa9 frtel9ww P tateteat Wit0awrove 11." All l." &AS As a 116 yamtal~a1a1,61ts1~baNecatu 21.q .eaM 4u 1689 .N • :r 1043M4 snow VOL as. 10 V11-•94110At. "oft U. so" Li::f:Cv M). • take if ( Oftwo r M. •d1IT46" Pays 10 O roe"[...Lr.Lr•..,• L:.O.0.«t...Iqs«• rear* Ih.es:ee b.h sear 1*••Ir ( [hsaw Qsas M l• ►eede•s ran.Ne AW.Ta t.••. M L e Peesl•.s wesetlee o"te• AW.T,. 1~1120 w-3RO *Sr PFT I:.MN LAT123: wlsae.a, conte• Costa, 001 fj:te. *bete. **urboldt, tate. CA:a:!us, Col_s•. it ?Dodo. Wit in, rer.weoelno, naps, •..��� 1!as' •_.c_:l:�; Ssn rrancitco, San Ma:ae, F.c-Ty la•t Area). Merced St!It 1poa, Solano. Senor Islet el f:• :**;win Oliver), and Trinit-I Counties f 11.01 f 1.44 .Ol U.N P:c Sam Jcs;Olin, Shasta. Butte, Colusa, el Mirada, fs::aY�:o, St.nnla�a, ` Clenn, Lassen, rs+doC. f_:t�., ss-,*do. -heir. Flow Tj5 • Saerar_Tnto. Shasta. Sletre. Cc:r::�• art _• . sit .+::teens !octet, Tohams. Tole a" 9c::tc.• -lacer Tuba counties 11.N .N .T0 a •» •:: f:e:co C&S�tlts 1e2=104109 TILL SL1ivJ)Se ye :Ines #seal f 10.23 •.70 S 1.2f St.N .10 Alaw•. a, C eotte. Coles.. kzer ;A Lees .r4 -Lae Centre Costa. 0•:1 loatte, Tp s. leve 10,03 .70 .20 91 Decade. Clenn. Wafteldt. f:as_Sa, Castro Costs, Laic. Lave. Lasses. Marta. tares, ttY:r/se. PTrees. eeendoelno. ReJoc. U..ps. Pa. qW. ::eta. ten OTsft wase.vase. /lacer. Piers. sal s"Tisce. fan !Matte, SaCtNCnts, San white. Ss`:a C:era, Sects Crea. fan Iraselaee, fan Rates, 0411.0 an S:-="s .• Csnttas 11.10 .N 1.N a .10 Sante Clare, -:last.. Sierra. Z r:T-L'i: Sfalvee. Selane, Sowewa, G Matt:.. Contra Costa, rlrin, ic�ter. TMaea, TcloMr. tripe. fan reancesce. fan Bele aM robe Casettes 11.N .10 i.20 1.40 .MS n False. Santa Cara. Eales* lupine, Amad r. Calaveras. a-%*#stria C6P.9lea 15.41 .W .f0 .M few tegefwe St Iola" aw0 M Rerlsf-p Cwr:tfes 14.42 .N .fs .N Tbeleese Casettes 10.21 .SS .29 1.00 tress*, tisOs. IJtera,• •tam:s awf Cawtsa Casts ; lbripe". Mee" e*d Ift1we ' Ciea.les IS." 1.211 l.tf .16 Count les !.N LIS .10 tial 5eras cwt Oli4ae14t #bower sed Santa Ckes OlaIMI& 11.44 .il 1.11 a .K Cb..tte. •1l.ff LK .111 Mom MMM %ft a. M. • •.fon. eSittOtOa s t9-S:fO M evil""so. em-9e39 ft" t4 •-sr.fest' �+rc i-!-rawlel toys t-IwMiesiencs slaps N••a7 [e...a.• o-4r :ej, t-iltemaltssat Ours r•Cirisuee "jr. iaNs M 4♦ ieaalws ♦Tome-b" e41:00 b tJ100R>�S ase+.Tr. • 4.39s t l.ai+ 9 1.74 .9s .t4 •• t:sls_-o. toga tiwur at at erste t+ovriy rate ter wet 3 roses 6re+y 1 t 0.52 1.00 1.70 .99 .10 rr:rtee. ane 21 0: taste tswrly rate toc 4 esatho to S years etev► List as Yacsttan 7r,r Credit. Sls Palo Issllaryst A%krewp r. Ctovr I(b) _ 9.795 1.00 1.74 .90 .10 Gtowr lisp 0.3eS 1.00 1.70 .90 .10 1, tr.711lec toytestvtte 1.22 per boor tssol/dor surd plus S.13 Cesm.-p l(d) 0.215 1.00 . 1.70 .99 .10 lee sea go vaestlen elms too the tiffs: lost at ssilerrstr 1 Cees Ile) O.NS 1.N 1.20 .90 .10 1 reoc evt less wt&m 9 tsars S.I3 par asur to Yacats" rwat Ccear lip 0.095 1.00 1.70 .90 .10 S Teats Mt loss than is rests S.47 per brat be Macatlem rum# crop 3 S.14S 1.00 1.711 .90 .10 one Is Tsars 11.113 per bear to Vacation re". irM 5 O.OtS 1.M 1.10 .90 .te S. 1pargsr wntInvtes 0.90 per stars tee as tieat pis lost* a><eglgssats batt tars 3aata It."pet Isaac M UbCatme aw4 isis4sr iawe!#ta. �� . ts'rnwltel - Ctasp 1c 9.1" 1.00 .1.79 i s Group 3e 0.145 1.00 1.10 .90 .10 . Cseap 35 9.9411 1.00 1:70 .90 .10 "WineI ars Raft On" _ • Grasp 1 9.045 1.00 1.10 .911 .10 • heap 3 9.595 l." 1." .N .10 � Greop 3 9.31S 1.N 1.1! ." . .to are" 4 *.Us foie Lae .901 . - 1i001aMe . . par**Id*1101" . . 47s�aj 1 I.M t.N 1" Ottrtsp ! 91149 Lee Lsi on at • Otlanp! 0.061 LM Lai on .,,�; lMrAl MMr11L Vft 4L WL soft 1% IM •;'es tea.'' • war;sf Cft `� t�rays HtY:-fit,; tW„s•a! � �, Aa"s,l: tr.-•lt ::cae:s r.,J •e•r::: Carte. w:teg a+r a1:ILt @fM llalr lepra ytseeses eM low tab fest and cwet'wes K subway otter tUe teryeaarr ce"t lies sere @"see K! - fp t •. r!'• -'e[ • i :/[as: t:+cre:e awl prr�siersirer p.Z a--, uwr.:c tS.,xt_te •2, ".4. C-3-cctte s..: C7we:ett fstsrp ilei; isUmgers aw yeeegl eswsttagttlw race M K to sa' -Cr�t:er a ;cc s-ez". Cr_a:rw:ce errs cettecr htet hr's bell hole otlwp ape"aft riT .TZI'E:ir:Cc-:: C-001% CJt:ea. rss..:r»e:L-►�, Iraseerers, '`i r.a �•.• -r,r c...:a: r-: Ja-:::7 0! p:7e eaeg 12 Int/.e•r @fear lit)t Co%res costa Ce•aty eiwlys P1Pelalers. Cs..tsers. - :j;- and r.1 law:!!gs, Plpevral;r_rs. CC%!-jlt Users awe Plastic pit-cleverer • : , , a 'i� c;-•o!C, ce__._r, la:e, eaas2:e awe similar hes:rte Pipe Tes.lt. M 2aist pipe 014 atr!ppaaq of same. etatainj. lwe2r0iot cera!r of veils, Precast M%-Nole letters, Csst Is -� lace. Ptswtele term sett•ce-:; a:2. :.a. -qr.:7 ;ar :.e-_�r: T_7;_,�_:ee. ep►ar:estw. P - '`° •�! t*-': oras 1.er er .1r711 laic- t bceaters • : :, r...__::7 t:.! ,::wcrr; pa,-_1:yers. eiil:ers. t+awaego, fiteaP 2r trphall stwalegar Cs•aee.t dw-gars ed Usnellwp /r% ersrot - [ C.1-4.8:z la;,ca, r:rate ease Ue:e of yt':sw; Mese-xltec and E1,cer letta:lry well: Cexrett Fs -,sit. s •r,! t:e_:ri.-r .`c.^r trnh sv:e,rrs: •over teCkrg srmpet ani tivtesswt Concrete MINiw1 era C:ir.'.iaer. c:c 1- C:e 7":r s raa set riw Cm+_ret: La.nse►a het OR Jryl r Dr!llee•s Nlpe:r Q.eet T_aeol r • rS;. • ,.•;-t::.•;:aYa r..2 re_<-s'.rrj-:. irela!!ry Piecing Xrslrvw. aatietegsr s/draeh: Penile relict 1.7 .K p�eswel; ' c'' :r.•:r a sa ! l�rt K =:�/i ::,tag% e^srtaec, Wa-M.S2 am w:owles.e3weliq 4-4 Uewelte e! all gels SPA `-.l liege •'e�:�+e:s Cr.:z t:exSer - Us ar similar wsteaals for mom to tNM_eteing estttcete ees tasettow: Pieteaorylr t" r •s • 'r•• t er-»-rs1. P-2ts sea '-It:% nett; Vista- Ober, gni ets/lar t"t treW swea"Zol Slap 11 Stwyletsst. 3 art 2:-. leas,-is»ate, i:wr,•w. Ga:alr.�sc ilZwetllrq aM loW hale, Iwre~ls 1414_e1 1111 Paarwatle. alt.sae. alta electgle s 1.:.=8;:a.& i!••a:ars! :see el!-bero: ViLre-edea/- 941 t/Nt !molar iaetimp K plow aa.Aet is IseMs ! c _lar ws»3a!,sgsss• vsgtj titrateass ricl'at-it s•eMne1 z 14==1 sc _.res 1:w ripe Ili' error, 1C0 les. *asset*rte owls is t31 eleewap rsra.a[�lrttis. xeunit WAfr1t12alwp l.+eiealrty c:•.c.at?ez an-s:Mltas'type: rarer !ara4 ls.eeratale With be,test 11::1t" to $%coot aleae.tat tNa lin MA VACM01 rintsirat et•aers'"�sra iswatrvctlon I!roses luel»=lng Mier and q+tctl labrecar Sworasaw. feat :fistltes fire Iratcliets street eleaneest CsrMrets. yr"s:i21 wssr42ss WrLtsar-10swer r30e1 4041 r IKticotmtal sms � labeetol fete@fft Umbegar break • i at.Sias t;?.:.erallar Tract erlllesst Jack ley dralltret liwsiersg Miers, alristetwree istsrtrt an sort atslseraeelMt Z cot iwl lslt2._er e�slew Sell1eze: r+et311ra1 delllere- all wiwtemenee. pwait TcatRtwt ass lues bbY Stseeieae WA lsilteN t1les-n3aN•ess M. tyke or cstus of psrecs staltipls vast ' enwiffircesew Tco* tatseeeat yr"warr sit aarvsttr lines. 1lleteelis r lei�tsr3le-te:a=MQ-P-..r_ersaar All axt of Sealing, placing et Owlsis vast caw ateewMwts Pence lsestas/ *an*ell lireetwtsr A «r a,S t'estty K atl.Pwr✓!:r ane ertlNltes K eFaeeeer type es- Remount 1wksea » &S1 so s(eat:.ai,e:ea tx seal Nalirt en/plaelagy S11y� t. rere Is+tiisltr;at11/iry tat nrtiR ogee teg/st1'Illt*rinser rftery"Slee a ;soon'Cisawers iea�Stela 4089sP ar neYlh ' seers it smal� Ihnsso *Mawr AnaaN among fsleaalt we �� `M it Mwwsesr . iaq�3s /•!was d fatluan fir - • • . MMA!snow M.1M oft 2% so" • .•- •an,..«s....�ew��...r+...•..�.*.-gyp FB gap one, lit, On'son WC ummi tluo"I ad&"it 1000111 flreafr 1. ft�le#rertbHrarrtt Han!*Allot# teearwlrant tiaalte at NllwtteeM meals- - fore sa arae iftGws: !'!tett suet Out figs• MAW acted at eseaeetM 1OId On"Wr of I �► ' tletr«ae peer lefoll #ear M#w /roerlrrr t+rr+eten o.11n Mee,to Q*.r la lit C:Ia!orr alosttrl Drlllere• tetrttra ft flee/Inge OettY - ALL M�!IPM sm� fictfrcrn - •hart cat to ll!tNs awc:ete riwexhat in IWWWI1 Coo- gum,Oae"Unfetl stets Sues! can: C:fnt tea-,3&6 awe fatR&ee C011te ani Saotctote 6az-�a a+, Iet-M ataGera�nr wile reeeMrt refleewer M/were --mv exlaQlal tar aa* eettes was an aleft we reale twtat aaaleeanr iadiiaMt wttiaeat m}ef te/eleaar as s11et Ilaet saatelai .Vmoarn Hrett am$"- wet tatfrelrcfeasiN Steel ears Peisere a"setteaaa taneeae". area 1 la.a! 3 l.it+ t 1.» .ii •I! uect 3erw»- ears ar lase!as arMtltste aetetlale sMetsleea/ area a f.1d i.ld i.» .N •1! 11ar Atea 1 l.11 l.id• 1.» .N .11' fhap it 00let"deer 11neeleaNtt Qwdeteaa•ftlset Asset t7Maiet- Ir me. ahreetrat ltaiMsa - Meeft 11"t"ecat area irM late*at bid a.al -tlaetera• Ttaesaeae Cutcasta ctea- lsele#N Mean t l.ti i.a1• 1.» .M .3t esttlem a" seated*$ lan7pn fear set"10I malt asst fie- Ates twlwa/ ineNt Atea Yd 13.13 i.l1• 3.» •N .11 Ase ! 11.11 3.f1' 3.1# •N .1! • Je Rt 1 Mr11et1iltOesis wrMlet AM Q it Melted Prestos fromwiaf ant ieleafl s a1 seek. ealsMeee Ma ia.33 3•h• 1.» .N .lt M eters,w3alDlai hat adettsit sirtstas Been a 11.33 1.#1• i.» .N .11 - Ates 3 #i.a3 3.#1• 3.1# N .14 On*20 itsl-OlIke week" 1"I"Obe of MMIs"tuft MWM1r1 Ani ! 11.11 1.h' 1.?i .N •1! MwrMr 3e Maetei "Befit flsNetes&11419600 lt * baa 1r beat, 1seldtf SM•slslef et&WIN - _ lliaalMii"W Mr 142 M - sM 3sPlaMtf 1 as. fi• . swt.s.ilwaf wiP*itfl Mea 1 3bf►i l.p• 1.10 •.M .la Acle ! U." 14" salol on si e 3 12.14 3.010 i.» .10 As ' - rtes a $2.42 LwM 1.2f on .tae ` - u arai.Mw i1Piw� Seem • -• _ aha. !M• •r.+tfiwf am0 1LM a.** 3.1! .M .it am an .3! fi1M 1 am i.uN 1e» aM as Half 1."s I." .f1/ on • Vft 4W "M , Pyr. • 10111101M Nona f�M. a Am Y Pall *�, t s� t • raw ss"W^ ton _si-.'•-.tea-:.--�.' � � rlMtNati� M_a• ► CA-us ►ClC r sort OR +•1• • pft," e a U a,...7.. le.esrt star.• muerea b s•e- J/ tsatf sststal f*la)ca to towing __ N�_ • r.: mal a►1lrtaaq or teases, Vessels i MS rater tor-M :tort of 1a the j 1 to 711�10[lat l0l a� wator of Parse""*&. materials. spllaust � :teat;•:• LtV•e- • Valse �1et11aa4/17ae*M1/es a: seta l P f.SS .i1 / 1.61 t:'•a Z /.!1 1.01• 1.7/ .N .t• ages /. : J l.» 1.7:• 1.Ti .N .H Area 320.30 .N l.al 1.20 !1j . . 1.a7 2.0)• t.» .N .la ar•a • 2O.S5 .M late 1.00 3` Cptra•sr /selwlg~ct as: "sz�':riot*rhes an pyiaNr . +s•►=r:: Lat►autsa OoeO mesa t tO.7f .li 1.30 1.15 2';s-•ter, urea 3U.ti .li 3.30 1JS <41:•• 1.20 1.07• 1.70 .M .la *tp 3 • U.50 .li 1.2/ 1.1S teem j 10.05 1.01• 1.70 .N .14 mesa t 11.79 ./i 1.36 .1.15 M Js.•s 3 10.30 1.07• 1.74 .h .14 s arta a U.•! fait• 1.70 .N .Ia 0.11fiwl mai ftwq Aasttaet"a Ter lout YL trot on melt-lrspllN Z�u.�:r 0 >`a .* L:;.►stere tlrl/rr/ .taeelsl . tr :hr r.eraile bat averatsrs ` ttt•_1 2.07• 1.7/ .N .249 !a� 2 11.71 !.t)• 1.70 .N .la tOOHrOftse iii• 3 10./0 3.07 2.70 .M .14 /mar Ot*tole O"I"ateda Q1q b to at a*i. trslast U." 2.07 1.70 .O0 .la 0sesaswa ase stssttw. [talc !a y�s;� ,t Ane 1 •qr se"N2N tett saN 0. •ta►es•.rerc`uraou OMrtem Ares a-errs •Ata• M rase ariba mai Mly to"r e area 4 10.11 L0: 1.70 N .14 tsaa saw Ogees. U." 2.07 1.70 .M .14 atN 3 -Ortega K 30 aro Olin gar0 as !!!tart :Atte•: 11.01 t 1.70 .N 1a ani i -A.s0N eat.wOw ai Maar sets a>t `� Aria a *lase 1.01 1.70 .N At Sift!lire. 4 alar1r0s0.•.a0 �a 1100 11fu0 0t W �r soon w ft Vft 4& a0. sae Y • Is 7. MMeatw nr. a»-l9» !tela 23 sumoves M. eh"-1029 Me rr��197R9de Ori 10 . ptledetplMgl rs.e.M...ca�•/oa••• ' b•it - Gesep 1, assistant to 641"gc Income. 011ec. Doobmol M•.•it tb00ccae R.,,• 11 G R Iar,9«. t+aKaMro ead/ac A/p•.T,. •Gest$p 1-Ar tbeoprMeese Oprertot • us" 1-9, TtseR Craws Oiler NO= gC1I$OLXT OMMAIM ltttelstetsg3 Ccorp 28 1"Sec Moist iMlating Motorial 4x111 ics•p 11 0.70 9 1.3s, g 2.00 .90 .24 Gcerp 2-A: Ca#ptte#er Operator 12-111 Generator 1100 t.w. oc wart$ Groep Its) 1.11 I.1% 1.00 ." .24 (2-1)t t$aldiMg Machine 12-11tporered ether %has b 411eetcislt2l Croup 1161 1.29 I.IS 1.00 .90 .24 Cleo 2 1.91 1.1%4 2.00 ." .24 Grerp ), vett 0e*lnset$ Tort ilftr A-fts"I last-ovellea 6000 Cesup list 10.10 1.15• 2.00 .90 a4 t2p0 lifting dealt* cc" 1 19.40 Lis 2.00 .19 a4 r,#-- p its} 10.10 t.IS• 2.00 .00 .24 Gtoole 1_At Meas vstr RepirMreaw endhr Ml$lier ctrp 4 11.11 las• 2.99 to .24 great f 11.40 1.11 2.00 .90 .2t Creep 11 Opeeatiwg tnylwoee to lies of Assistant to Msglneac •iasiedas 4.21 pot boot Y 01wM/ d Meal! aM Mel rots PWA of boiler ec Caspceasee attaebsd to Crane piladrleer$ Operator^ of piledtivleg 91*6, Skid K nesting aur$ Qattieet eacgee$ *potato# of 016001 or Casettes prated Crane tileRiaat 1C/0 Mlle-} q to said Including I Co. 24.7 TRW% Clore. op to ono loeloding 21 I tons Misting Material only tatec•at Mlossl or Caseltwo powered Oona g1ledrieec Group So 01� {r/0 Mtlacl over Its.^y1l•7 OW*teR of Craws W/stess. 1146% • boiler, pap or co fcesme otteebodi t gseatec of atsoa peaersd Ccavlst or voloacosl tppe irleor ttalw A o9 064148 %Wit 1t+d Craws. "or 31S "no belstlq 8ateriel of pace I A - pildlrIvIog octet . F 14 ~: . - • ' Mom NOWMt VIL 4& M sa.+r+►r, "M 1, It" - .. 9 ' t, of»-9Bi9 s9 e.{ 11■t+sigll11p. nn-NM 111B�tl�Yu►-.sr wt�►wa }3,:.... ed11A11 2 011p 114 ?; free! to Assistants to s)tglaeese i0rese-asl Tiresome Barry watt seTsalaaa . /�.O.lMt*"Peree«. felpet ftlasr teethadt sil" aasr switelsani Tae Oat ►Ireawrls hrtstaw 0•�r love- looser most Apsit a"!rets ree" ,t2 0.... t«+ M l r leaaiw reterlsa Sadly.rstoup 2: Ceapeessp or Goortaters Come "Inge top to and Ine1041. 84011 '�t 1 Y` OtfiN "aspen detA�i7o110 `"T'' Conveyor N1t operator ltwaatt)s fireman stet Tieats R#drawite: r.3attesl t ARI&;1 ltrchanleat Canveyes (aandllns balldlss Mateetalslt weer see 071014tar teencrete !tenth ft"operates Spreader soazaa (witR sctaebls Ter Pat flrewea tlewar gitstow gtt.rp to p.7i f10.1i i 1.73' • 2.00 .10 .24 CtwT 28 COS WAS 1.7S• , 2.08 .93 .24 group 31 moa operator lbohate): telletpter Rad4oaaa feige:simanit stest- MAR; locomotives Mists Ross ea:rt0c tcorscrwet)awjob sites iOtonzst C:Ocp 31 0.29 1e.6i 1.3S• 2.00 .N .24 Crap 4� 5.01 11.21 1.33• 2.N .N .2i 0pecatect seceed,%" lescept OWN0ltie ea.trete ravir.;)s self-peo;t1104. group Se 10.01 11.47 1.3S• 2.00 .fo .24 ayton:tieally, applied concrete coring Machine !0a atce•-ts. Rishways. stefort: a"eaaelels It-me tog sestet frAntas:eigtrlrt capacity 3 Crewe' 10.72 11.12 1.79• l.00 .24 1 10.17 11.72 1.73 2.00 g:twp t it- depth$I 9egget Ralst. Slagle dfvel Teoet Cleat oiler . • .90 Crewe 01 10.12 12.12 1.11• 2.N .N .24 st 4t Ballast .tae* T� Crew!9t 10.94 12.14 1.7S• 1.N .N .34 e"r S.sa`t Ballast AOgvlaeecr "&last Ta-?ee 0.41ti- Cro+tp lot 11.21 11.Si 1.170 1.N .N .24 purposes Bosses {asphalt part)I theater Sretater Itnsideii ya4a Litt gree.+ 20-At 11.25 • MISS 1.75• 2.010 .N .24 er tweeter !crests Menstruation JOU 8144!! ilnt tisasecs lcerleatia► and group Its 11,42 12.62 1.350 1.00 .N .14 service isgsa lneer 1"bile d It as* rata): rtaterlat Mist Il dcuz)1 shattlecaer !lo ftatett Tswecse►ilt Creep 11-At 12.49 MIS 1.310 1.00, .N .24 Crawp0ll-H 12.77 14.25 1.35m !.N 49 .34 grow! 11-Ct 12.07 ICA$ 1.35• 2.00 .N .24 !scop re fpopresaet aperawowcter 12 is gen Concrete s1 Misers teras 2 lI concrete !cepa or fts�erett 4:.nst generators U00 S.W. sr evert •latlodoe 7.'21 per base to c:aetins ltachtset Ness-"Id laic-operatedi1 PuVe 12 to 711 gelling pensioned Moslth ab0 patters tend. - 9chlnes tpowesed ether than by tleeteltity) it to 71 s • t ' ge-v fe SIR Lisa RosO Pectoe or elellarl Baa+Tcve! as Beal tvc?ose A-t'caee Tues: Concrete *ate% ►18ats lest cc drylt Ceetetet• Saw,. Irate- • propelled emfc? an stseets, t:lthtrays. ottparts ant eaealst Oriilsr.S 4ti5 Beales • Kechineey. vertical rad hstiaeatal teat to apply to wateellgecs. w;en • Ocilla or }arah4wneti)l Gred*settK. ssadt ChR011 tr-ee.hanical a: Stool- wise)s tool- wise)) Nighttime Cabl" sigostraal satanativts (Slee*er over 73 tvne) • "I""!* 7asatnal soil Stab Vibeaser Uo alrpasts. bigtwaya. canals and wataharsest/ lilehenleal lea/abets ;aaaaerottl label. 40-1ona. 04:we11 • 1141490 Bert er slatlsr tfpsa)t Rarftableal fern. QMb aett/et Curt w..0 • setter taeniae. tarctuv er aapbaitt Oattabte Cls%-tvrs lest-olive: 1 1a4100 rad siallarll lower 3600 sperater Isettin0 SUP [oras, eel. • to UNWIS41 All"I swese ab ltw 441riisi and 0131101 fati2taltle NMeab 1iatlapt 11011-oft"the I 191a910 eag10011 feibptspelled •• i fyalube Mrsophe 010MUM6e fteaalse i>Ke sf •sailer types1 t slip Mas Owes MMU!d001p 400 sommo 4t M stall&AW INC"Isse"Wss awano maw ' at ft 11 ooft VGL 4% SIR n-40"T, AM »r tops i 4D .- . M. d7r+S4N slop M. d1?1-SNs Sligo 30 sags spirmhT orm-Sus towit•di • - • . toptAs 1 and 111 1011!!a" goal wevan (ft t'o Pam tag/ in ' .pegrIt Concrete Conityar or Concrete fvrp. Tend or cgetgmeot seems" IMov lt"jt*l to 1 1: Concrete Cows r. bili) atter !lett !metol {'ee♦ 10-pr sretbt tls}drawtkt by to MN twllvdin4 1 tea. v4s. w-r-c.i s :ibal Dome rseerr roller ren7an ►u-.,p a--d Stellar tyres# Centex Rider saet4ee ieablel top to and tm boli fl 1 h, yd. w.e.e.ls CWawatian ._, ter sletlerls w:J-;a-sa-er for scatter): ratec/al waist 12 or one droolo Ane out /asaaec note 1/2 Co. yd. m.e.e.;# bmtinoewe fligac Tie sac% Rtt'swlex2 rants>eas er SpreaAter ttachlne !asphalt. Barter-Cced19 awl • Anger !wP to and toeiwliog t ter. Ido.) feeawt sttaMelyr [ranee Iwot viu ptetlatis r Mer or Short iblst: Risecaobil9# paeess•wt Sensate groaner with Mer 21 to". aarmchew and Castcylt Cradt-alls fvp'to ani lweludwwg . w nit eit Cs-.pre.ast ta:alar_i'.n: wsweotftt Srooter. crock wowwted X4-I# Fewer Shweelt, Claratlls, aragliaea. (up to end Incle4eng i cu. ydo with". rester to-zinc:son: H;,c lenlir.7 RaCNiwe {ripellw±s enlr)# o.r.e.)t force slede istn4le enSiewto Lelt-prepared soeiw-type Ltt:ars r- pipe Clean:ni ►.#chi-t (tractor propettel ani twppettri{I pipe Wrapptag gr*ice teentet wou'ttl (**at It tons)# self-propetted aesS-type Litting riaatise fttaeeer rrepoll-4 sod s•ap;eatedi# Setrig"atiew plant: pellet ltrtee /center ahawntl toter IS tens) r ` t"rattt /ole.sh aspLalg c Sol:-propelled Sapp tie littley hetet {tinter r aM#1It Its sans or loss 1R.S.0-10 Selt-KepeilN pevattwg Galt #tonne Gesell III artawatie Concrete stip Tons ranee wtitrtte 11011cood Car iles•.et t�±:atert Small Wagner {rota Uosm) evil tester# hwei type tartar gsr(+ero Canal ptowe scale Neettillect Cama& Telracerl [anal Trivair r rAittehing attachnentts Craws there 2S tens up to end iaelacCue 11% ' ir�nr sr Amor-tya:et for srnlisc)t #►:?telt dant: 04wa iert [est-in-plata tewslt Contimieus flight�yti Tit Oset Awyet ewer 1 CO. yd. tlrelullng ctaress stye L►YBsg rar11s9i bt-esien stoshtr and refer "eRatocr [ewerett MRett Trawrittt 010-A-1 hr Similar (dS tons Mer Settle »ilhaire Cadlr.+J 104tcF !lost t=ltip:e u�i.sir 0019:8 11441"7 slltld Eparater# hoary Mty ower S tens)I leader lespt 4 yds.,'gl b an iaele01lry 12 cu. yds.)w t ... fersitran a+eke Welder# Fres seal-:achlo9 for elxllactr sslsae /"Nett aloft (MASH -alit sa.►et y#sutls, C1tamMiis. graytfnes, lacar+oea, < Wer top tee 2 foo I reeMntcal :resrh shield. portable C:esblwg ad Cradevlic lwesr 1 yd. and R to awl lseluilweg 7 CS. ilea o.e.el t ►.o.rc- �4 tea*"Ig rii-tet lash Cats eta+:.c ?less Teeth-eari"I ywipaewt for tired tartA sowing maehlhes hwtttt+le rcopwlslew rover +rafts and to ° pew e:ae trl!ling aS eve. y`ds. 'stswek• m.r.t.l trellis. T-hlts. .ae-la, tar or more scrapers) fat to amd*iwclNing IS eve. yds. •stru:R• m.e.e.l: Sa.t !i. 8101 41911418 pah!.er Sire! Coleco self-rreptile01 Cswyrxetx oltti apart Kepetle01[ca{veter (with pattlrlt ytepntsiew anent mite)w stable e►.gua flee=Gets Tc:+=er sander ltuster tictd oc $leiter equir+twtie Tweeter Rubner-deet Lirtk wl" rtiehiwes Moll tar4tg sacrsrelI slip face - &a"serartts Tractor Tres--hiwg raehtwec Trl-Mtt% pane# Twwl rata hoer (eewCctte Sr asphalg t Tasiem Catst Tauer CI&WO R31111e1 Tr9wctrr serlwt racttmeo wlesro o;Sola-e:wer land Some sMllar pegwtll gdrsamt) frolltwg attael shielpa Iaairereal Lialhet and Tower Ccenes Rand eta... ' types;) Renes twcarathr ter to ted Inelodiog 750 nit. 3d.pot owner II wlraaJ 4sct 91 [anal ftpla/ Steals bigger• Chiesge oma tlaaitwattew Mane Crewe tweet IS tewa) a-.2 Co-;eesser tgwntttit Cer.`irettiaw slarry place amMor Cle4oare stghlime C4sltwar IS ten$ oe 01 or=eel# iwtl atatc or eisllat in it. Mer gwart! iawstiat toner 11-Aa law)Ffagaaa Its NSjwletthw with itt4st Olearatarf t Ccanes - #trope trstoer erre. call of tenet HM!r Tasewr Tenth bow" 04 he fewer FIS tswsl t Llrder Iowan 12 eg. Yds,t IV to act ISelsding lel Co. xct. -Uttar set stetleff sower 260 Its WA brayltmwrp'tgwet 7 4g. yea., r.r.a.ls aware bene ma.s. - Pupa beth pewter ftebbas t2 volts wet »as. IN. 'attest• h.c.e., @sero Ste lupe-t;zt laetarse llta� ttwhtF 1111414"ktdCraning Car-lift the sMhl sheaatht tgwhr Tt10+ae#. yde. soe.haost 4 ...- oltllar!# Cleateol Creettoy rsohtr.se ceeatnattsw i11rRAM awl leader Nt M w.2 19ets.icg In a, Is. s.r.e.lr Merrick 11 speatere 4eptrd too 11-100 Immiler taws !r as. yde.t 110en small; enter Casa.* [ret M/st){ 0*99444!dries #soft"asow tlaa 11011111 M-`101 :gp:ur ansa$ tilegrodere L:hwttat eraiarc 1000+)10gq a**1140 gwrew of 10tiNsrt or teflon sed L enatSM a to t Meseta 'easy f10l:l iib Ilss::#01tq a taptwt hiatatun t»et w tapirs sg�p tfsretaallM t►rttlashto 000%mnt . Will"o,'patLtt$y Scont"r N1 elalleri r Lies skit Newest 1*916 1 w etstlar to"o,a Nestor is jos. 4 to and Ualud"a Skip.!r "women own UM ""I gaunt:#as attlrle malto r alxltiple taw arplr4ta! s matte ff. Im. str4re. ata.# fpr ewes eff* is tog-area an �< *swi p/aeatso f 10nervelt form to Mt faglt•/egsttM tlaafo I afer- ' ttai,le9apar,Mlt-ta.at:+t lialeN wwaHt a .et s.ir Mla Safe tiaa/aM statowull>o all"tararor Mer 4111001 Mail tksMlbw !li a t 104 ' KsaW M 604fte ones"Mer ooft 48MM R tttfMa lresme tlni #nape flfep t10rssmet""ussa "on "M aaft10 tawial moo" ""ft . oselga ai.e.• I t staMlw Il 010891s"""M*A11"Stony "dew Comes M fd � Urt ve as r�+rara+ .0 X�ft 1101X, 4% SIR ill••/ 1MV, MM !!e DIM }:;' MttMt tO. itt»-HH is 9lelfl�11 1191. pthlH9 it tire. par-_of • �js li.isrow !"'• �:.. N i• IiwM r«ir» $AFM Ms w a t' /aaslsee 'Mssitr ealhr 111IKs •ttifa11r _s�•r atM- t. IMIZI "Mrs Ago&146 IIWA Mlrr ttNItADER Woe anger. Wrler t rds. rater LIFT.1f.mvf. 'rock LittN.N I leeel)$ a0s no $Y6wiwi drawer♦ � { Csw:rate p.q owcwirss IMMIT MM. stiff Cowotete pusT track (.a.en pwaet i Tea.) 1l.N11 1.11116 .H 1.N flat sack trwck is used 00esgr/ate clot rock rata Tw. was"" Nam ltl.Nl 1.1111 .7! l.N a�a1l a.Plrl: tkrp I—eet t fes. grater seal)$ awipcnte rucWt 7Win mdve 0."1 tract IWaeer a "a. water seasonal 1l.Ni 1.1911 .t1 iced level)s aspster tvraar a yea. weer level)$ csmt Of pclot 9cI11SON INKIlt {iw11ls salt cat driver$ Nitpor track lettaa flat saet is u/s volts t/at,tock trod Is used lwaratalal Litt let% spprprlate flat rack sate (4eehawicd tsiblatelI shall ap►y): ltekWpa$ sales sell tatbot %lend tsastas - teefcn air. %weer a fes, water _ I•wew Wand elthfa tassstssa• lestp r Testa eeJwrs$ Tracks ( �stlaeletiM) ll.lw !.!1111 .t! i.M , pro per-titch concrete Mtn, wa ds a yds. water Uses)$ ?VMLC Tact a to"wk!)OCR wafpers t Asrekewtesew • 2. •1.1 .n q.M 11.10!sets. wast 4,099 pea.) 10.111 1.1113 Mi Ct)fa:ssstaCM lu/w � A1OtwRttlN hNM 1{AMiI all�ss. t fes. awe Wader { MI:N MUST) waseit. !M. water level)t a+p I• Has yitatst to!M. aM res. ase sweet f "a- Water 4nlar •iM.1 wise l.i11f .79 i_N Bawd)t ac->%set» Id las. and awter •fes. water lewell s <tML7lN UM p.M NL. Ite�ater a Ids. dos%our { aM 4edsr 9,lM p1a.) MUS 0710 1.N Van. vases love a)$ skids (date to bs {fes. ane wader i fed. win a INN$ • wetor ieatllf sigh sate teatMl-ask" Win Los In 146 east is sale 402913 tabsssfol • Leta ats9a 1aaAu$lsai tai 7r4ats Idsf rra-wcsh 40089444 era waw !9816 ' iotas► WAS UM 010 •4.4W - mnin w=w t9It9R 9na1 •ledtt 2090 osuma an LM - V7 w z MOM VOL aiMbft. &XaAWS 9% "M �,.".��+lns .moi !! � tA. P.."+•..' t' ; �� 3 �� � Mewia i11ir+Mc 1 sis.ia 9r.1Rw P.w..M. - Eba.ra. IM«iw sow,& war PaMaM M«a iMea 410000 t 9rw N i r' ►aifia«. OPIUM** APP*,«T4 �.• � �-xi :,rc�a:. tr�•,t•rr Mt• 11AyCa eattlaaa /OtrlsA . am cex•: wase--!$ w,ti.a { as,te. i )ts. a" wfeer i ! r Ys. mater lene:i$ O►�P ti lNitst!sua i10!laYOa !leas 9iaflas s l.ba� .119 sbfM ' ' Votes a:.! a::er'i weir. mates la tl�sarsQ t!Yda.t dawdle 06mverete of weir. matt$cowl srwmn to/we 414 @.was i Yes. Waage lowest$ *owe. i mals. aad tattooing r. r ayesae ti ids. awl wcles i 2:t wit. watts %&"Iir Dow • . c. "a-of lesel$# Seeds teAsls la #�• • awl ltclw!!es! 1! = -!Oft. s mals. arA onset a Ids. tome. water lase!)$ fto" ; Mees :walla sxaa.Ift ewe+ M yy. Yds. mod iwtbi*ke!! t salts,es+:a@s@ ot@. l!M• mates lewd)i 9@111 res arArs i Its. malar sewn is las.10 9 1.1191 .19 91.99 saitai atrMc ereeVoer malt$$ f i MN��I!?-.r:. 1a77tar si1H.o@ntataA route but ` 9411! tleiris•tw. • Yaa. timy.+'s•!tt tlsere-sus. tee/ teclait" It mals. uit@e 4114 L etas* site Ifmat"O i $@sets$ a—is ai/fw sant Asur.9 tM maser Swat *lots Trott tall "` qS;,a':@ti.s�oodss i@aeseta .is. a lila. lair 16Ml:"111.)) 846" its" twtldtastl!Vole. wt@s ' +1are 19.l11f 1.11@! .141 i.M lase!!s avolatar to "af 3 . art laeloots$s 11 ads. Vdlil I13#tiT;;1Kxl ! i@wit U.ls L11 .19 LM •.y� s.ci' 141.!!. i.iri .19 1.00 awl SM rJOAMMO �i : tss c•..:re .rill s•.>rtsati@ea la�Aah 19.49 - !. .19 !.M to f"A=Lt CAMI s 11a.lis i.11ss .19 1.M /iab1�tats>MlwilM IIS;1t-leis Mltsit as yaa.t l9flss 1.1;1 .19 so* Mie !2 lits tsltaMl► .19 9[IRItl:9 MISS Oda. ,1d @sews 1.lM psis seem i.las :19 1»99 �y ILSsl99 4as11t a tilem mu .• « 11d. sad"rile t ML.! mi ss i.lts r i ( 1 x mom Mom "LpaMIS—O"WeAMsmy :K n{� M"so. Gil-Silt mcum let. 0171•Sgt volt` 14 some 1wq.lM. tL.a 6846 .... •, *SEA.�. K•••b ti.eei.e te.•.+ N t i pies'". seav;w tare, tor. M i• /Moder •eepMe ow., low" Ila/�St Ie�at'/1 aN•- 7tt<[ MIiT>t •iia+wt'a} bra 1r { tVfi!L•el SMtACra Ivllre 441&COOM atlrAM lw* i *"Got. a.Ct 11 Vag. sea e+yet. ave[ le fit. a" + faclailop is IH. +*tet Water uselit j{{ levelly wsr lever 11 XM. Cres itver It tMa. Sao i o" Socialist It Xis. water fwcl44n IS Xis. Wates levant 1fe81l8 owwCett Nose 12 saale[tu levee !t xl.. and Ida. ad ioeloiist to Ile. lselsiif! IS IN. Water levou t waster 1tvtlf 1 t{wptac teofc ' Miami tM09 !t xar sal l! x/g. ar taela/lsp to xis. • isaaitq It I". Mater taw{llt wise ltoellt ski" MM[le ' '. so 1400. !4•t. 21•4 me ttMt "a. Over 11 Xb. swat taeld&" Stellar eat tne. 1acrS oMrS. it 114: wise &Hell# 'uttu totbarms"alle, 11w[asttt"t. My Xee-watch vescrste was. 41811/ sal slatlar expo o"Ir- • wet 1!xis. Sal iaeloUst lest Age polilst Agas/tat at : 18 wits level} ' •Is•N •1.1fK .!* ts•M water atot tea/lets sal tool • asl/t[ *reste task ostlers V.S. Oa Si4e14" "a K eatar wage. tralltres Skisa sw-WADINCC SR4Ct too" 1.1" .7t 1.0 titans Mag. war !i Xis sal • lotlastst-IS pis. Meter !swells • lute RTJASR�R4 !soils 1.1M .7t 1.M Ttaei (/rX Xis-�stel� etaersu sols. wK !t Xis. est taeltliat 8415 C'liIrt tlRR7-791•lr/.e IS Xq. water !swell •W" I lom on t1.N Super. wet 14 Vas. ad . loelalist It Xla. water MSR Cuomo soomo 1 te/4w level/l Cep•iwstlgs lay ad aapse.-emse IS xlg. Sia lav teslifts tveg, fever is /acfltl/st Ss Xss. Wates 1090111 Ids. abe fewidist fo 114• � stalls�Itdi�ecaq wigs ttMll j tta�effat lM[ • is xlt. ad uslvlist It pias Come >f XBsr Sal Jaelasly 1s wage Uvtli t wrXaur lever 7M• weer ISM331 9 a a ' Is Xis. a" iselviisp !t Its. • � IS I". alt laslalI" "xas. water levellI said id"ato ewer, vette ltftul fSHs fMtls Use. 41049 18.Ifs. ad i4dMtap over n ves. sae taslldlnt Its if xla. wise laveur !Sada I". a*tar &gnu 71r+w4R Mel was stlgssr Mor 1s to. pn hou&ommovesa also.!visa "coapt is$"-Is 'algals tier . !S x04. sot Me{itMnx tb xror-MSM eam"aft wast war !M•mew boall ll)•1p 3.1" .t! iM 17 xis. ant animal"!t I".water loran 1fl fM 1.1M •.� i.M w e - w ft MOM-11M. a. «w sfl.-s 'Fo AM fit MY i Rials . G►St•SaI! Blip St ` gill.tJttla•Sa79 e Na�Il�/lis Est TM!�lettr:oi M•at•o) soak y�alr/l«•t.sil�wuw • 2lMD�1NR'R(IMMI�i _ Alit Cc--'r We= .M t � N6• ►«over. Vowed" e+l►t�fA 2� t/l "we not IwKlrbf witilw Area 1 eta sa rioype.evve SO )is. t"stet tam•.le. dellod btsee. aS yes. v#:et leveilI ams♦ fCaei So Its. sae vneer 45 tam to Alt eaeae wlefts to ebb aemar/y9108 ,.., :lie. "Otte laved/ sr-}tetra AselOW below vAtd 1s Ms•!.low trwOSblV taer Sc Yis. sat ester as Yee. sea tease limes of Areas t ad 2. water iteral 9rArgostvr later so y:o. on! caser as ret• wO:er t efOmwlae/Cas tw %lee hclfte f ase so tlee exteastew of ilei sovtbery Revell# rs_aupLee ptiet tweets ltse of tovmslatq 115. ' 2941=.ctttc/ r:n of aaOset1alsto tAent• t•stertr stoat clo 16"barlY lime of tawesblr M. 41"401016 t fails tees:ls Yea. tne: Si Yes. tM %it. stable suartalas to tb!r. **roar at tov01oyl► Also 3;' orI aa!ee 65 1.1. water 10ve111 reap ato Mt. !stele bee 1/0R-ad eavidleso . tearee #try t41e-104114%Eewettte Items Somberly to eM UR. Career of towaskip Me esoa `t. fee. sett 2'a fit. ad seat SS - tMwte tasterir to ab S.R. Career if tawaslett. Me ramps lits . ' '"0. setas Revell "Mae*76.Sa t i«lft .1l fl.N #Fames 9sveleery to tb S.R, terser of cwmsol6 'also reap 119. ##aerie 9astarty to too Soft. eorwar at tawwsll* 2150 coop tits - W.&9IRMI'SMCA f# I"/vo #fates• lovtfaerlr to thel.W. #armee of eo•wOltlr In,*Came llto ease-.. Core SS r!#. a" haeme• #astute to tM 9.2. eveser of te.wsalr 225, csa6e 17t,. r 1- Wfing to 2es. water Itasca Sevtleerlr to clop S.M. afrf of tawaSUp 23Se vasta IK. toss:)t i«; Its Y_s. sat. t #More t•atery to the 3.9. earwsc of #"mately t.i. **01st 1st.. Ike:_e1r y•!: ya4. ws.#r Revell# #least Seetfaertr to est S.W. terser of eauws*er 246, cease 1190 k laetot+ !twat i3 y1#. era follies on the Soakwy line of otiose f:eaety. etalwse fsst#tlr /cxls!fay a)its. watt# Reeelll ekes iM Soatlestly Soadmry of Otiose reset -.GS yin. e+ fa a ieelvetq antr OVA the Se"herlr Mawam tery of War* Coay. to ales $.t. 'ss fes. ester 1#ve;11 Seats serer at eoawNir tat, soap 2K. , ahsrs lege, as Fee. or& tbmee fMeaMrly to Comm 11.1t. termor of a~tdp 112, veep Me lrslae:et a.y1 e. water 10.0111 - #barn 7osteely to the Self. career of toawsltfi tit, mgt the :Serie# far 6t#-LtteSa **raves tMmce "fluerlrto ales Rot. **ewes of taves�s 1790 mage tea. eta, aS yS#.-ais rt _l:etay • tba te mescorlfto the 6.10. aernee of toveelelp 1210 romp eft. " 'S2 yes. weer level# it.M 2499 on 2.40 "baso alertlearlr t! ileo%t. eetoer et tomobif Its, comp 11110 a : #bate Westerly so the R.W. Career of t"061elta lose Sense•fit., lTi!!"A:pfI6L•SJt 1iIM tleseat UrtMciy a eb get* tames of towaslfi Me leap ttt0 , aasec,tr N tis. apt tbmae westerly to ale R.R. Corner of torle4leita Me lease tag. ie a�oRoelns Sf Sts. "otee iMm a MseMrly to tb ILL ooeset of tieaoabita Up tamp 229. IM#ae V.;M W.Ot as res. ' Ibe to vesteey Ito the 9.1. Caesar of aowweletr f9. Koo6e nee - on* t.=1:-dOg IS yes. wets tleoste lalctbry t* eine Rot. Memo of esumMt j eat emus tat. r "Oil# .1mvpHmte User as tleewte Westerly to an R.R. Sao""of R wwslett of asap lea. : 'aa- ate rI ln:"U4 " r . "ARCO Mrsleerty to eb W.C. aaea"of eow"Up 0% •**sa Me waeK /ereu a *--ptot #este !Masa Wese•rly a W$.lo o"wse of coMrtltl-290 tamp lost . la *ds. amt Iralmtios ##Masse Roetlesrly as the Rot. oorNr of etaelalett. 2S. Samp lots em"Or towursatin Unele 7leomao Reetoriy to ales Rr. aoeoer of lsmartMty tie *aes eat. iiia.saw M Rat. ad seeldiq tbK*Rorebry to took Rot, taeoar of towns Up 28. a**s* We lS'.ylo. +Rant #awl/l #tease tbses%newly to me R.R. Career of sea Wok 791 oo 0 late May Moywr eft"ON Roto. • "baso ft"bry to ab Ret. atwar of toaoshit so +Cast lits t atlas lla yes. ami aastMtars "Mee Westesly to eb 9.9.'aaever of"W a fatty ifs two Ute !s$t. true bwu 1t.ta Mn .� AAs #bete M Closely eves1 as ab IR, stNN ba.ltss a an Rot. one"of a0exam is ".iie - titrimao 11saaway ft a"10.10ewan at lown"Ie Use *rM 1st• s - Some Mentally to No R.f. emote of arr.ditr 9% now two l6aan Rmasarlt as ala.R.R.. seaoaf of"moo"tb saasgo 1st. t iltlaaoo NepCaif a ab Rett•arouse of tematuf%.teat*lase z :a'� 1NNAL�M1�. MSL A.f2R >�--I�t. A!!Il !fir IN'/ • Iowa chts-9099 rap, „ 6i/SM on. chat/-fele poop to r Msigetela .1 M•/f..MA ' MM Sflasltegys for legal!! it11lt1iKr Isr #) 1�•0 t�IfOstJR NRM/Mle lsaaaNl Irak R3lUP�.T sytra»ii lcont'ef • ;� •art• 1 (stsc•elr vAns, 1 (s•at'tI tosses rooter!1 s• the N.V. cogragor 49. few Its Theme Westerly to lar '.ftlii Sol. career of toweAly 3 . 9409• I . Taeace Wortheely to tee sot. moron N teswslslp Is. raga tato 16rsea M.tlrrll to a4 sot. tutors of asswotily Ittr. r.np IS. tows..We.efrly to for W.V. come of lowers y !a. fan" Ilg. Tlrset Westerly to the 9.11. pryer of ate-sear 11+. range 1:a. To.ste Fartoeray as The 31.9. Soren o! toomoup Mo romp Ill* lbw t• saraaerly to the not. corset of eos^.1-aa 11':. earae 1V. That• lastacly to the Soto corntc of township an. coot alto tosses easterly to the N.V. es"wr of rams S.M. TRcse• wassherly to tat 6.11. ""we of toswNar Ibe rasp late Tsaxe Sawatfal to ttt S.N. passer of town!:y lad. worst Me Thence Westerly is saw N.C. carrier of taswsldr tar. rants IK. Twort fissional to the S.t. comer of nomsttos lift, tarn 1J. Taesee NonLeray to the not. coeur of toswaNr 1111. wasp in. Thence Sootherly to the 9.9. sffleef of %*%%shop :W%. rar-Fe Due TMrlet Easterly to Styr $.So cosnrf of toraht IM. fsato lot. Theme westerly to the N.V. state. frmc o: tosstsRar !:'t. run-.;• 144;0 TResce �.«skHy q too S.W. seems,of sows»!y lass. testis M. lara4cll cs los ft.t. torr er of aM•Mr Statesman alt. Too.te as:-.tell as she Soto toner of comomp also wasp Its. flown thaterly to the S.t. Garcia of Jewsb:y Mg. fat=e la%e Tlrnte fsswhtwtl to the 5./. cefnsw of toraMr able rasp Uf. Thane Seminally a tar S.M. town"of aa.ra!!S go". rsr.#e 11%. TRerte tasaewly to e4$.to earsew of torew M canna one Theme tastecll to lege Sot• caveat of soahs>ty ole. etas• :1'. 1Mact fostaw:l to the S.W. toaster Of soswmblr Soso warp set. . Those Seasonally to the S.Y. aewr of coaes?ty Its. wa.:sa lisle TReste f.4gsaecll t• the Sit. notoew of aohssN V 1111. toy, IK. Thence Usteal w ah Sol. matter of toswsl.y Ilse cause also theme Sostheal to the S.W. meow of torNgr /tun. tetra an. iRenae Sesrthay aloes the hoaera tales at caste 1:4 to err Theme tasserly oleo the Stuafmrs again of townwwp its leo as aattfte eked"etwile%het ranges of Rsn`awn t'allfsrnlo !asters aeantary of aim state of Calliew"a. tAahth toots Coach County Inclosed saehlst the eollowirs-sitting TRewe »orasrveseeHl. &beat•strewn olosts the"matteCommmwlwg 89 ah N.V. anchor of arstq less rasp M. ort. -of the state of California so she N.C. seam of erraMrpy mattetaasow aft ItntNeft lass• 1K. Thence to a So+ahmw17 etraedes a She S.W. career of connotation • r Treace Westerly to the 9.6. some of eoswNq IN. rare its. • bl• rap xe fRsa:e%arthecal so the sot. shrew of soswNar 3tTl, ronp one Theories Is n ta•towty Nntal•h to the Soto caner of awhstll 160 firers Weo:frly to eft 5.9. ooconr of MrwMy l!•. caro 1116• faap lt. fRss:t>tanhatll to she toot. enwoer N"rNfr lN. weep «. ' 110two to a ftatnty Muse"* u the S.S., onset of twoRRr"a tlrata • srly toft 11 t e . square, p of asoW Slee reap Re wap a. thcec .rn Wareberly to W 5.9. snow of•sormor t>re wow St. lute In a%needy Meanings to the 11.11. corms of twhsRly Ste "awe sonaorly to ah los. ernme of MrMir"Me warp ft. •t��. to are Fold of hasaombe•"46 names to a toot of torose Weatherly to ah S.W. cleat"et eeangY�tilt. sora Ste Tarte Rascally to the 9.66 one"of soesahtW 1t11. scop Mt. M+s t alcor UabM41 out rattles of sarehare falgfonls usable* Wastes,Sa•alsrty so aro 11.9. sowsat of to-d W M e•V• • aft bllwnes stem fhhseseu"iy ase afro cl s. ou e"NalgK41 el tun, reaSo rte rshaohtlso to as!outlet taaeoe w a oneaesase of ah So"Issrly fatless S:rshewly wa•th».t. aarsat et aw�mo, roan e[.' tow of toroblr Ve staul& haNltlee a"eawallons throe,>reoterly N W 11.11. erwnmw of aeosMr 3Sre sorra Ise These balmy abes the Seat►srlr Ito of sa+neMar 22 to tM Roane%frehesty atoa6 aft Mass NN"Heads as sir a g. Soso rare"of sahswblr 311. wasp We do""of aoasN41r I+Ms amp sae Ttiamws Saleefmaty N as 5.6. etre"of oteraM/on. fahp w. • onn4f!messy to W 11 111. some at"=out-ilk saw raw trona gateway,alsht aU 11issaotea MNUse to rte,S.W. asses" " Trace Stwhafy a• the tt.Ss anew of estatfty 31111, whop we orf ssrsYt M saw 316 !!rhea seoanit w W R.r. eoghrw K wage fraMsh M ab S.M. ee1t1N et 41arnhij St. noxa 3t. Sothway to tM S.M.eaw.r K �r eog�m Co• Titssl MatieMly N left S.R wfhif d t 35t ow We Ute Laaaaay q ter Sot. seven of ascam awl• �* wtsas Smubmir"aft Late sooner of t�iassllr Y. roup Us e.toa's Soralefy.41e 4110.Sas. rrtsrs41 of�S�7 gam lsosa tNfarly N she t.9. a wnp.of tawNlr at. 0-89#1 !Ro thasan teu"ir is uio S.R. 41efnea of �R�soowe� TMwu OPit ly to the R.S. uwhwa of teeatfly Us rasp 316 • _ Th.etr Mtthewty M Na S.s. wwt►or of seelMlr rarra >tl. "@no Wlnlamre so 01 31.9. amen N.e+rNar 29. ►assn no : ft0assa seKrfly ora W Sot. sorsaa N rlwrtYR soya•e Tab l rthrrly atwsses the 0,01011ft lossu m N s1.e S.W. T�nu 6raRoay 410 eft R.4 snort K Germs@ 0% stay,Rao ossa N eommp we rag"316 .rrsgr sounaf M 4110 Rye enema of SomodWy See stays 3be fMo41s Slworly,fey 00 641"M halatlsres 41w Sot. OMW • Shows Raaabseft M aha Rot. roost of MsM#11 1216 Gels!Sas low �41� M��o eaeMf of aewrl"ft raga 316 • - 11�g.n t#Iwwy M w se41eie V ori MOV!taw asp as �t MWsy M if"a& nshla of eeuaallI 3Ste we >.;�: Nw Ill•�1�n M1L. qe Sol. 1i�■I�At'i N� !!r 1� � - Kri►�tttsttttM t+lt i "� � ltrtt gnnr<sl t�rw.#tu�orsv! , . 1iiaira 'ww*j sing ora lrarMsrl! llst M tsrsMy IN, MM as tial/ls toss. �, r a leis l at** settetss •tt peados of IIK*AM tolstars&* entitled tttl- tsa e"A,l at tea Xatury w0 K sir feats K 4tllsrsq N ihs .�.sa.tat K twsrsy 40, rasp no IIIc. ttme ft"- .46041-mat sarttlstf ligan tasllarl� w as 2.9. sa.ssr K tsw"t Mt../sats M. n " 1koom/suits Mets$t. tes*tr K orm"r 44104 4, tL�sti/«rale/!/ N as SIX tsewr K OWAN Mt*we low of '# !rte•tsssaty M Mt ss..aatr K tom&*4308 onto lit. • , !*Aiss tistlssey is las ts.son"K tlrsMtt_tltt slap !t. ' �, "as:els Melliary tsMsq K w/tats K tacit . - , 'fes I aMsit.Ms tlttiMry M.siMts K as stria K . `fititrwb is 06 so"K 1gUMts. _ • 1 y • • - • ••. • .tee• r :• • r „ t t}^ own MONK of 1!. IMS go-Am TO AM !% t 5^"A (Bidder) PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL, THE 9th Day of March 1978 at 2:00 PM, in the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. TO THE BOARD OF SUPERVISIORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transporation and services for the Contra Costa County Detention Facility Food Service in strict con- formity 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 Food Service Equipment work shown or noted on the Contract Documents and specified herein. t For the sum of: Dollars J-1 ccAA j PROPOSAL (Bid Form) (Continued) 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. 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. It is understood that this bid is based upon completion of the work within 420 calendar days from and after the date of the Notice to Proceed. A Notice to Proceed is anticipated by March 21 , 1978. . . J-2 PROPOSAL (Bid Form) (Continued) 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. Attached is a list of the names and locations of the place of business of the subcontractors. Attached is bid security as required in the Notice to Contractors. J---- QCash 08idders Bond QCashiers Check OCertified"Check." The following addenda are hereby acknowledged as being included in the bid: Addendum # dated Addendum # dated Addendum # dated Firm By Title Address Phone Licensed in accordance with an act providing for the registra- tion of Contractors, Classification and License No. Dated this day of 19 J-3 M1 1114 .4.f .r '�t "+i'n PROPOSAL (Bid Form) (Continued) LIST OF SUBCONTRACTORS: Portion of Work Name Place of Bidders J-4 0036 j REQUIREMENTS--AN AFFIRMATIVE ACTION PLAN Certifications A. Bidders' Certification. A bidder will not be eligible for award of a contract under this invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: BIDDER 1 . it 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 hereto for which it is eligible under Part 1 of these Bid Conditions for partici- pation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific 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 obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. Signature of authorized representative of bidder SPECIAL CONDITIONS Section 01410--Page 1 1.1 GENERAL I A. Information given in the Special Conditions shall supersede infor- mation given in the Information to Bidders , General Conditions, and Supplementary Conditions, whenever discrepancies arise. 1 . The Information to Bidders is made a part of the Contract Documents to the extent applicable thereto. S. Under the direction of the Project Manager the Construction Manager shall inspect and supervise the construction of the Project build- ing through to completion and shall see that the materials furnished ' and the +cork performed by the Contractor are in accordance with the Contract Documents. His supervision shall in no way supersede or dilute the Contractor's obligation to perform the work in conformance s with all Contract requirements, but the Construction Manager is empowered by the County to act on its behalf with respect to the # proper exeuction of the work and shall give instruction to require ► such corrective measures as may be necessary in his opinion to ensure the proper performance of the Contract or to protect the interest of the County. Except as otherwise provided herein, the j Construction Manager shall determine the amount, quality, accept- , ability, fitness, and progress of the work covered by the Contract. , 1. It shall be the duty of the Contractor to comply with all procedures established and/or implemented by the Construction Manager and approved by the Project Manager as stated above. In the event any such procedures are at variance with other provisions of these Special Conditions, such procedures shall prevail . 2. The Construction Manager may call for meetings of the contractors, subcontractors, and material suppliers as he deems necessary for the proper coordination of the work. Such meetings shall be held at the sites on regular working days during regular working hours, unless otherwise directed by the Project Manager. Attendance shall be mandatory for all parties notified to attend. C. Nothing in any of the Contract documents shall be interpreted as being contrary to law or ordinances, and all codes and laws of governing agencies shall be followed as though they were herein bound. Contra Costa County Detention Facility 004ltl SPECIAL CONDITIONS Section 01010--Page 2 1.2 CONSTRUCTION MANAGER A. The Construction Manager has been given the authority to act for the Project Manager as follows: 1. Coordinate the work of the various contractors on the Project; 2. Maintain a competent full-time construction supervisory and inspection staff at the job-site for the coordination and direction of the work of the various contractors; 3. Establish on-site organization and lines of authority in order to carry out the overall plans of the County in all phases of the Project on a totally coordinated basis; 6. Establish procedures for coordination among the Project, Manager, the Architect, the various contractors and the Construction Manager itself with respect to all aspects of the Project and implement such procedures at the direction of the Project Manager; S. Prepare a comprehensive construction schedule for the Project which will include a schedule for each of the various con- tractors and trades, and submit such schedule for approval by the Project Manager. The Construction Manager will revise such schedule as necessary to incorporate approved scheduling data submitted by the various contractors; 6. In cooperation with the Architect, coordinate and inspect the work of the contractors on the Project until final completion and acceptance of the Project Building by the County to assure that the materials furnished and work performed are in accordance with the requirements of the respective contracts and that the work on the Project is progressing on schedule; 7. Determine the adequacy of the contractors' personnel and equipment and the availability of necessary materials and supplies and take the action necessary to maintain the job schedule; 8. Monitor contractor's submittals to Architect for approval of all shop drawings, catalogs and samples, and establish procedures for expediting the processing thereof; 9. In cooperation with the Architect review all requests or recommendations for changes; Contra Costa County Detention facility SPECIAL CONDITIONS Section 01010--Page 3 1 .2 CONSTRUCTION MANAGER (Continued) 10. Implement the County's procedures for the processing of change orders, including applications for extensions of time. 11 . Review all applications by the various contractors for progress payment and final payment and make recommendations to the Project Manager for approval . 12. Review , assemble and transmit written guarantees, war- ranties, instruction manuals and other data required of the contractors. 1 .3 CLEANUP A. Each Contractor for a Work Category or Categories shall : 1 . Clean up all waste material , rubbish, and debris resulting from his own operations on a daily basis. 2. Not allow waste materials, rubbish, and debris to accumulate on the site and become unsightly or hazardous. 3. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from interior and equipment furnished as a part of his subcontract. 4. Repair, patch, and touch up marred surfaces to match adjacent finished damaged by his work forces. B. If, in the opinion of the Construction Manager, any of the work described above is neglected by a Contractor or Contractors, the Construction Manager shall have the work done and deduct the cost from his (their) contract(s) as their interests may appear. Contra Costa County ...• Detention Facility 00 y'i1 SPECIAL CONDITIONS Section 01010--Page 4 • 1 .4 TEMPORARY TOILET FACILITIES Adequate toilet facilities will be provided and maintained in a clean and sanitary condition by the General Conditions Work Con- tractor for the use of all Contractors. The use of chemical toilet facilities will be permitted. 1 .S WATCHMAN The services of a watchman are not required under this Contract. Each Contractor shall be responsible for and make good any loss or damage due to vandalism or robbery during construction. 1 .6 DRINKING WATER The Contractor shall provide his own forces with drinking water. 1 .7 HOISTING FACILITIES The Contractor will provide his own hoisting. 1 .8 SCAFFOLDING Each Contractor shall be responsible for his own scaffolding. 1 .9 OTHER WORK A. To the extent that any part of the Contractor's work is to inter- face with work performed or installed by other contractors, the Contractor shall. inspect and measure the in-place work and promptly report to the Construction Manager any defect in such in-place work that will impede, or increase the cost of, the Contractor's inter- face unless corrected. The Construction Manager will require the Contractor responsible for the defective work to make corrections so as to conform to his Contract requirements or, if the defect is the result of a defect or omission in the Specifications or Draw- ings, issue a change order. If the Contractor fails to measure, inspect, and/or report any defects that are reasonably discoverable, all costs of accomplishing the interface acceptably shall be borne by the Contractor. The foregoing does not apply to latent defects; in another contractor's work at any time such defects become known, and the Construction Manager shall promptly thereafter take such steps as may be appropriate. Contra Costa County Detention Facility 093`2 SPECIAL CONDITIONS Section 01010--Page 5 1 .9 OTHER WORK (Continued) B. All contractors on the Project shall have equal rights on the premises for the performance of their work, but shall follow the sequence established by the approved progress schedule and/or instructions issued by the Construction Manager. 1 .10 COORDINATION WITH OTHER CONTRACTORS A. During the progress of the work other contractors will be engaged in performing other work on this Project. The Contractor shall coordinate the work to be done hereunder with the work of such other contractors in such manner as the Construction Manager may direct. B. If the Project Manager determines that the Contractor is failing to coordinate his work with the work of other contractors as directed by the Construction Manager, the County may upon written notice: 1 . Withhold any payment otherwise due hereunder until the Contractor complies with the Construction Manager's directions. 2. Direct others to perform portions of the Contract and charge cost of work to Contract amount. 3. Terminate any and all portions of the Contract for the Contractor's failure to perform in accordance with the Contract. C. If the Contractor notifies the Construction Manager in writing that another contractor on this Project is failing to coordinate his work with the work of this Contract as directed, the Construction Manager will promptly investigate the charge. If he finds it to be true, he will promptly issue such directions to the other con- tractor with respect thereto as the situation may require. Contra Costa County Detention Facility 013 SPECIAL CONDITIONS Section 01010--Page 6 • 1 .10 COORDINATION WITH OTHER CONTRACTORS (Continued) D. Should any other contractor having, or who shall hereafter have a contract with the County for the performance of work upon the site sustain any damage through any negligent act or omission of a sub- contractor or of the Contractor, the Contractor shall reimburse, indemnify, and hold the County and the Construction Manager harm- less from all such claims. E. The Contractor shall immediately notify the Construction Manager of any actual or impending labor dispute which may affect or is affecting the Schedule of the Contractor's or any other contractor's work. In addition, the Contractor shall take all appropriate measures to eliminate or minimize the effect of such labor dispute on the Schedule, including, but not limited to, such measures as: promptly seeking appropriate injunctive relief; filling appropriate charges with the National Labor Relations Board under the applicable provisions of the Labor Management Relations Act of 1947, as amended; filing appropriate damage actions; taking such measures as establish- ing a reserved gate, as appropriate; if reasonably feasible, seeking other sources of supply or service; and any other measures that may be appropriately utilized to limit or eliminate the effect of the labor dispute. 1 .11 PROJECT SCHEDULE A. The Construction Manager will develop a construction Schedule for the Project and will utilize it in the planning, coordinating, and performing work under this Contract, including subcontractors, equipment vendors, and suppliers. Contra Costa County Detention Facility SPECIAL CONDITIONS Section 01010--Page 7 1 .11 PROJECT SCHEDULE (Continued) 1 . The Schedule, when approved by the Project Manager, shall be the basis for the dates for starting and completing the work (including changes) for the Project. It shall be the duty of the Contractor to conform to the approved Schedule and to arrange his work in such a manner that it will be installed in accordance with the Schedule. 2. The Construction Manager will establish a program to re- evaluate and update•the Schedule periodically in accordance with the requirements of the job. A representative of the Contractor shall meet with the Construction Manager and shall furnish to him information necessary for such re, evaluating and updating, and, if applicable, information in regard to changes in the work and the Contractor's proposed effort to overcome any incurred delays. The form of such information shall be specified by the Con- struction Manager. 3. The Contractor shall coordinate his letting of subcon- tracts, material purchases, delivery of materials, sequence of operations, etc. , to conform to the approved Project Schedule and shall furnish proof of same as may be required by the Construction Manager and the Project Manager. B. Whenever it becomes apparent that any completion date will not be met, the responsible contractors shall take some or all of. the following action at no additional cost to the County. 1 . Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per working day, working days per week, or the amount of con- struction equipment or any combination of .the foregoing, sufficient to substantially eliminate the backlog of work. Contra Costa County Detention Facility 00.).1� SPECIAL CONDITIONS Section 01010--Page S 1.11 PROJECT SCHEDULE (Continued) 3. Reschedule activities to achieve maxims practical con- currency of accomplishment of activities. i 1 .12 PAYMENTS A. The Contractor will submit a request for progress payment to the Construction Manager on the 20th of each month. The Construction Manager will review the payment request and modify as necessary to protect the best interests of the County. The Contractor will be allowed to project work he will have completed through the 25th of that month. Upon approval "by the Project Manager- the payment will be disbursed by the County on or about the 15th of the following month. B. In making such progress payments. there shall be retained 10 percent of the estimated amount until final completion and acceptance of the Contract work. However, if the Project , Manager. at any time after 50 percent of the work has been completed. finds that satisfactory progress is being made, he may authorize any of the remaining progress payments to be made in full. , **ENO OF SECTION** Contra Costa County Detention Facility FOOD-SERVICE EQUIPMENT • Section 11400--Page 1 PART 1--GENERAL 1. 1 RELATED DOCUMENTS The general provisions of the Contract, including General and Supplementary Conditions and Division 1, General Requirements , apply to the work specified in this Section. 1. 2 DESCRIP'T'ION OF WORK A. Work Included: Provide all labor, equipment, tests , services, and incidentals necessary to supply and install the food-service equipment as shown on the Contract Draw- ings and as herein specified. All equipment herein spe- cified 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. B. Work of Other Sections: 1. Roughing-in of connections required for food-service equipment work. 2. Final connections, including electrical, water, waste, and other utility-line connections required to properly operate the equipment specified herein. 3. All traps, valves, faucets, line controls, and other accessories required, unless otherwise specified. However, provide as work of this Section pipes within the equipment and water-pressure-reducing valves as required with the respective items of equipment. 1. 3 REQUIREMENTS OF REGULATORY AGENCIES A. Conform to the requirements of governmental authorities having jurisdiction, Board of Fire Underwriters, and National Sanitation Foundation. Contra Costa County Detention Facility 003 77 FOOD-SERVICE EQUIPMENT Section 11400--Page 2 B. The manufacturer' s published specifications for the pre- fabricated or "buy-out" products described by name and model number are, by reference, made a part of design, construction, materials, and type of installation for 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 regulation of the State of California, City of Martinez, and all other local governing codes and ordinances. C. All electrically heated or operated equipment shall be constructed to the following standards: electrically operated or heated equipment shall bear the Seal of Ap- proval 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. D. Gas-fired equipment shall be approved by the American Gas Association (AGA) and shall comply with all applicable local codes and ordinances. E. Ventilating hoods shall comply with the requirements of the National Fire Protection Association Standard No. 96. F. Cabinet work and wood fixtures shall comply with the lat- est published standards (in effect 120 days prior to com- pletion of the Project) of the Architectural Wood Work Institute. 1. 4 DISCREPANCIES A. In the event of discrepancies within the Contract Docu- ments, the Architect shall be so notified in sufficient time prior to the signing of the Contract (7 days) to allow issuance of an Addendum. Contra Costa County Detention y FOOD-SERVICE EQUIPMENT Section 11400--Page 3 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 quan- tity, the Specifications in matters of quality. In the event of conflict within the Drawings involving quanti- ties, or within the Specifications involving quality, the greater quantity and higher quality shall apply. Such discrepancies shall be noted and clarified in the Con- tractor's Bid. No additional allowances will be made because of errors, ambiguities, or omissions which rea- sonably should have been discovered during the prepara- tion of the Bid. 1. 5 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 Specifications, shall be presumed to be followed by the words "or approved equal. " Such approval will be granted only under the following conditions : B. Prior to Bid Opening : As defined in the General and Specific Conditions of the Specifications. C. After signing of the Contract, substitution of a brand other than that specifically named in the Contract Docu- ments will be approved by the Architect only if it meets all the following conditions: 1. That it is equal or superior to the brand names in the Specifications in construction, efficiency, and utility. 7 Contra Costa County Detention Facility 60379 FOOD-SERVICE EQUIPMENT Section 11400--Page 4 2. That the material or product specified cannot be de- livered to the job in time to complete the work in proper sequence due to conditions beyond control of the Contractor. D. To receive this consideration, request for substitutions must be accompanied by documentary proof of the equality, difference in price, and delivery (if any) in the form of certified quotations from suppliers of both specified and proposed materials or products. In case of a difference in price, the Owner shall receive all benefit of the dif- ference in cost involved in any substitution, and the Contract shall be altered by change order to credit Owner with any savings so obtained. E. Should the proposed substitute (and manufacturer other than the prime manufacturer specified) require a change in the mechanical, electrical, or plumbing requirements from the specified item, same shall be the responsibility of the Contractor, with no additional compensation per- mitted. 1. 6 QUALIFICATIONS A. Fabricator:_ 1. A firm which has had a minimum of 3 years successful experience in the fabrication and erection of equip- ment required for this Project and which has ample facilities to produce, furnish, supply, and erect the equipment as required for installation without delay to the work. Type and quality of work specified herein equal in all respects to the best recognized practice of the trade. 2. Except for specialty items such as ranges , reach-in refrigerators, etc. , fabricate all equipment at ap- proved manufacturer's plant or sublet fabricated equipment to other manufacturers, but with prior written approval of the Architect. al Contra Costa County Detention Facility 00380 FOOD-SERVICE EQUIPMENT Section 11400---Page 5 1. 7 SUBMITTALS A. Preinstallation Submittals: No ordering of equipment or fabrication of equipment shall take place until the equipment brochures and the Shop and Installation Draw- ings have been reviewed and accepted by the Architect. 1. Within 45 calendar days after receipt of the Con- tract, eight (8) brochures containing manufacturers' specification sheets, dimensioned drawings , and/or other pertinent data describing all items of standard manufacture shall be submitted for review and accept- ance by the Architect. Sheets with the notation "fabricated item" and the name of the fabricated items, as well as any required mechanical , plumbing , or electrical requirements, shall be inserted between the manufacturer' s specification sheets describing the "buy-out" equipment, thus giving a complete brochure with all items of equipment accounted for. These brochures shall have semihard covers with the name of the Contractor and Project clearly identified in large, readable type. Failure to provide bro- chures in the manner as described above will be cause for rejection of said brochures. 2. Within 45 calendar days after receipt of the Con- tract, submit eight (8) sets of complete rough-in and connection details and connection for electrical , plumbing, and ventilating services--with both verti- cal (above finish floor) and horizontal dimensions from column centerlines or exterior walls for locat- ing said connection points. Included with these drawings shall be curb and floor depression locations, clearly dimensioned and identified. All rough-ins presently sleeved shall. he located, identified, and dimensioned on these submittal drawings. 3. Within 45 calendar days after receipt of the Contract, submit eight (8) sets of shop fabrication drawings. Floor plans shall be drawn to a scale of not less than 1/4 inch equal to 1 foot 0 inches. Additional plan views at a scale of 1/2 inch equal to 1 foot 0 inches shall be supplied of complex counters with coin - plete 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 any miscellane- c,as fittings and plumbing and electrical trim. Contra Costa County ° Detention Facility 09381 i FOOD-SERVICE EQUIPMENT • Section 11400--Page 6 B. Samples: Submit as requested. C. Printed Instructions: Thirty days prior to completion of the Project the Contractor shall furnish two (2) sets of as-built drawings, 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 rein- forcements 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 number of said service agencies. D. Certificates: Provide certifications of compliance with requirements of governing regulatory agencies as required. E. Guarantee: Provide startup and one year' s parts and service for all refrigerating units and a 5-year warranty on compressor. F. Service Agencies: Within 60 days prior to the completion of the work, submit for review by 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 authoriza- tion to those agencies for review by the Architect and submittal to the Owner for his files. 1. 8 SHOP-FABRICATION INSPECTION Notify the Architect 15 days prior to 90-percent 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. 1. 9 PRODUCT HANDLING Contra Costa County Detention Facility 0 �r FOOD-SERVICE EQUIPMENT Section 11400--Page 7 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. 1. 10 EQUIPMENT TESTING After installation (and no later than 1 week prior to offer- ing 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 ensure perfect operation of all equip- ment. This work shall be completed prior to offering the entire kitchen for final acceptance. This Contractor shall also offer for review by the Architect a report indicating each piece of equipment so tested and the corrections taken--if any were required. 1. 11 INSTRUCTIONS TO EMPLOYEES This Contractor shall arrange demonstrations of the operation and maintenance of all "buy-out" equipment by competent in- structors. These demonstrations shall take place within 7 days prior to acceptance of the kitchen. Should an addition- al demonstration be required on any item or items of equip- ment, 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, the Architect and his consultants will do so; but the Contractor will be charged for their time required to accomplish same, plus travel and per diem. 1. 12 EMERGENCY SERVICE 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 installation. This service shall be avail- able without cost to the Owner, unless such service is re- quired because of misuse, etc. , as described under "Guaran- tee-Warranty" equipment. This emergency service shall have Contra Costa County Detention Facility (►314183 FOOD-SERVICE EQUIPMENT Section 11400--Page 8 on their premises or their service trucks all small compo- nents for the installed equipment whose failure would cause a disruption of the food service, such as valves, thermostats , etc. PART 2--PRODUCTS 2. 1 MATERIALS AND FINISHES 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 con- struction marks , dents, or other imperfections, and at the completion of the work all metal shall be gone over with a portable machine and buffed and dressed to perfect surfaces. Certain horizontal or vertical corners shall be "highlighted" as noted on the Drawings. B. Stainless Steel: Corrosion-resistant, nonmagnetic, No. 18-8, Type 302 series with a finish equal to No. 4 "Mill Finish" 'of 180 grit on exposed work, 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. C. Cutting Boards: "Richlite" as manufactured by Read Prod- ucts, Seattle, Washington. D.. Wood Backing for Plastic-Laminate Panels : 3/4-inch, 7-ply hardwood-faced plywood. All joints of the plywood construction shall be housed or rabbetted, glued, and nailed. Panel shall be backed with similar material to equalize stresses. Contra Costa County Detention Facilit FOOD-SERVICE EQUIPMENT Section 11400--Page 9 E. Plastic-Laminate Veneers: High-pressure, thermoset, lam- inated plastic surfacing material equal to the standards set by the National Electric Manufacturers' Association. Pattern and color as selected. Plastic veneers shall be 1/16 inch thick with a plastic backing sheet .020 inch thick and shall be bonded to the specified surface with a modified urea-formaldehyde-type adhesive. F. Sound-Deadening Material : Equal to that manufactured by H. W. Mortell Co. , Kankakee, Illinois and shall be sprayed on by use of mechanical device to a thickness of not less than 1/8 inch. 2. 2 EQUIPMENT A. Buy-Out Equipment: Provide appliances (such as ranges, refrigerators, dishwashers, etc. ) of manufacturer' s cur- rent production and specifications , complete with motors, driving mechanisms, starters, water-pressure reducing valves, and controls including switches, timers, and other electrical equipment if and as applicable; com- pletely wired or piped, ready for final connections. 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 120 days prior to the completion of the Project. B. Mechanical and Electrical Requirements: 1. 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 480 volt, three-phase. 2. 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 totalling more than 1 , 000 watts are to be wired for 277 or 208 volts, single phase as indicated. Fix tures having a multiple number of heating elements (such as range, etc. ) can be wired for three phase within the load, balanced as equally as possible within the fixture. Contra Costa County Detention Facility FOOD-SERVICE EQUIPMENT Section 11400--Page 10 3. Suitable switches and controls and/or starters shall be supplied on each motor-driven appliance or elec- trically 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 other- wise indented or protected to prevent damage. All switches and control equipment shall be mounted in accordance with the governing codes of the State of California and the City of Martinez. 4. All cabinet--type, fabricated fixtures, other than sink and drainboard 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 part of the work of the Plumbing 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. 2. 3 FABRICATION A. Workmanship: 1. Welding shall be of the electric-arc type and 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. 2. Welded parts shall be nonporous and free of imperfec- tion. Welds of galvanized metal on dish tables and sinks shall be ground smooth, sandblasted, and sprayed with molten zinc at 1 ,200 degrees 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. 3., All fixtures, unless made of stainless steel, shall be finished in sprayed "Hammertone" lacquer in color as selected or, if specifically stated, in baked enamel or "Plastic Laminate. " Contra Costa County Detention Facy���� FOOD-SERVICE EQUIPMENT Section 11400--Page 11 B. Pipe Stands and Frames: Unless otherwise called for on the Drawings, 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 mate- rial. Joints between legs and cross braces shall be welded and ground smooth. Flattened ends on tube stretch- ers will not be permitted. C. 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 reinforced on the underside with a framework of 1-1j2-inch angles or 16- gauge hat sections and on open pipe-stand frames with a 4-inch channel at each pair of legs. The leg sockets shall be welded to this channel and the channel, in turn, stud-welded to the top. One channel runner, running �i lengthwise, shall be provided on all tops up to 30 inches wide. Two (2) runners shal be provided on all tops over 30 inches 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 inches ("highlighted" at the turn) and back at 15-degree angle with a 1/8-inch turn--under, except where adjacent to walls or other pieces of equip- ment. The wall side shall be turned up 10 inches and back 2 inches at a 45-degree 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 sound-deadening material applied to the underside. D. Enclosed Bases: Enclosed bases or cabinet bodies shall be of the materials 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 1-1f2-inch-x-1/8-inch galvanized angles with all cor- ners 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 1 inch from the wall line, but the tops shall be extended back to the 'wall line to per- mit adjustment to wall irregularities. . A flush-fitting, Contra Costa County Detention Facility 00387 FOOD-SERVICE EQUIPMENT • Section 11400--Page 12 vertical, trim strip of the same material as the body shall be provided at each end of the body and shall extend 1 inch to the wall line. These fixtures shall be constructed to sit on channel bases or legs as specified below and shall be set in mastic in a verminproof manner if mounted on a base. E. Drawers: Unless otherwise specified, drawer liners shall be 18 gauge, formed, die stamped, stainless steel, 15 inches x 20 inches x 5 inches deep. Set loosely in a channel frame so it can be easily lifted out for cleaning. This supporting frame shall be of welded stainless-steel channel. Double-pan, insulated 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 18- gauge stainless steel. It shall be flush with formed pull or stainless-steel pull as detailed on the Drawings. Drawer slides shall be mounted on the channel frame and shall be fitted with stainless-steel, ball-bearing, nylon rollers. Slides and frames shall be designed to allow full opening of the drawer and be reinforced so that they will support a weight of 150 pounds when fully extended. Drawers under open-base table shall be enclosed in an 18-gauge, stainless-steel housing to make them vermin- proof. Drawer slides shall extend far enough into the open position to permit vertical removal of drawer liners without releasing stops. F. Shelving: 1. Interior shelves shall be solid, nonremovable, stain- less-steel shelves with ends and back provided with a 1-1/2-inch-high turnup against the body of the fix- ture and welded to same. Front edge is to be turned down 1-1/2 inch and under 1/2 inch and, at bottom shelf, beyond the edge of base to prevent sagging and vermin collection. 2. Undershelves on open-base tables, unless otherwise detailed, shall be constructed of 16-gauge stainless steel flanged 90 degrees down 1-1/2 inch and back 90 degrees 1/2 inch. The corners shall be welded to the legs. Undershelf shall be 10 inches from the floor. Back shall be turned up 3 inches. Contra Costa County Detention Facility 00388 FOOD-SERVICE EQUIPMENT Section 11400--Page 13 3. Elevated shelves shall have edges turned down 1-1/2 inch in a square edge and back 1/8 inch, except where shelves are adjacent to walls or other fixtures, where they shall be turned up 2 inches. Corners shall be spherical. Shelves shall be held out from wall at back and ends 1 inch. G. 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-inch-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 with 5/8-inch 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 back- splash and endsplash with top edge flanged back 2-1/4 inches at 4-degree 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 specified shall be pro- vided in this Section. Sink bowls shall be made individ- ually, 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-x-2-inch-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 inches below the top line of the bowl. Bottom of each sink bowl with center drain connection shall be fitted with a 2-inch, lever-action-type, 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-inch male thread. All welding shall be ground smooth and the sink scored to the center of the drain. Sink bowls• and drainboards shall have sound-deadening material underneath. Contra Costa County Detention Facility 0 389 FOOD-SERVICE EQUIPMENT Section 11400--Page 14 H. Toe Space: 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. 2. 4 PLUMBING TRIM, SINKS A. All vegetable and potwashing sinks, or other 14-inch-deep sinks with center drains, shall have Klein Hardware Co. #4161-CRS quick-opening drain with strainer basket and connected overflow, or equal. A Fisher Manufacturing #5412 wall-mounted faucet shall be mounted over each partition in the case of multisink units or centered over single sinks. B. All cooks' sinks, pantry sinks, or other 10-inch-deep sinks shall have Klein Hardware Co. #4890-B basket drain with one-piece connected overflow and 4-inch tailpiece. A Fisher Manufacturing Co. #3512 faucet shall be mounted at each partition in case of multisink units or centered at single sinks. 2. 5 HARDWARE (Unless Otherwise Noted on Drawings) A. Elevated Shelf Brackets: Haralson #1200 or equal. B. Drawer Handles: Pulls as shown on Contract Drawings. C. Recessed Pulls for Sliding Doors: Pulls as shown on Contract Drawings. D. Concealed Hinges for All Plastic-Laminate-Finished Wood Doors: Kason #1517. E. Sliding-Door Hardware: Washington Division, Eko Building Products, Axyl Bearing "Dial-Rite" series with nylon wheeled hangers. • G. Tubular Table Legs: Haralson Metals #300 sanitary stain- less-steel Bullet Feet and #101 circular gussets. 0034%Y0 Contra Costa County Detention Facility FOOD-SERVICE EQUIPMENT Section 11400--Page 15 2. 6 VENTILATING HOODS FOR COOKING EQUIPMENT A. Ventilating hoods are specified as Aqua-Matic Systems, Ltd. , P.O. Box 2866, Reno, Nevada 89505. 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 and sizes of ducts, CFM required , etc. , before construction of the ventilator and duct work commences. If the Food Service Equipment Contractor elects to submit another brand of ventilator, receives a written response from the consult- ant 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 the responsibility of the Food Service Equipment Contractor and shall be considered as part of the Base Bid with no additional compensation permitted. It shall also be the responsibility of the Food Service Equipment Contractor to supply hoods as specified hereinafter with a UL dry-chemical, fire-pro- tection system as described under Item No. 69. 2. 7 DEFINITIONS A. Wherever the term "Fabricated Assembly" or "Fabricated Item" is used within the hereinafter-noted list and de- scription of food-service equipment, it shall be presumed to be followed by the phrase, "Constructed to the con- figuration, dimension, detail, and design as shown on the Detail Drawings and with workmanship as herein specified. " B. "NIC" : Wherever the abbreviation "NIC" is used, it shall mean that item is not a part of this Contract. C. "Acceptable Alternate Manufacturers" : Wherever the term "Acceptable Alternate Manufacturers" follows the descrip- tion of an item of "buy-out" or prefabricated equipment in the equipment list and Specification, it shall mean that the manufacturers listed as alternates are approved for methods of manufacture only and not for their cata- logued items without modification. The prime specified item shall govern in matters of capacity, fuel consump- tion, three-phase loading per phase, overall dimension, accessories, and utility. In all cases, categories of Contra Costa County Detention Facility FOOD-SERVICE EQUIPMENT Section 11400--Page 16 equipment such as range line equipment or refrigerators and hot cabinets shall be of the same brand insofar as possible to limit responsibility of Guarantee and War- ranty. 2. 8 FOOD-SERVICE EQUIPMENT LIST AND DESCRIPTION ITEM 1 ONE EACH REQUIRED, "BUILT-IN" TRAY DISPENSER Shelley Manufacturing Co. , Model No. TG-1918. Veri- fy tray size. Acceptable Alternate Manufacturer: AMF. n ITEM 2 ONE EACH REQUIRED, SERVERY-COUNTER ASSEMBLY Fabricated assembly. ITEM 3 ONE EACH REQUIRED, THREE-SECTION HOT-FOOD WELL, 208 VOLT, 'THREE PHASE Wells Manufacturing Co. , Model No. 300D. Acceptable Alternate Manufacturer: General Elec- tric. ITEM 4 ONE EACH REQUIRED, BREATHER GUARD AND SHELF ASSEMBLY Fabricated assembly. ITEM 5 ONE EACH REQUIRED, "BUILT-IN" PLATE DISPENSER, 115 VOLT, SINGLE PHASE Shelley Manufacturing Co. , Model No. SD-913H. Veri- fy Plate size. Acceptable Alternate Manufacturer: AMF. Contra Costa County Detention Facility 01.192 FOOD-SERVICE EQUIPMENT • Section 11400--Page 17 ITEM 6 ONE EACH REQUIRED, 4-FOOT-0-INCH PASS-THROUGH DIS- PLAY REFRIGERATOR WITH SLIDING GLASS DOORS AND TRAY RAIL, 115 VOLT, SINGLE PHASE Bastian Blessing Model No. C6880C, modified as fol- lows : Side of cabinet facing operator shall have sliding glass doors. Side facing cafeteria shall have glass sliding doors. Assemblies shall be sup- plied with a Model No. 5082 condensate-evaporator unit to come with remote condensing unit as shown on the Contract Drawings. Mount in a verminproof man- ner. Assembly shall be tied together with closure strips front and back. All doors shall have cylin- der locks. Unit to come with stainless-steel adjust- able wire shelves. Acceptable Alternate Manufacturer : Stanley Knight. ITEM 7 ONE EACH REQUIRED, MOBILE WORK TABLE Fabricated assembly. ITEM 8 SPARE NUMBER ITEM 9 TWO EACH REQUIRED, MOBILE COFFEE-SERVICE CART Shelley Manufacturing Co. , Model No. RCD-2. Provide stainless-steel tubing lengthwise on cart. ITEM 10 ONE EACH REQUIRED, VENTILATOR ASSEMBLY, 115 VOLT, SINGLE PHASE Aquamatic Co. , Model No. EX-CL. Unit shall come with one (1) hood approximately 5 feet 0 inches long, furnished as shown on the Contract Drawings. Assembly shall be 18-gauge, welded, stainless-steel, louver extractors; UL-listed lights; stainless-steel closure panels; duct to finished ceiling; and all necessary materials required to support this assem- bly from the structural ceiling; all as shown on the Contract Drawings. Acceptable Alternate Manufacturer: Ventmaster. Contra Costa County Detention Facilit FOOD-SERVICE EQUIPMENT Section 11400--Page 18 ITEM 11 ONE EACH REQUIRED, 60-GALLON COFFEE URN, 460 VOLT, THREE PHASE Vulcan-Hart Corp. , Model No. EC-45. Unit shall come with pedestal base, #G-4349 hose-filler assembly, thermometer, stainless-steel leacher, urn bag lift, removal hoist, and counter-balanced lid. Acceptable Alternate Manufacturer : Groen. ITEM 12 ONE EACH REQUIRED, TROUGH-AND-GRATE ASSEMBLY Fabricated assembly. ITEM 13 ONE EACH REQUIRED, PRERINSE UNIT Fisher Manufacturing Co. , Model No. 2210. Unit to come with a wall bracket. Acceptable Alternate Manufacturer: T&S. ITEM 14 ONE EACH REQUIRED, THREE-HP DISPOSER WITH SINK ADAPTER, 460 VOLT, THREE PHASE Busboy Disposer Co. , model No. 300-BB325. Assembly shall be furnished with magnetic starter with heater, vacuum breaker, solenoid valve, scrap block, and de- jamming prong. Mounting of furnished components , furnishing of "rain-tight" box, interwiring and in- terplumbing of components, as well as final connec- tions shall be provided for under another Section of the work; refer to Electrical and Plumbing. As- sembly shall have a 2-year parts-and-labor guarantee. Acceptable Alternate Manufacturer: Salvajor. ITEM 15 ONE EACH REQUIRED, SOILED-DISHTABLE ASSEMBLY Fabricated assembly. ITEM 16 TWO EACH REQUIRED, CONNECTING-DUCT ASSEMBLY Fabricated assembly. Contra Costa County Detention Facility FOOD-SERVICE EQUIPMENT Section 114011--Page 19 ITEM 17 ONE EACH REQUIRED, SINGLE-TANK CONVEYOR DISHWASHER, ELECTRIC TANK HEAT, 460 VOLT, THREE PHASE Stero Manufacturing Co. , Model No. SCT44-10, for left-to-right operation as shown on Sheet FS-1. Dishwasher shall have the following additional equipment: Regulated electric heat for wash and rinse tanks with low water cut-off; drains pre- plumbed to a central connection point; extended hood-vent cowls with locking dampers at each end of machine; stainless-steel front enclosure panel; automatic electric fill with pilot light, Kit No. 55, and stainless-steel splash guards, both ends. Acceptable Alternate Manufacturer: Hobart Manufac- turing Co. ITEM 18 ONE EACH REQUIRED, BOOSTER HEATER, 460 VOLT, THREE PHASE Stero Manufacturing Co. , Model No. SWB-45 with 150- psi relief valve. Acceptable Alternate Manufacturer : Hatco. ITEM 19 ONE EACH REQUIRED, CLEAN-DISHTABLE, SINK, AND DRAIN- BOARD ASSEMBLY Fabricated assembly. ITEM 20 ONE EACH REQUIRED, WALL-MOUNTED CABINET ASSEMBLY Fabricated assembly. ITEM 21 ONE EACH REQUIRED, TABLE-MOUNTED RACK SHELF ASSEMBLY Fabricated assembly. ITEM 22 TWENTY-ONE EACH REQUIRED, MOBILE TRAY-DELIVERY CART Victory Mobile, Model No. ECC1-1438. Unit shall come with perimeter bumper, stainless-steel push handle, one {1} set of cold plates, and color panel as selected by the Architect for entire cabinet body and door. Interior to be stainless steel. Acceptable Alternate Manufacturer: Cres-Cor. Contra Costa County Detention ac y FOOD-SERVICE EQUIPMENT Section 11400--Page 20 ITEM 23 TWO EACH REQUIRED, TWO-SECTION, ROLL-IN CHILL RE- FRIGERATOR CABINET, 208 VOLT, THREE PHASE Victory Metal Manufacturing Corp. , Model No. RCIS- 2D-S3 . This assembly shall be supplied in full ac- cordance with this manufacturer's published specifi- cation Sheet Nos. 41 and 41A of Catalog No. 376 (re- vised 3/76) . Provide 18-gauge, stainless-steel closure strips wherever assembly abuts building walls. Unit shall come with automatic condensate vaporizer. ITEM 24 FOUR EACH REQUIRED, MOBILE ANGLE RACK Victory Mobile, Model No. ORV-3-1818X. Unit shall come with perimeter bumper and pan stop and be of stainless steel construction. Acceptable Alternate Manufacturer: Cres-Car. ITEM 25 ONE EACH REQUIRED, ICE MACHINE ASSEMBLY, 115 VOLT SINGLE PHASE Frigidaire Corp. , Model No. SFN-30A. Unit to come with 1-year service and start-up and be of stain- less steel construction. Acceptable Alternate Manufacturer: Scotsman. ITEM 26 ONE EACH REQUIRED, DRY STORAGE SHELVING ASSEMBLY Eastern Steel Rack Co. , "Solidform, " 4054 series. Assembly shall consist of: Fourteen (14) 24-inch-x- 48-inch shelving units, one (1) 24-inch-x-60-inch shelving unit, and four (4) 24-inch-x-54-inch shelv- ing units. Assembly shall be formed as shown with 69-inch, 16-gauge, stainless-steel uprights and all necessary brackets, clamps, and bracing necessary to achieve a rigid configuration. Units are four shelves high, constructed of 14-gauge G/I material. No aluminum components will be accepted. Acceptable Alternate Manufacturer: Seco. Contra Costa County Detention Facility 003 FOOD-SERVICE EQUIPMENT Section 11400--Page 21 ITEM 27 ONE EACH REQUIRED, STEAM COOKER WITH BASE CABINET, 460 VOLT, THREE PHASE--115 VOLT, ONE PHASE STEAM CONTROL Market Forge, Model No. MF2AE with stainless-steel exterior and stainless-steel 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 Nos. 27 , 28, and 30. The assembly consisting of Item Nos. 27 , 28 , and 30 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. As- sembly consisting of Item Nos. 27 , 28 , and 30 shall be assembled by the manufacturer at his plant; adjustments shall be made to ensure proper alignment and fit; and the assembly shall be photographed, disassembled, and crated and shipped with detailed instructions for reassembly at the job site. All units shall come with 6-inch legs and stainless- steel kick plate. Acceptable Alternate Manufacturer : Vulcan-Hart. ITEM 28 TWO EACH REQUIRED, 40-GALLON TILTING KETTLE WITH BASE CABINET ASSEMBLY Market Forge, Model No. MT-40. Assembly shall become a part of the assembly of Item 27 and shall be furnished and installed as described for Item No. 27. Provide stainless-steel front panels. Unit shall be counterbalanced. Acceptable Alternate Manufacturer: Vulcan-Hart. ITEM 29 ONE EACH REQUIRED, VENTILATOR ASSEMBLY, 115 VOLT, SINGLE PHASE Aquamatic Co. , Model No. EX-MC. Unit shall come with one (1) hood approximately 18 feet 0 inches furnished as shown on the Contract Drawings. As- sembly shall be 18-gauge, welded, stainless-steel construction and equipped with "Flame Gard" stain- less-steel grease extractors and stainless-steel - louver extractors, UL-listed lights, stainless-steel Contra Costa County Detention I Twoa FOOD-SERVICE EQUIPMENT Section 11400--Page 22 closure panels, duct to finished ceiling, and all necessary materials required to support this assem- bly from the structural ceiling; all as shown on the Contract Drawings. Acceptable Alternate Manufacturer: Ventmaster. ITEM 30 ONE EACH REQUIRED, 5-GALLON TILTING KETTLE WITH BASE CABINET ASSEMBLY Market Forge, Model No. MT-5. Assembly shall become a part of the assembly of Item 27 and shall be fur- nished and installed as described for Item No. 27. Provide stainless-steel front panels and stainless- steel bracket for filling. Acceptable Alternate Manufacturer : Vulcan-Hart. ITEM 31 TWO EACH REQUIRED, CONVECTION OVEN, 460 VOLT, THREE PHASE Vulcan-Hart Corp. , Model No. ET-88 . Unit to come with stainless-steel front, side and rear panels. Unit to come with 6-inch legs and stainless-steel kick plate. Acceptable Alternate Manufacturer: Market Forge. ITEM 32 TWO EACH REQUIRED, GRIDDLE-TOP RANGE WITH OVEN BELOW, GAS FIRED Vulcan-Hart Corp. , Model No. 7860A with stainless- steel, common-front top over both ranges. Ranges shall be supplied with legs and a stainless-steel front flue. Risers shall run horizontal and shall have one riser at each end of range line as shown on Contract Drawings. Griddle top to be one-piece fry top to go over both ranges. Acceptable Alternate Manufacturer: South Bend. ITEM 33 TWO EACH REQUIRED, SPREADER PLATE WITH CABINET BASE Vulcan-Hart Corp. , Model No. E817D with legs and a stainless-steel front base. Assembly shall have a 17-inch background. Acceptable Alternate Manufacturer: South Bend. Contra Costa County Detention F FOOD-SERVICE EQUIPMENT Section 11400--Page 23 ITEM 34 ONE EACH REQUIRED, CEILING-MOUNTED POT RACK Fabricated assembly. ITEM 35 TWO EACH REQUIRED, DEEP-FAT FRYER, GAS FIRED Vulcan-Hart Corp. , Model No. 7892G. Fryers to come with large basket and drain valve. Fryers to be supplied with legs and a stainless-steel front base. Flue risers shall run horizontal and shall have one riser at each end of range line as shown on Contract Drawings. Provide manual reset on high-limit pro- tection. Acceptable Alternate Manufacturer: South Bend. ITEM 36 ONE EACH REQUIRED, WALL-MOUNTED POT FILLER Fisher Manufacturing Co. , Model No. 4231. ITEM 37 ONE EACH REQUIRED, COOK'S TABLE WITH SINK Fabricated assembly. ITEM 38 TWO EACH REQUIRED, HOT-TOP RANGE WITH OVEN BELOW, GAS FIRED Vulcan-Hart Corp. , Model No. 7872A with stainless- steel common-front top over bath ranges. Ranges shall be supplied with legs and a stainless-steel front base. Assembly shall have 17-inch-high flue riser. Flue risers shall run horizontal and shall have one riser at each end of range line as shown on the Contract Drawings. Acceptable Alternate Manufacturer: South Bend. ITEM 39 ONE EACH REQUIRED, VENTILATOR ASSEMBLY, 115 VOLT, SINGLE PHASE Aquamatic Co. , Model No. EX-MC. Unit shall come with one (1) hood approximately 18 feet 0 inches furnished as shown on the Contract Drawings. Assem- bly shall be equipped with "Flame Gard" stainless- steel closure panels, duct to finish ceiling, and Contra Costa County Detention Facility Of),gy9 FOOD-SERVICE EQUIPMENT Section 11400--Page 24 all necessary materials required to support this assembly from the structural ceiling; all as shown on the Contract Drawings. Acceptable Alternate Manufacturer : Ventmaster. ITEM 40 ONE EACH REQUIRED, REMOTE REFRIGERATION SYSTEM NO. 1, 460 VOLT, THREE PHASE A. Specifications for Refrigeration System: 1. General: Furnish and install where shown on Plans all labor, material, and equipment ne- cessary to provide individual refrigeration 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 Bally air-cooled compressor serviceable in the field. Completely sealed unit will not be allowed. 2. The system shall incorporate the following items: a. Structural stand to hold condensing units. b. Flexible vibration eliminator in suction line. C. Circuit breaker, automatic starting switch, motor protector, and pressure- limit switch, all enclosed with inter- connecting wires, installed in a junc- tion box ready for line connections by others. d. Liquid-line sight glass. e. Liquid-line dehydrator filter of ample capacity. f. Suction-line filter of ample capacity. g. Thermal-expansion valve for evaporator. h. Heat exchanger for evaporator. Contra Costa County Detention Fac�rt�tir�� FOOD-SERVICE EQUIPMENT Section 11400--Page 25 i. Refrigerant lines, hard copper, Type j . Full charge of F-12 or F-502 refrigerant and oil. k. Start-up, adjustment and one year free warranty service. 1. Five-year warranty on motor compressor . 3. Where refrigerant suction line is trapped, use next size smaller pipe in vertical por- tion of the trap than indicated, so as to acquire sufficient gas velocity for proper oil return. 4. Where liquid and suction lines run over fin- ished drop ceiling, provide antisweat pipe covering of 1/2-inch Armaflex or equivalent. Liquid and suction lines from refrigerator shall be installed all the way to within 6 inches of condensing unit. 5. In walk-in refrigerator, provide 5/8-inch drain tubing from cooling unit to nearest indirect drain provided by others, directly adjoining refrigerator. 6. Work by Others : Final wiring of connections provided under applicable electrical sections. 7. Blower coils and condensing units as shown on the Detail Drawings and as specified are intended as a guide only and shall be veri- fied and installed under the supervision of a competent refrigeration engineer, subject to review by the Architect. B. General: The entire assembly shall be installed by a California-State-licensed refrigeration contractor as a subcontract to this Section of work. Said refrigeration contractor shall be subject to review by the Architect. After re- ceiving acceptance, said contractor shall supply a drawing for review, showing exact overall di- mensions, utility requirements, and refrigera- tion-piping diagrams. Acceptable Alternate Manufacturer : Hussmann, Kramer- Trenton. Contra Costa County 00401 Detention Facility FOOD-SERVICE EQUIPMENT Section 11400--Page 26 ITEM 41 ONE EACH REQUIRED, REFRIGERATOR SHELVING ASSEMBLY Eastern Steel Rack Co. , "Aeroform" 40-A4 series. Assembly shall consist of : Two (.2) 24-inch-x-42- inch shelving units, two (2) 24-inch-x-60-inch shelving units, and three (3) 15-inch-x-48-inch shelving units. Assembly shall be formed as shown with 69-inch, 16-gauge, stainless-steel uprights with all brackets, clamps , and bracing necessary to achieve a rigid configuration. Units are four shelves high and constructed of 14-gauge stainless- steel material. Acceptable Alternate Manufacturer : Seco. ITEM 42 ONE EACH REQUIRED, REMOTE AIR-COOLED REFRIGERATION SYSTEM NO. 2 , 208 VOLT, THREE PHASE Bally Case & Cooler Co. , preassembled, top-mounted system, Model No. PN-100-3. Assembly shall be mounted as shown. Assembly shall be furnished as described above (refer to Item No. 40) . ITEM 43 ONE EACH REQUIRED, REFRIGERATOR SHELVING ASSEMBLY Eastern Steel Rack Co. , "Aeroform" 40-A4 series. Assembly shall consist of : Eight (8) 24-inch-x-48- inch shelving units. Assembly shall be formed as shown with 69-inch, 16-gauge, stainless-steel up- rights with all brackets, clamps, and bracing neces- sary to achieve a rigid configuration. Units are four shelves high And constructed of 14-gauge, stainless-steel material. Acceptable Alternate Manufacturer : Seco. ITEM 44 ONE EACH REQUIRED, REMOTE AIR-COOLED REFRIGERATION SYSTEM NO. 3, 460 VOLT, THREE PHASE - Bally Case & Cooler Co. , preassembled, top-mounted system, Model No. PL-150A-3. Assembly shall be mounted as shown. Assembly shall be furnished as described above (refer to Item No. 40) . Contra Costa County Detention Facility . 00402 FOOD-SERVICE EQUIPMENT Section 11400--Page 27 ITEM 45 ONE EACH REQUIRED, REFRIGERATOR SHELVING ASSEMBLY Eastern Steel Rack Co. , "Aeroform" 40-A4 series. Assembly shall consist of: Two (2) 24-inch-x-36- inch shelving units, two (2) 24-inch-x-54-inch shelving units, and two (2) 24-inch-x-66-inch shelv- ing units. Assembly shall be formed as shown with 69-inch, 16-gauge, stainless-steel uprights with all necessary brackets, clamps, and bracing necessary to achieve a rigid configuration. Units are four shelves high and constructed of 14-gauge, stainless- steel material. Acceptable Alternate Manufacturer : Seco. E ITEM 46 ONE EACH REQUIRED, REMOTE AIR-COOLED REFRIGERATION ' SYS'T'EM NO. 4 , 460 VOLT, THREE PHASE Bally Case & Cooler Co. , preassembled, top-mounted system, Model No. PN-150-3. Assembly shall be mounted as shown. Assembly shall be furnished as described above (refer to Item No. 40) . ITEM 47 ONE EACH REQUIRED, WALK-IN REFRIGERATOR AND FREEZER ASSEMBLY, 115 VOLT, ONE PHASE Assembly shall consist of one (1) refrigerator com- partment ,with clear interior dimensions (CID) of 7 feet 1 inch wide x 14 feet 4 inches long x 7 feet 10 inches high Cfinished floor to finished ceiling) , one (1) refrigerator compartment with CID of 9 feet 1 inch wide x 14 feet 4 inches long x 7 feet 10 inches high (finished floor to finished ceiling) , one (1) refrigerator compartment with CID of 9 feet 10 inches wide x 14 feet 4 inches long x 7 feet 10 inches high (finished floor to finished ceiling) , and one (.1) freezer compartment with CID of 8 feet 0 inches wide x 14 feet 4 inches long x 7 feet 10 inches high (finished floor to finished ceiling) assembled to form the configuration as shown on the Detail Drawings (Sheet FS-1) . A. Panel construction shall consist of exterior and interior die-formed metal pans production formed to ensure proper size. Insulation must be "foam-in-place" or laminated, rigid, fire-re- tardant urethane to bind to exterior and inter- for die-formed and properly prepared pans. No Contra Costa County Detention Facility FOOD-SERVICE EQUIPMENT • Section 11400--Page 28 wood structural members will be acceptable. Section edges must have lineup pins (or similar method) and a double row of closed-cell Basket- ing to ensure panel alignment and proper seal at each joint. Ninety-degree-angle sections shall be provided to permit proper alignment and strength. The minimum width of each leg will not be less than 11-1/2 inches , including "T" panels at partitions. Floor sections shall be similar construction to other panels , but shall be made to withstand floor loads of up to 350 pounds per square foot and shall be supplied with an aluminum "checker-plate" wearing sur- face. B. Insulation: 4 inches of "foam-in-place" or lam- inated urethane insulation shall be used with a thermal conductivity of not more than 0. 14 BTU per hour per square foot. U factor (coefficient of heat transfer) shall not exceed . 035 . The insulation shall be rated as self-extinguishing and fire-retardant type as specified by Under- writers ' Laboratories , Inc. Insulation must re- main stable at temperatures up to 260 degrees F. C. Section Fasteners : All wall-section , floor-sec- tion, and ceiling-section joints shall be fas- tened together with steel cam-action speed locks. These fasteners shall not exceed a 46-inch-on-center spacing. Each device consists of a precisely located cam lock and a steel- encased pin. The lock must have alignment pins which fit into pin assembly to ensure 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 shall be furnished with each walk-in delivered. All socket ports are to be finished off with 1/2-inch, chrome-plated snap covers. D. Hinged walk-in doors, shown on Drawings as re- quired. Doors shall be urethane insulated, flush-in-fitting type , 34 inches wide x 81 inches high with wiper strip set to clear quar- ry-tile-finished floor. Provide one (1) cylin- der lock per door. • Contra Costa County Detention Facility 00404 FOOD-SERVICE EQUIPMENT • Section 11400--Page 29 E. Antisweat heaters for hinged freezer walk-in door: Heater system shall be approved by Under- writers' Laboratories, Inc. , and carry their label of approval. Heater wire shall be placed in metal runway and covered with 16-gauge, stainless-steel cover. The perimeter of the door and the jamb of each freezer door opening shall contain 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. Depressed Floor : Floor panels shall be fur- nished and installed in areas as shown on the Contract Drawings. G. Gasket for Hinges, Walk-in Door : A thermoplas- tic, 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 , neo- prene wiper gasket. Doors shall have a handle- type latch and a thermoplastic gasket with a magnetic steel core to ensure a positive air- tight seal. All gaskets shall 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, one-phase, AC service. Each compartment shall be provided with vaporproof light fixtures as shown on the Food Service Contract Drawings, ceiling mounted in locations shown on Contract Drawings. All conduit shall be run in wall 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 antisweat 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: • Contra Costa County Detention Facility X9405 FOOD-SERVICE EQUIPMENT • Section 11400--Page 30 1. Wall panels/doors and ceiling panels, ex- posed exterior of the walk-in shall be 20-gauge, stainless steel and the interior of the walk-in shall be stucco-embossed aluminum, . 040 inch, or aluminized steel. Where hidden, wall finish may be galvanized steel. 2. Floor: The floor shall be 14-gauge galvan- ized-iron panels. J. Accessories: is 1. Door Hinges : Each door shall have two each, side-mount, chrome-plated, cam-lift, self- closing hinges. Door shall remain open past 90 degrees. 2. Door Pull: Each door shall have a chrome- plated handle, a deadbolt, a mortise lock, and an inside safety release. 3. Door Closer: LCN Model No. 4116. 4. Trim Molding : 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 (approximately 6 inches) to the finished ceiling shall be finished with drop panels which match the exterior walk-in wall finish. 6. Unit Evaporator Supports: A 4-foot-x-4-inch aluminum plate with a Tinnerman nut retainer shall support a 1/2-inch 0 threaded nylon rod approximately 8 inches long which ex- tends through a roof panel (penetration sealed with mastic) to the unit evaporator. 7. Dial Thermometers: Each compartment shall be provided with a 4-inch p! dial thermometer mounted on the latch side of the entrance door up 4 feet 6 inches with a black "bake- lite" label under each identifying freezer or refrigerators and their temperatures. Contra Costa County Detention Facility e FOOD-SERVICE EQUIPMENT Section 11400--Page 31 L. Alarm Systems: Assembly shall be furnished with a high-temperature alarm system, including a re- mote bulb thermostat located within the walk-in, thermostat mounted on exterior wall of walk-in adjacent to dial thermometer and operating pilot light, alarm buzzer , and silencer relay. Pro- vide remote alarm light and chime and local silencer button in Central Control, Room 2P14A. M. Pressure-Relief Port: Assembly shall be fur- nished with a heated pressure-relief port in the freezer compartment only. N. General: 1. All vertical and horizontal corners of in- terior walls and ceiling shall be coved, 1/4-inch radius minimum. 2. Erection of this assembly shall be a Cali- fornia-State-licensed refrigeration contrac- tor of not less than 5 (five) years ' experi- ence with this type of assembly, authorized ' by the manufacturer of the walk-in assembly for the work. The refrigeration contractor shall be a subcontractor to this Section of the work. Said refrigeration contractor shall be subject to the review and accept- ance of the Architect. After review and acceptance, he shall supply a drawing for review, showing methods of locking panels, exact overall dimensions, utility require- ments, door locations, and piping and wiring diagrams. 3. Acceptable Alternate Manufacturer: Bally Case & Cooler Co. and Vulcan-Hart. ITEM 48 ONE EACH REQUIRED, RECEIVING SCALE Hobart Manufacturing Co. , Model No. 41-3132. Acceptable Alternate Manufacturer: Toledo. ITEM 49 THREE EACH REQUIRED, 3-FOOT-6 -INCH MOBILE UTENSIL RACK • Eastern Steel Rack Co. , "Rigidform" Model No. 60- R5-M. Assembly shall be 42 inches long x 27 inches wide and constructed of 16-gauge stainless steel. Contra Costa County ' Detention Faci],��y�t,� FOOD-SERVICE EQUIPMENT Section 11400--Page 32 Acceptable Alternate Manufacturer : Seco. ITEM 50 ONE EACH REQUIRED, UTENSIL SINK AND DRAINBOARD ASSEMBLY Fabricated assembly. ITEM 51 TWO EACH REQUIRED, 1-1/2-HP DISPOSER, CONE MOUNTED, 460 VOLT, THREE PHASE Busboy Disposer Co. , Model No. 1500-BB 350 with 6-inch throat opening. Assembly shall be furnished with magnetic starter with heater , vacuum breaker, solenoid valve, and dejamming prong . Mounting of assembly components, furnishing of raintight box, as well as final connections , shall be provided for under another Section of work (refer to Electrical and Plumbing Sections) . Assembly shall have a 2-year parts-and-labor guarantee. Acceptable Alternate Manufacturer : Salvajor. ITEM 52 ONE EACH REQUIRED, SALAD MAKE-UP TABLE ASSEMBLY Fabricated assembly. ITEM 53 ONE EACH REQUIRED, WALL-MOUNTED SHELF ASSEMBLY Fabricated assembly. ITEM 54 ONE EACH REQUIRED, WORK-TABLE ASSEMBLY Fabricated assembly. ITEM 55 ONE EACH REQUIRED, WALL-MOUNTED SHELF ASSEMBLY Fabricated assembly. ITEM 56 ONE EACH REQUIRED, MOBILE FOOD-CUTTER CART Fabricated assembly. Contra Costa County Detention Facility )l 41 is FOOD-SERVICE EQUIPMENT Section 11400--Page 33 ITEM 57 ONE EACH REQUIRED, FOOD CUTTER, 115 VOLT, SINGLE PHASE Hobart Manufacturing Co. , Model No. 84145. Acceptable Alternate Manufacturer : Toastmaster. ITEM 58 ONE EACH REQUIRED, ANGLE SLICER, 115 VOLT, SINGLES PHASE Hobart Manufacturing Co. , Model No. 1612. Unit shall come with an adjustable fence and tubular chute. Acceptable Alternate Manufacturer: Toastmaster. ITEM 59 ONE EACH REQUIRED, MOBILE SLICER CART Fabricated assembly. ITEM 60 SPARE NUMBER ITEM 61 ONE EACH REQUIRED, 30-QUART MIXER, BENCH TYPE, 115 VOLT Hobart Manufacturing Co. , Model No. D-300-T. In ad- dition to standard equipment, assembly shall have 20-quart bowl, wire whip, dough hook and beater, any necessary adapter, meat chopper with all knives and plates, vegetable slicer with hub attachment, shred- der plate, and grater plate. Acceptable Alternate Manufacturer: Toastmaster. ITEM 62 ONE EACH REQUIRED, WORK TABLE ASSEMBLY Fabricated assembly. ITEM 63 ONE EACH REQUIRED, WALL-MOUNTED SHELF ASSEMBLY Fabricated assembly. ,-` Contra Costa County Detention Facility lr0409 FOOD-SERVICE EQUIPMENT Section 11400--Page 34 ITEM 64 ONE EACH REQUIRED, VEGETABLE SINK AND DRAINBOARD ASSEMBLY Fabricated assembly. } E } ITEM 65 ONE EACH REQUIRED, VEGETABLE PEELER, 460 VOLT, THREE PHASE Hobart Manufacturing Co. , Model No. 6460. Unit shall come with base and trap. ITEM 66 ONE EACH REQUIRED, HOT--FOOD-WELL FILLER T&S Bronze and Brass Works, Model No. B-101A with B-KF flange. Acceptable Alternate Manufacturer : Fisher. ITEM 67 ONE EACH REQUIRED, SINK HEATER, 460 VOLT, THREE PHASE Hatco Corp. , Model No. 3CS-9. Unit to come with low water cut-off. Body to be stainless steel. ITEM 68 ONE EACH REQUIRED, COFFEE-URN FILLER Fisher Manufacturing Co. , Model No. 4231. Unit shall be of stainless-steel construction. Acceptable Alternate Manufacturer: T&S. ITEM 69 ONE EACH REQUIRED, DRY-CHEMICAL. FIRE PROTECTION, 115 VOLT, SINGLE PHASE Ansul R-101, Model 30 System. The Food-Service Equipment Contractor shall provide a complete UL listed, dry-chemical, fire-protection system. As- sembly shall conform to all governing codes and in- stalled by factory-authorized personnel. All ex- posed piping and fittings shall be chrome plated. All piping and fittings located within the hood (Item Nos. 29 and 39) 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 in Contra Costa County Detention Facility FOOD-SERVICE EQUIPMENT Section 11400--Page 35 stallation manual) . The Ansul Release and Dry Chem- ical Shell shall be located as shown on the Contract Drawings. Surface protection shall be provided over Item No. 35 (deep-fat fryers) and Item Nos. 32 and 38 (ranges) . Provide and install a gas-solenoid shutoff valve for Item Nos. 32, 35, and 38. Control shall be protected. GENERAL NOTE: All equipment shall come with detention-facility security op- tions if required. 2.9 PANTRY EQUIPMENT LIST AND DESCRIPTION ITEM P-1 TEN EACH REQUIRED, SERVICE PANTRY COUNTER ASSEMBLY Equipment is not a part of FSE work; refer to Case- work Section. Food Service Contractor to coordinate with Casework Contractor for items to be installed in casework. ITEM P-2 THIRTY EACH REQUIRED, CASE WORK CONVECTION OVEN, 277 VOLT, SINGLE PHASE Crimsco, Inc. , Model No. CV-912. Units shall come in a stainless-steel enclosure kit to be installed in. casework. ITEM P-3 TEN EACH REQUIRED, JUICE DISPENSER, 115 VOLT, SINGLE PHASE Dropcut Starline, Inc. , Model No. T. ITEM P-4 TWENTY EACH REQUIRED, COFFEE DISPENSER Aervoid, Model No, 804. ITEM P-5 TEN EACH REQUIRED, PANTRY SINK WITH HOT-WATER DIS- PENSER Countertop sink, 18-gauge stainless steel. American Standard No, 6084. 339, with American Standard drain No. 4312.012 with vandalproof grid; modified for Contra Costa County Detention Facility FOOD-SERVICE EQUIPMENT Section 11400--Page 36 single hole punch for hot-water dispenser, Hobart Model HWC-1; with Delta Model 100 faucet. Installa- tion and connection by Division 15. ITEM P-6 TEN EACH REQUIRED, DRIP PLATES Countertop-recessed, self-rimming, 18 inches long x 4 inches wide x 1-1/2 inches deep, slope to drain. Pan of 18-gauge stainless steel; plate of 16-gauge stainless steel with punched openings, attached to pan with spanner-head, stainless-steel screws. Drain pipe 1/2 inch copper to floor sink. Installa- tion and drain pipe by Division 15. Coordinate with Plumbing Contractor. 4 PART 3--EXECUTION { 3. 1 CONDITION OF SURFACES A. Examine the substrates and adjoining construction and the conditions under which the work is to be instaU .. d and do not proceed with the work until unsatisfactory conditions detrimental to the proper and timely completion of the 4 work have been corrected. i B. Verify all measurements in the field. i C. Provide such information and services as may be necessary for the proper coordination of the work of other trades with the work of this Section. D. Equipment shall be installed as shown on the Drawings. 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 to 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. { Contra Costa County Detention FaW A. .2 FOOD-SERVICE EQUIPMENT • Section 11400--Page 37 E. All equipment shall be set in place, level, and true. F. Metal and wood base for equipment shall be set in mastic "Permagum" or "Vulcatex" or equal to eliminate opening between base and unevenness of building floor. If uneven- ness exceeds 1/8 inch, base shall be shimmed and a con- tinuous stainless-steel scribe strip shall be applied to conceal gap. 3. 3 PROTECTION During installation and until completion, adequately protect all equipment from damage. 3. 4 CLEANING i At a time as directed by the Architect, remove all temporary protection and leave the installation clean and free of any imperfections. **END OF SECTION** f Contra Costa County Detention Facility (►041.3 Index to Section 34 - Interior Elevations 34. 00 Index and Notes 34. 01-31, Interior elevations NOTES TO INTERIOR ELEVATIONS: 1. All trades to coordinate their work to achieve layouts as shown on interior elevations. 2. Casework shown in elevations indicate types and location. See Section 35 for Cabinet size and details and Section 36 for Millwork details. 3. Interior elevations have been drawn for walls with casework, major accessories or complex grouping of fixtures and services. See Section 37 for Equipment Legend and schedule for a brief description of equipment noted on the interior elevations. See specification division for full description of the equipment and divisions 15 and 16 for mechanical and electrical equipment. 4 . Exact location of room accessory, fixture, alarm or major service not shown shall be verified with architect or owner prior to installation. 5. For interior windows see Section 39. • C • DATE Kaplan/gM �,a , oONM CMA CCUM DETENTM FAct-ffy EANERS SHEET M%FANC15 �x+V CA. 94111 34.00 INTERIOR ELEVATIONS4398 5191 ����� E 0 EE Irk PLA'S. LAM. } -Pttr�Gt� FID FEC H41 IV - G .�- Woo) PLA.5. LAM. - - h i _-�:otJv - armor►_ ar'Ga N IQ i ,PW Ira w Ka Iala1M�L,a T . CANTRA GOSTA COUNTY DETENTION FACiLffY, ARC T �A� / a� 78 _V irR STRE 11 SHEET N FRANCL9co CA. 941 '�`Q».L� -FNTJLAL 1.11" TILOLo 415.398.5191 M} f A%- 4UP�l � Hr, a�s�M f p 1M uo -FLN i. LA i Kaplan/M�La�ughlinEIDATE � CONTRA COSTA COUNTY DETENTION FACILITY INTERIOR ELEVATIONS NERS9x111 0041.6 415.398.51 '3M 1�- Oft r.� II hJ � r7 I 1 r� a nf~uTAL t ' I ; two M . s � � r 7 1 �l&n/McLaL,gmin DATE CONTRA COSTA COt1NTY DETENTION FACILITY I T NERS 1 114~ if INTERIOR ELEVATIONS SWET prof. ,. 153985151 13/EJ"=:z,CA. 94111 , 1 Oil rl 09 1 WA see- Tll �a $a l eWUN _ IL I L21 Kaoa a Y � n/McLauo nPTS, CaONM COMA 00L# TY DETENTION FACILITY HERS '{4�� INTERIOR ELEVATIONS . 94111 a_ 1 RI %4i-C ' 3.m -- 1 - 0 11 /' PLAIC56 LAM. x rtb►1 �io�t� ��(v �s� �U"' 9p N,`} LRM. ol IL i 7 i 'I't,A':•. LAM. � ri f � DATE gINTERIOR Ct16TA COUNTY DETENTiC,1M FACILITY 1 NERSSHE� 4 �� ELEVATIONSV "� --011 { ' A I .ver 1 � ptG� 1A r (4` l4 11.0 44-04 UTIWV� - Alp vjft� I � r �' iMZL � for.. Ell Kaplaii/MeLaughlin DATE CONTRA COSTA COUNTY DETENT10N FACILITY.. RS, •� �g INTERIOR ELEVATIONS T � G •�ahi U1"1 t. 1-Y L415-398.5 94)11 s,�►, �u 1�- 0 1 Q \ 4 ��� ,.� �N't ER��a� 16a� ' TAI 44- PLAS. LAM. — 71, 114 L__ - -- -lo 8 ' •pn • K C a►re CONTRA COSTA �aplan/M La�u�gN 1R. � � COUNTY DETENTION FACILITY:. alJTR pp��,,qq�� E s . ' iNre�l r- ai"lONSANTREET SHEET FRANCISCO CA. 94111 5+.&* �� �P'1 nIG4l� 1114!T 00422 415.398.5191 • _I uN�of ��;� - ,.dam - � D P PPii P� - ern � fie _ b _ YEA EV' �-- -� i 'Iii• i iii �i� �� I - VNP ti P4 N tit A 15 30e?4 i 13'-0"(? 1T22A r7aNTf� — Note-C�. PAWTFW IT14A XPrt: ZPVSt0 . i � � G _-- Ofd tai. C��it�lt �i�•OJ4i� � ��, �5b 122. Gip HD) i • PZ �l�0' 110 00,rA%TIW 30,P-4--�_ _tw- -.v I pro.-PIWSW A L- _�t� C DATE CONTRA COSTA COUNTY DETENTION FACILITY ��QQ,�,,lan/M ilMp�gNNERS HET �P' I Nrgf-10- G,LFYAr 10SY S�TREETsr+EEr �iSCQ CA. 94111i�,pr� pA►Nr P� • —: �u� p�N�L tai 681.1 Bpi M1.1A% �tL� i i \v t q Pins.- LAM loll .41 . � � �-�►rµ a�A�Y�s _ I - - R. S. LA N1. tNTAK� � .iL4lr • K n/MgAug ' Hn DATE CONTRA COSTA COUNTY DETENTION .FAICILItY NERg INTERIOR ELEVATIONS �� P�f-�rN �a�Y`��, i NT�►K!= 415.M.51 94111 3g"_ 11_ Du 09/124 WN I.,GNA1F i fA H�NhIGAPf'�17 rOIL�'r I�DGP `1bILL�' �zo7 tito7 - A�tr'IoN MIFf�- W�bµEt.F p NAL ; i 7o f t>d►1� Pt'p s-upIf4g,- 1 oil-3'=f - -- WG a I N i H , • Kaplan/McLaughlin DATE CONTRA COSTA COUNTY DETENTION FACILITY 1 ��ApQRCaAIj& T�E�NERS � �g INTERIOR ELEVATIONS 9% FRANC CA. 94111 '' ,j Z #aN�?� PP a. T 11.19ri M F-t�� Tvl w 415-398-5191 3/g _ II_ Oil of 1425 1 1 i t r r ' i 1 t � r r fi � Zrl D BU 'S LMZ� la C hjjll DATE CONTRA COSTA C. XAM DETENTION FACILITY gRCHITEII/l IPL NN ERS I-Z4 It INTERIOR ELEVATIONS BATTERY TREET s � 1H I. 1•�NAI - ivito. FRANC�0 CA. 94111 ob4o,i�. �� 11 / 415.398.5191 3/8 — 1 -- 4 • • • �r�,�,, � may,. yi �1 a f .02c5o •'�� 3t5N.. 1 A15' t Lx�7 OAK SP&G PIC- I� C�� DATE CONTRA COSTA COUNTY DETENTION FACILITY Kalplat" r7� INTERIOR ELEVATIONS ASK 8h� Tl�lf ISM Co I -Pap1�g& 5��'S�J..l��.l.�p►`5C• - 'r FFIANCI:�+GO CA. 94111 t':Iry 3/8#,,, 11— 011 09428 415.398.5191 � 3 _. . . . . �' i . • 3 fq�'PL�Wv �z W/ PIWIC2000 OAK ENDO ATIto MAP&. _�''�►I L- ISM -^ � _.. ::._. :.�. �_�.;�-���-�;-. .. w __.._ - _faF ,LaWtNtsATION ftF _ 515 34,jta AGPA'(EL LSI, N P#seL 1v 1b4- u fOft Kaplan/McLaughlinDATE CONTRA COSTA COUNTY DETENTION FACILITY' . ` ARCNITTEE Tgg NN ERS INTERIOR ElE VATI N 901 BATTRY STREET SHEET L ��t� L.415-398-5191 �N FRANCISCO CA. 94111 �,,.� u� I_ II {�f)�9 5 39659 3l8 1 0 9 i �M t-•T1 rr1„1, U •i 1 � i d1 - r1es'ry rasc-4r moss raIL4T Kaplan/McLaughlin DATE: COSTA COUNTY DETENIM FACILITY AR1 T PLANNERS Z4- 7? INTERIOR ELEVATIONS Q1 E3 fa STREET T 94111 SHEET MINIP" W I L►-r ' e..o 13" 1 f': F 1 . 4� FRANCISCO �,," '17 13/811= 11_ X11 0 430 5 398.5191 � Z Tb3 �1 fiA FL! 5: wH. Ol PL v1 + P�* 1.ZU41� �10� INTE�OM ; .•• . . It&-o=rycmc ev Pts: i vISraF- (I 1La3A► C DATE CONTRA COSTA COUNTY DE F Kaplan/gM, 1-?-14-?9 DETENTION acluTir 1%Z CTRY T E SHEET LA(VNERS INTERIOR ELEVATIONS SJ4N FNC CA. 94111 ,,� "L•ElvII�1G, Vl�I t0 - �+��e.; 415.398.5191 3/8 1 — p .1. 1 I i i3 � 1 01 L 4- - LM 50 11Ay ol't�tJ rev wo GATE _ OON(TRA COSTA GOIINTY DETENTION FACILITY'' AFCHI T NERS L`f 7Y INTERIOR ELEVATIONS TA sHEET �i.i1L:' •'3►"-,Or At ::.. E1� 1415-398-5191 SAN F NC� CA, 94111 " 04) 1_ 11 5 398.5191 3/8 i 0 �ID✓ �L NU�✓�`� 5rprldh� AIain/MclA DATE CONTRA COSTA COUNTY DETENTION FAICLITY R I Tss PLANNERS /-'`f ?Y INTERIOR ELEVATIONS M lr�RY TREET SET ,} sur.jP ,' p &rArIph1 41 5NC1� CA. 94111 �., l�� 13/8u� _S 398 9 1 0 I DfbpEK�F ��py� Tai . ,IoY I OAK I i -----� --- A ZMv1 .7 FA e-roG4f° Q.TD. i (hoc �S I I a PTR lo CefAe4f.pr+) PL 4toA L D1 Al Al� E PIAN Y 171T If�lri Kaplan/MCLaughlin DATE C COSTA COUNTY DETENTION FACILITY E SHEET UN FRANCISCO $TRAINERS ^?� INTERIOR ELEVATIONS N FRANCISCO CA. 94111 �,Zi JlTifhlh 0043 %415-398-5191 S14 5 398.5191 3/811= 1 0 1 1 Pf�D, tP 4" iiij.P'. VI'�Iflty(o . 07 i - FM q - �. - - � � -- - --- c►��K eve TA S D , pA����l �sta+-F �rArwK� VIgIT�N�i I Kaplan/McLaughUn DATE Z ��, CONTRA COSTA ooLIM DETENTION FACILITY ARC T�yt1NERS �� � INTERIOR ,Sr�►�� �T�� � ONS jp&ja � CA. 94111 Y io I r wo tl 09435 415.398.5191 'ZZ 3/8 = 1 - 0 I _ — 1. FOIL. 0"I''PTuct,�OVRM ��� W mw, b IG TUBI -tNTtftor1 �3 p Z y� a � .. 1 -44 Kaplan/McLaughlinDATE C WM COSTA C;OL# Y DETENTION FA�CUrY- ARC�1�TECTg PLA �t{.-7d INTERIOR ELEVATIONS 41 a"%JIk STREET SHEET Dank Jw j 0=AUTY bNd#V ��AN. FRANCS CA. 9411 ,,tb ,�_ 1- II 0� 436 15 398.5191 3/8 1 0 ; _ �_ 161 •� , SZ Fi�.�rf- tA�I-V pAYl �1 60p'of �fAr�nN� • 1 +oN6 I'rn Gi7PE 5 -- --- OV�K ESE----._._ .. / I IN, �Z dZ �L �3 PPNIdI� y1101�IZGt�M 3P1 • KS IRIIIMCI�At��lll DATE CONTRA COSTA COUNTY DETENTION FACILITY gRCHITE�Tg p�NNERS ���_?� INTERIOR ELEVATIONS gpl BgTTERIr STREET X111 �TAI�C '�TAtIoPI�; W(o�l� I1 i�1 3' SAN FRANCISCO CA •% n_ II 415.398.5191 3/8 - 1 - 0 t Prn holt NO PL A4 f { I Ybl r 3 �'¢ ' f i . l LAUl�t7F-`� I Kaplan/McLaughlin DATE CONTRA COSTA COUNTY DETENTION FACUTY i I ERY PLANNERS 1-4-79 INTERIOR ELEVATIONS T STREETS f F ANciSCO CA. 94111 }. ry, �pu►�owy 00 1415-398.5191 3/811=z- 1 0 438 P 1 - Gip op j ayc -ttt�fic z A i ! RAS:COLM IT I 1 I 0100.0, t M � _._ •-riclM t l{ Z�ilo C DATE 'CONTRA COSTA COUNTY DETENTION WIL" IMT' SHEET 7a 1NTERiO,Rr ELEVATIONS �AN1 FRANCCA. 94111 ,tijr► - �►«1��'T 15,398-5191 . 3J8 -- 1 0 t \ , 1 � wuv�- >rrw� i fir- �v31 3p�� �i T,plari/McL ighlin � Z '7 TNERS 4 INTERIOR ElE VATiONS otl Cot-MkP,. F ANGI:aCO CA. 94111 3n 11_ bilk 415.398.5191 Pr� 45'� - A / Pl.h1: IAM:*- Kaplan/McLaughUn DATE _ CONTRA COSTA COUNTY DETENTION FACILITY Z'4INTERIOR ELEVATIONS I % T SWXT = TSN io wluipw�� wO94111 1 111�-K 415 398.5191 30=. 1 - 0 TOKNo TP,H; q1 T011.lt' _. ._ _.. ` 1117 i OVA pT�tWrl _ Of. rig LAI- - - -- , lhtK 1 � r StaFF "t4100 -pvruge-s•U . � '� �'( --- . C • DA ' Kaplan�M DATE E L�_.,p'[3/8 OIVTRp►COSTA COUNTY DETENTION FACILITY NERS sf+/- NT ER IOR ELEVATIONS . 415 s9s•s CCA. 94111 , - HASP4AFIFAv:,1 _ 0 ?, 42 1 i I i MLIHIGIPAL. CoUhT GIZ,05 I.TDL 44 T�1 o k 1 Jot • KSpIAIIf MCI.SU 111 DATE CONTRA COSTA COLNN DETENTION FACILITY 115 Q1 1 TSS, TNERSINTERIOR EtEVATAN F ANMCM�A = 94111 �.398.5191 '�� 3l8u; 1t_ 0tl 0 443 r i I I t /1 L-f qpTr4 'v a, w N& 4 iMry WFT �1 wpl TUZOF- � a �s3z t i.it' o- r 1-7 Wr-7 1 uVl��a wf'1 , upp— PA sJ � }Iat1�M�V—PL&NERMS DATE CONTRA COSTA COUNTY DETENTION FAiCUTY I �7 INTERIOR ELEVATIONS (� � CA. ,II S, Juv6►ab 444 �. „� 1 _ Oil 415.39851 3t8 Index to Section 35 MODULAR CASEWORK SCHEDULE AND DETAILS 35.00 Index and Notes 35. 01 Notes (continued) 35. 02 Casework Schedule Base Cabinets 35.03 Casework Schedule Base Cabinets 35. 04 Casework Schedule -$A96 Cabinets 35.05 Casework Schedule Upper Cabinets 3�-v7 I;wvcGf��vu� �ovNr � � +�/�►PoI�S --33�J$ Gb Ii�uW�' �NF•DUf.� �tl1.V µEfliNt"�GA►�7 .._ 001i�T IN , Notes to Casework & Details 1. It shall be the specific duty and responsibility of each s trade and supplier to examine all plans, details and speci- fications, and to provide and furnish proper equipment, ' hardware, fixtures, materials, etc. , pertaining to his part of the work shown or listed in any part of these documents. Schedules are for the convenience of the contractor to assist him in understanding and constructing the project. i It is the contractors' responsibility to verify that all i items in the detail schedules reflect the plans and details. Any omissions or contradictions in these documents shall i be called to the attention of the Architect prior to bid opening. Bids received shall be considered to include all items for a complete project. No extras will be allowed. ; 2. All casework shown on schedule not necessarily used. ` 3. Casework materials shall be as stated in the specifications, unless otherwise noted. 4. Finish all exposed protions of casework & countertops. 5. Provide backsplash and side splash where shown on interior elevations. 6. Bases on casework typically 4" unless otherwise noted. Provide same finish base material as per finish material schedule. Extend base to wall at all cabinet returns and end panels. 7. All upper wall cabinets and full height cabinets shall have matching closure panels to the ceiling unless otherwise noted on interior elevations. Plastic laminate panels shall match . plastic laminate on cabinets. Kaplan/McLaughlin DATE - ..._. C0NM COSTA COUNTY DETEM10N FACILITY. ARCt•iITECTS PLANNERS f`� 7�' CASEWORK SCHEDULE 41 BATTERY STREET SHEET SAN 415-398 5191 ca. sa11i v5.o� INDEX NATES 0044 • 8. Countertops shall be plastic laminate unless otherwise noted on interior elevations. Oak drop edge where noted. 9. "Depth" of casework shown on cabinet schedule indicates the depth of the base cabinet and not the countertop. 10. Provide knee braces with finish to match adjacent base cabinets evenly spaced 4" - 0" O.C. (Maximum) for all counter tops not supported by base cabinets. 11. The cabinet schedule drawings are schematic, the details of construction shall be as specified in accordance with Architectural Woodwork Institute requirements. 12. In cases of cabinet installations between walls, verify dimensions in field and provide filler panel strips with ends or reduce cabinet width as required to fit space as shown. 13. Scribe plastic laminate top to wall where backsplash is omitted. 14. Upper and lower cabinet doors shall have pulls mounted vertically. 15. Where flourescent light occurs below upper cabinets, provide apron closure piece 1�" high to shield light. Closure shall be flush to the front of cabinet, extending the length of the cabinet to the wall 'and exposed side (s) . 16. All counter tops where sink occurs shall be 26" and run the full length of the counter. The dimension from the front counter edge to the base cabinets shall remain the same whether the counter is 24" deep (without sink) or 26" (with sink) . End panel depth to match cabinets and scribed to wall. 17. Coordinate height and location of backing plates with stud framing contractor. C DATE CONTRA COSTA Kaplan/M r - DETENTION FACILITY CHIT CTS PLANNERS �'� CASEWORK SCHEDULE C1 FRANCISCO RSTREET 1 SHEET 415.398 5 91�O CA. 9411 ���i ,,, � ��'�� A TYPE 1CM I DEEP HIGH E I TYPE UM DEEP HIM 2 adj ' shelves Al 1511 24". 3611 *Opposite Door SwEl 15's 2411 3611 3011 high-1 adj shf A2 1811 2411 36 611 high drawer E2 1811 24 36" *Opposite Door Swg A3 2111 2411 36#1 adj. shelf E3 2111 2410 3611 A4 2411 2411 36" E4 24" 24" 36#1 Finished Top Typ;) 11040 V 1a AA6 1591 2411 30" E6 15" 2411 30" fwo E7 1811 2410 30" AB 2111 2411 30" E8 21#1 241# 3011 4-4 H A7 18,1 2411 30" A9 - 2411 2411- 30" E9 1 241# 2411 1 3011 Bi 3011 2411 3611 F1 3011 24" 36" B F i 2 adj . shelves B2 361# 2410 36,1 611 high drawers' F2 3611 2410 3611 3011 high-1 adj shfadj . shelf 01 10 " B3 4210 2411 3611 F3 42 24 36 B4 481 1 2411 36" F4 4800 2410 3611 M 301# 140 'TM-#'11 Flo- 111101, 86 3011 24" 3011 IIS. F6 3011 2410 3011 F B7 3610 24" 30" F7 3611 24" 3011 B8 4211 2411 30" F8 4210 241' 3011 B9 4811 2411 30" F9 14811 241- 1 301- C Cl 1501 2411 36#0 G Gi 1511 2410 36'@ Single Sink C2 1811 2411 36" 611 high drawer G2 1811 24" 3611 *Opposite Door Swg C3 2111 24" 36" Open adj. shelf I G3 2111 2411 36" 9" high fixed pant C4 2410 2411 36" 4 2411 24" 3611 V, 6 1511 2411 30" 6 1511 24" 36" C7 1811 24" 30" 7 1811 24" 30" CB 2111 24" 30" 38 21" 2411 30" C9 2400 24" 30" (:;PW9P liV WWW) 39 12410 2414 1 3011 DI 3011 24" 36" H il 3011 24" 36" Single Sink D2 3611 2410 36" 6" high drawers 12 3610 241' 3611 9" high fixed panl Open adj . shelf. D3 4211 24'0 3611 3 4211 24" 36" D4 4811 2411 36" 4 48" 24" 36" D6 3011 24" 36" 6 3011 24" 3011 D7 3640 24*1 30" 7 3611 24" 3011 D8 4241 24" 30#1 8 4211 24" 30" D9 481, 24"s 13011 1 9 14811 124" 130" ED;ATE CONTRA COSTA 00UNTY DETENTION FACILITY Kaplan/McLaughlin It ARCPLANNERS CASEWORK SCHEDULE go, ITECT BATTERYSTREET SHEET. SAN FRANOSCO CA. 94111 .00 BASE CABINET , '147 415-398-5191 WMto MEP HIM4 rl,4r �p W Av _-- � -- - - i 1 I"a lanlM�Lau&Un `" AR CDATEi TSS pp��qq NERS f 07 ?�' ' t���;7 "•. .. ..�JiG �U L�i'_ BA1RY STREE s UN FRANCS CA. 94111 398.5191 TYPE MW DEEP H nFIM 6" high Top Dra0er2411 36" Open adj. 'shelves -11 1501 2401 3601 9" high 2nd Drawer e-2 1801 241' 36" .12 1811 24" 36" Finish Top Typ 93 21" 2411 3611 J3 2111 24" 36" (-4 2411 24" 36" .74 24#1 2411 36" 3; 96 1511 2411 3011 .16 15" 2411 3011 K7 1811 2411 30" T7 18-' 241- 30" 98 2101 2401 3000J8 2111 24" 30" K9 24111 2411 3011 j J9 24" 24" 30" 1 A? 1 1511 2411 3611 Ml 3091 24" 3611 Equal High Drawers 2 1811 2411 3611 adj . shelves M2 36-1 24" 36" 0 2111 2411 3611 M3 4210 2411 3611 2411 2411 3611 M4 4811 2411 3611 2*0 All 0 H6 3011 24" 3011 M7 3611 24" 3011 8 4211 24" 30" M9 4811 24" 30" Pl 30 2411 3600 01 30" 24" 36" P2 36-- 241- 3611 02 36" 2411 3611 Equal High Drawers 611 high Drawers P3 4211 2411 3611 one adj . shelf c!3 4211 2411 3611 04 48'; 24" 3611 F4 4811 2400 3690 06 30" 24" 30" i= 07 36" 24" 3011 o8 42" 24" 30" Ais 09 481, 2 . 30" _ tQ 1 3011 2411 36" Equal High Drawers Q2 3611 2410 3601 1 0,3 42" 2411 36" 60 4811 2411 36" Kaplan/McLaugWin DATE C40NM COSTA MUM DETENTM FACL" ET CASEWORK- SCHEDULE IMF�Iri A �IVIA '004-49' -------- F k I CA. 94111 .5 51 t.415-398 1 1 -,BASE ..CABINET- AA E ID% DEEP .HI AAL TYPE JUM 2 adj shelves I is" 13" W#1 strip Light AALl 15" 13" Opposite Door Sw 2 adj shelves A2 1811 13#r 3oll *Opposite Door Swg AAL2 1811 1311 V11 Closure Panel to 3 2111 1311 30,, Closure Panel to AAL3 21" 1311 V11 Ceil. See Notes ' Ceiling. See Notes NA4 24" 1311 AAL4 24'" 13'1 91G� t151' 13 W , g A 12 30" 18" 1 3 B I B 3B1 30" 13 BBL BBL1 3011 1311 2 adj . shelves 3B2 3611 1311 V11 Strip Light BBL2 36" 1311 BB3 4211 13" V 11 2 adj shelves BBL3 42" 1311 3011 3B4 48" 13" V�of BBL4 48" 1311 3011 eoi;w pip, 74, c 11 c CC1 15" 13" CCL ccL1 1511 1311 2 open adj .sbelves CC2 18" 13" Strip Light CCL2 18-1 1311 39 " CC3 21" 13" 30 i1 2 Open adj . Shelve-.CCL4 21" 1311 V11 CC4 24" 13" ?0 CL4 24" 1301 01 CC6 30-1 13- ?" CL6 3011 13" ;0 -1 CC7 36" 13" XL7 3611 .1311 V11 CC8 42" 13- r-'CL8 42" 13" jo to CC9 48" 13 CCL9 48" 11311 WOO DD _____DDL DD1 30" 13" 30" DU 3011 13 ?c 2 adj . shelves DD2 3610 1311, Strip Light DDL2 36" 13" 3!211 2 adj . shelves DD3 42" 13" :)DL3 42" 1311 DD4 48" 131# 30' 4811 1311 DATE C4*JM COSTA COUNTY DETENTION FACLITY KaPlan/McIAmighM CASEWORK - SCHEDULE. SEs * MF 94111 00450 -!Lft-.. G 415.3M-5191 47".7 0UPPER __ , CABINETS. -A EE EEL - TYPE im DEEP Him Glazed- Door E1 1513 f E11 " 3011 Strip Light " " " *Opposite boorswnq Glazed Door EELl 151330 EE2 18" 13" 30" 1 *Opposite Doorswn( EE12 18" 13" 3011 Closure Panel to EE3 2111 1311 30" Closure Panel t) EE13 21" 13" 30" Deil. See "Notes, EE4 2411 1311 30" Ceil. See Notes EE14 24" 13" 30" --j FF 7TI 3011 1311 30" EEL FFLI 30" 13 30" Glazed Doors FF2 3611 13" 30" Strip Light FFL2 36" 13" 30"" F3 42: 13" 30,, Glazed Doors FFL3 42" ;13" 30" F4 48" 13" 30" FFL4 4811 13" 3011 11 Z— GG GG1 30" 13" 30'0 1 GGL GGLl 3011 1311 30" Glazed Sliding Drs GG2 36" 13" 30" Strip Light GGL2 36" 13" 30" GG3 42" 13" 30 Glazed Sliding Dr 2GGL3 12" 13" 30" GG4 48" 13" 30" 1 1 r-, ,—-- 7 GGL4 48" 1311 3041 IN III i Kaplan/McLaughlin DATE CONTRA MSTA MAM DETENTION FACILITY ARCHl',W�T P ANNNERS CASEWORK SCHEDULE gQi BA . TROT swer I I FRANC CA. 94111 415.398.5191 A UPPER CABINETS 09451 �aM, IN,TOP U,CP Tyr TA V ml 5V tD�3 ?.0" 1P , T01 V h Di�4w #Z• tk'P : } 1 e. F , - T�3 IPS" - t�3 3Z" E E lol— i Tp Tp1. Iia lan/McLaughlin OAT" CONTRA COSTA COUNTY DETENTION FACILITY ARCHHIT TS PLA NERS 0.0 �: ►�J �YC� - '_-'"�'•u EDU�.� UN BAT RY STRE SMET FRACISCO CA. 94111 , 7 _ � - �p� •. AP ;' f ) i S SS,3N U�6�i. wr _ 1,o�1i DN:f Nri•M �__ �, �('� y TYM IM46141644 - WFZ 18" - 3 Z1" 4 Ir fit' 6 Ol 0Fl- 04 � RP �« r 1_fN LAO Ito- -its 12, LCJL,'7 51`3 40 - " 0 t ' 1� No 4 14 11W 644 - OF 3 �FZ" a jA jvjCj OATE CONTRA COSTA COUNTY DETENTON FACiIiTY AR piTTEE Tgg PLAu N�N /••�3�7� _ AR TREET SHEET r 3 ►AN FRANC CA. 94111 L415-398-51S" !'�uI�L► 4940�i"!� 0� 46 0„4i.1 Index to Section 40 - Floor Details 40. 00 Index and Notes 40. 01 Tile to Sheet Resilient to Concrete Resilient to Carpet Carpet to Carpet 40. 02 Carpet to Ceramic/Quarry Tile Resilient to Ceramic/Quarry Tile r40 . 03 Vinyl Reducing Strips 40. 04 Floor Construction at Walk-in Coolers 40 . 05 Section at Walk-in Cooler Floor Trench NOTE: 1. Use vinyl transition or level reducing strips between materials of different thickness or texture. laplan/MCIAwghfin aATE ARCH CCTgg PLANNERS (Er1 01 B44RAERY STREET r 9AN 39$• NUSCO CA. 94111 40. 00 FLOOR DETAILS 0 141) 74 4-- { ( DOOR WHERE DOOR WHERE OCCURSOCCURS P I r�— . ' i VINYL f I ASBESTOS ; SHEET VINYL RESILIENT TILE ( FLOORING �1." CONCRETE POINT OF qi---VINYL TILE i : SEPARATION REDUCER VINYL ASBESTOS TILE TO RESILIENT FLOORING TO SHEET VINYL FLOORING EXPOSED CONCRETE FLOOR �.J t _ L DOOR WHERE CROSS ; OCCURS CORRIDOR ; DOORS OR 11 WO—HOUR DOORS 1 ' RESILIENT FLOORING �Il oil CARPET CARPET] 4" CARPET to L J � wk I I ! "Oo•. .Q a: :•]� b�V,. �•;•;:`•i. ''o '�p�'r .::'i ;•' .•:•'fes VINYL EXTRUDED REDUCER I METAL THRESHOLD r CRESILIENT FLOORING TO D CARPET TO CARPET CARPET SEPARATION Ka lan/MeLa '•,,. DATE WN��A COUNTY DETENTION FACUTY ARCNITECTg p�Al�N RS I r�'I�� 9�0p1 BATTERY STREEl �� FLOOR DETAILS SAN FRANCISCO CA. 94111 i [415-398-5191 398.5191 . X0.415 I I ! ! ICERAMIC OR RESILIENT ERAMIC OR CARPET QUARRY TIL FLOORING UARRY TILE THRESHOLD -THRESHOLD ON MASTIC ON MASTIC EINFORCIN i REINFORCIN O �i. .. .. •;£p •.�;j.• ��'� �� �� is ;6w L PLY ViLf STUD LINEPLY FE; FE* • ,�. IAr STUD LINE AND TAR 1 OR TAR CARPET TO Q RESILIENT TO QUARRY TILE FLOORING V QUARRY TILE FLOORING r r Kaplan/Mclmo,,., DATE SpA COSTA COUNTY DETENTION FACILITY '9 CHITECTS PLANNERS ��'�'l7 01 BATTERY STREET _ FLOOR SAN FRANCISCO CA. 94111 415.398.5191 d4o.00 i EXPOSED RESILIENT CONCRETE RESILIENT FLOORING 1;" FLOORING_ FLOORING 1�;" CARPET +1 T T c* 1 � � '�' M VINYL REDUCER STRIP VINYL REDUCER STRIP INSTALLED WITH INSTALLED WITH WATERPROOF CEMENT WATERPROOF CEMENT OR CONTACT BOND OR CONTACT BOND VINYL REDUCER STRIP VINYL REDUCER STRIP RESILIENTI F " w CARPET -_ - - -- ALUMINUM THRESHOLD j THRESHOLD EXTEND RESILIENT FLOORING AND CARPET TO INNER LEG ALUMINUM THRESHOLD . Kaplan/McUughlin DATE CONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTg PLANNERS /Z'/ BATTERY ETRESHED _.�_.__..--- . FIAOR__DETAILS_.__.__. 41 . FRANCISCO CA. 94111 40.03 00457398-5191 5 C'ARR-I( 7SL.E CN 137 aAl;_U%THA�Sf U o 0 � 1 a Q ---PTD DlgA1N. FaIF�P,.. sft MEC1 0=04319.__ CCOL5RS IN KITCHEN a 3 GN 9T1CIt Kaplain/McLaughlin DATE CONTRA COMTY A COUNOETEN M FACi�" ggpp�� __ _.._FLIOOR___DETA1LS SJW T $4111 �. { � 415-39$• 64 • C.7tJi"' loo WALA"- - - Cr'gULANO FT qD - SSE -MECM.DW4lP�.__ 4w 400- x ay v - - _�•�Q r. . LA _ CF , ct G Ka lan/MCLa �"? CONTRA COSTA COUNTY DETENTION FACil,iTY ARC}3iT C1S p��� �I�►+�,���'" , 1 BATTERY TREE s►+eEs C "__F! $ !IC. '���I1'_ _ FRANC CA. 94111 .c�5 F��� �'��__ 15.398.5191 _ ____._ SUPERVISORS BOARD F CALIFORNIA IN T11E 0F STATE 0? 18/118 OSTR COUNTY 0JTJOIA Np. CONTRA C Rgs eT of e rlatt public } In ty'ees f°T Services ad°ptin ep Ttment rd Of worKs D advise u 6p2 B 96-2 n nc tm nt , r has s / de (0 Dep aT WoTKs Dit t° Sec OTdiriancblic -rJoTKme t of The Pub that puT Subdlvisi f s for Pu develop ee 'Wit thee erv. sor p8 of the t certai ct. 0 w d that tr elY Slipa96-IA ,d2 must adopt n e on coUrity ' an ecommende a Paid a accura vices tyle Byes pr tv thin the ector having chaTget d tb dig these ser vi rks Dire of fees e is be a foT pro" su he Publ erimo sch a f e sc the County llo ging 1time t al costs t� 5 7 .50 per lot until suc the actu $30 Plu fleets 0 FEE Te ChECgI13 MAPS X25 (based UPon FINAL cost timate) . RRCEL MAPS the final es tions of the P ends IN ECTION FEE t the Tec° SP RESOLVEI AYYgpVE1 BE IT ylereby Ow TKE�i0 e ct or are 'public j%l o D . 1918 n February ' D by the Board ° PASSE c Worus ent Division DeP artment' Lad DeveloPm originating D--rector LD c works Ylannirig Publi toT of cc= Direc SOLATION Np. A6O R K � IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION N0. 78120 the Final Map of Subdivision ) 5152, El Sobrante area. ) The following document was presented for Board approval this date: The Final Map of Subdivision 5152, property located in the E1 Sobrante area, said map having been certified by the proper officials; Said document was accompanied by the following: Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map, and that the 1977-78 tax lien has been paid in Hill. NOW THEREFORE BE IT RESOLVED that said Final Map is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. r PASSED BY THE BOARD on February 7, 1978. Originating Department: Public Works Land Development Division cc: Public Works Director-LD Director of Planning Westwood Associates Suite 732, 3,10 Montgomery Street San Francisco, CA 94104 Kister, Savio & Rei 11818 San Pablo Avenue El Cerrito, CA 94531 RESOLUTION NO. 78120 094-61 EDWARD Y.LEAL ALFRED P.LOMELI County Treasurer•Ta Collector Ass""t County Treasurer TAX COLLECTOR'S OFFICE Tax cu.ee.r First and alla"atbu.f T.s.a CONTRA COSTA COUNTY . DFLrstelinquent uent ls...t T°.., Dw and Payol+L DolinWowl eo the First Day of Meaeaior as the Tato December------------ - Day of MARTLtiEZ,CALIFORNIA Second Installaeat of Tows Pboae 226-3000.Est.2385 fecoad Inatat(ssnt of Ta Due esd Payable as the First Day of FaMuss, Delinquent etanuary 31, �1err 8 as fM Tooth My of Ancil IF THIS VMT IS NOT FIL:D BY F::R[I.4RY 26, 1978 , THIS MTF.R IS VOID ?his xM certify that I have examined the map of the proposed snbdirision entitled: TROT NO. 5152 and have determined from the official tax records that there are no netpaid county taxes heretofore levied on the property included in the map. The current 1W7-78 tax lien has been paid in full. EDI ARD W. IFAL Tax Collector By: G� / Deputy I LED J. R. OLSSOh- CLERK EOARD OP SUPERVISORS - CCLT O. g, Microfilmed with board order (��!116 2 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT Re: Intention to Adopt Resolution ) of Necessity to Acquire Real ) Property by Eminent Domain, ) for Lower Pine-Galindo Creek -) U.S. Army Corp of Engineer ) Project, Concord Area ) RESOLUTION NO. 78/ 121 Work Order No. 8690-7520 ) Flood Control Ione 38 ) (C.C.P. Sec. 1245.235) RESOLUTION OF INTENTION TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District RESOLVES THAT: It intends to adopt a Resolution of Necessity for the acquisition by eminent ,domain of Real Property in the Concord area, for a flood control channel, a public improvement, which property is more particularly described in Appendix "A" attached hereto. This Board will meet on February 28, 1978 at 10:35 a.m. in the Board's Chambers, County Administration Building, Martinez, California, 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 wail: NOTICE OF INTENTION TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors of Contra Costa County as ex officio the Board of Super- visors of the Contra Costa County Flood Control and Water Conservation District declares its intention to adopt a Resolution of Necessity for the acquisition by eminent domain of Real Property in the Concord area, for a flood control channel , a public improvement, which- property is more particularly described in the attachment hereto. The Board will meet on February 28, 1978 at 10:35 a.m. in the Board Chambers at 651 Pine Street, Martinez, California, 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 February 7, 1978, unanimously by Supervisors present. Originator: Public Works Department Real Property Division cc: Flood Control County Counsel County Administrator County Auditor-Controller RESOLUTION NO. 78/121 00463 C/E Lower Pine - Galindo Creek APPENDIX "A" PARCEL 797 A (FEE) A portion of that parcel of land described as PARCEL ONE in deed to Frank J. Enea and Alice C. Enea, his wife, and Lonnie L. Clinkenbeard and Virginia M. Clinkenbeard, his wife, recorded October 9, 1970 in Book 6231 at Page 608 of Official Records of Contra Costa County, State of California, being described as follows: Commencing at the most southerly standard street monument in the City of Concord street known as Via Be Mercados as shown in Book 12 of Parcel Maps at Page 47 filed May 26, 1970, said street monument bears South 24047129" West (record S23'46'30"W) 700.02 feet from another standard street monu- ment in Via Be Mercados as shown on said parcel map (12 PM 47); thence from said point of commencement South 24`47'29" West 405.65 feet to a point on the easterly line of said PARCEL ONE (6231 OR 608); said point being the POINT OF BEGINNING of the following description. Thence from said POINT OF BEGINNING westerly along the arc of a tangent curve, concave to the north with a radius of 35 feet through a central angle of 115°10'20", a distance of 70.36 feet to a point on the north- easterly line of that parcel of land described in deed to the Contra Costa County Flood Control and Water Conservation District recorded February 4, 1976 in Book 7755 at Page 110 of Official Records; thence South 40°02111' East 55.12 feet along the said northeasterly line to the point of inter- section of the said northeasterly line with the easterly line of said PARCEL ONE (6231 OR 608); thence North 24047'29" Eait 55.12 feet along the said easterly line (6231 OR 608) to the POINT OF BEGINNING.. 0046 C/E Lower Pine - Galindo Creek PARCELS 801 THROUGH 805 INCLUSIVE (FEE) A portion of the Rancho Monte Del Diablo situated in the County of Contra Costa, State of California, being more particularly described as follows: Commencing at an angle point on the easterly line of that parcel of land described in deed to the Contra Costa County Flood Control and Water Conserva- tion District recorded December 14, 1967 in Book 5516 of Official Records at Page 308, said angle point being marked by tack and a survey tag stamped CCCFCD, t said tack and tag bears south 150 53' 12" west 200.42 feet from a Contra Costa County Flood Control and Water Conservation District monument having a 2-inch brass disk stamped F.C.D. 68185 at an angle point on the said easterly line (5516 O.R. 308); thence from said point of commencement south 650 54' 08" west 81.87 feet to the POINT OF BEGINNING of the following description: A strip of land 195 feet in width lying 100 feet southwesterly and 95 feet northeasterly of the following described line: Thence from said POINT OF BEGINNING south 400 02' 11" east 220.00 feet to a point to be hereinafter referred to as point "A". A strip of land 191 feet in width lying 100 feet southwesterly and 91 feet northeasterly of the following described line: Thence from said point "A", continuing south 400 02' 11" east 300.00 feet to a point to be hereinafter referred to as point "B". t9 A A strip of land 186 feet in width lying 95 feet southwesterly and 91 feet northeasterly of the following described line: Thence from said point "B" continuing south 400 02' 11" east 45.61 feet to a point to be hereinafter referred to as point 08-1"; thence continuing south 40b 02' 11" E 16.00' feet to a point hereinafter referred to as point "B-la". A strip of land 176 feet in width lying 95 feet southwesterly and 81 feet northeasterly of the following described line: z - -2- 1 - C/E lower Pine - Galindo Creek Thence from said point "B-la" continuing south 400 02' 11" east 34.00 feet; thence southeasterly along the arc of a tangent curve, concave to the northeast with a radius of 1000 feet through a central angle of 30 06' 59", a distance of 54.39 feet to a point to be hereinafter referred to as point "B-20. A radial line to said point "B-2' bears south 460 50' 50" west. A strip of land 172 feet in width lying 91 feet southwesterly and 81 feet northeasterly of the following described line: Thence from said point "B-2" continuing southeasterly along the arc of the said 1000 foot radius curve through a central angle of 70 21' 55", a distance of 128.55 feet to a point to hereinafter be referred to as point "C"; thence, tangent to said last mentioned curve south 500 31' 05" east 77.54 feet; thence southeasterly along the arc of a tangent curve, concave to the southwest with a radius of 500 feet through a central angle of 60 52' 32".a distance of 60.00 feet to a point hereinafter referred to as point "C-la". A radial line to said point "C-la" bears north 460 21' 27" east. A strip of land 182 feet in width, the centerline of which is described as follows: Thence from said point "C-la" continuing southeasterly along the arc of the said 500 foot radius curve through a central angle of 100 49' 320, a distance of 94.47 feet; thence tangent to said last mentioned curve, south 320 49' 01" east 198.46 feet; thence southeasterly along the arc of a tangent curve, concave to the northeast with a radius of 1000 feet through a central angle of 50 38' 39", a distance of 98.51 feet to a point which shall hereinafter be referred to as point "D". A strip of land 186 feet in width lying 91 feet southwesterly and 95 feet northeasterly of the following described line: Thence from said point "D', tangent to said last mentioned curve, south 380 27' 40" east 119.79 feet to a point which shall hereinafter be referred to as point "E". A strip of land 190 feet in width, the centerline of which is described as follows: Thence. from said point "E", continuing south 360 27' 40" east 122.68 feet to a point which shall hereinafter be referred to as point wFO. f -3- r C/E Lower Pine - Galindo Creek A strip of land 180 feet in width, the centerline of which is described • as follows: Thence from said point "F" continuing south 380 27' 40" east 181.41 feet to a point which shall hereinafter be referred to as point "G". A strip of land, lying northeasterly of the following described line, which tapers uniformly in width from said line as follows: Thence from said point "G" continuing south 380 27' 40" east 46.81 feet to a point to be hereinafter referred to as point W. Said strip varies in width from 90 feet at said point "G" to 54.08 feet at said point "H". A strip of land -90 feet in width, the northeasterly line of which is described as follows: Thence from slid point "G" continuing south 380 27' 40" east 118.59 feet to a point to be hereinafter referred to as point "I". Said point "I" being the southeasterly terminus of the above described series of strips of land. Said -point "I" being further described as follows: Thence, from said point "I", north 110 554 27" east 499.51 feet to the most southerly street monument in Commerce Lane as shown on the map entitled "Subdivision 3949" filed May 26, 1971 in Book 137 of Maps at Page 41. Said street monument bears south 240 17" 26" west 469.70 feet (record S 240 17' 40" M 469.82 feet) from another street monument in Commerce Lane as shown on said map (137 M 41). EXCEPTING THEREFROM: the northeasterly 30 feet of the above described strip of land which lies between the southeasterly line of the parcel of land described in deed to Gordon H. Ball recorded November 16, 1953 in Book 2225 at page 65 of' Official Records and a radial- line from the above described point "C-la" bearing north 460 214 27" east AND the northeasterly 20 feet of the above described series of strips of land which lies between the radial line from the said point "C-la" bearing north 460 21' 27" east and a line bearing north 490 57' 49" east from the above described point "B-la" AND the northeasterly 30 feet of the above described strip of land which lies between the line bearing north 490 57' 49" east from the said point "B-la" and a line bearing north 490 57' 49" east from the above described point "B-1" AND the northeasterly 21 feet of the above described series of strips of land which lies between the line bearing north 490 57' 49" east from the said point "8-1" and the northwesterly line of that parcel of land described in deed to Gordon H. Ball recorded May 11, 1959 in Book 3371 at page 64 of Official- Records. Said 21 feet in width strip of land shall jog at a point which bears north 490 57' 49" east from the above described point "A". PARCELS 800 AND 801 A (FEE) The above described strips of land 30, 20 and 21 feet in width excepted from "PARCELS 801 THROUGH 805 INCLUSIVE." -4- 09467 C/E Lower Pine - Galindo Creek It is understood that Grantor reserves a non-exclusive easement for use as a roadway for vehicles of all kinds, pedestrians and animals subject to the following reservations: Grantor agrees to repair any damage resulting from their use of the non- exclusive easement and Grantor agrees to defend, indemnify and hold harmless the Grantee of and from any and all claims, demands, costs, damages, losses, actions, causes of action or judgments which Grantee may payor be required to pay by reason of any damage, injury or death to any person or property suffered by any person, firm or corporation as ' a result of the exercise by Grantor of the non-exclusive easement re served herein-, ' PARCEL 800 6 (FEE) A portion of Parcel "C' as said parcel is shown in Book 56 of Land Surveyor Maps at page 33 filed November 12, 1973 in the office of the Recorder of Contra Costa County, State of California, being described as follows: Commencing at the northwesterly corner of said Parcel "C"; thence south 240 47' 29" west (record S 230 46' 20" W) 67.13 feet along the northwesterly line of said Parcel "C" to the POINT OF BEGINNING of the following description. Thence from said POINT OF BEGINNING along the northwesterly and westerly lines of said Parcel "CO the following two courses, south 240 47' 29" west 24.91 feet and thence southerly along the arc of a tangent curve, concave to the east with a radius of 140 feet through a central angle of 320 37' 33", a distance of 79.72 feet (a radial line to end of said curve bears south to a point on the north- easterly line of "PARCEL 800" as said parcel is shown on the drawing ED 530.1 on file in the office of the Contra Costa County Flood Control and Water Conservation District; 820 09' 56" west); thence south 400 02' 11" east 10.33 feet; thence south 490 57' 49" west 4.00 feet; thence south 400 02' 11" east 132.12 feet to a point on the southerly line of said Parcel "C", said point being on the arc of the curve with a radius of 140 feet (a radial line to the point on said curve bears south 200 58' 45' west); thence along said southerly line, being easterly along the arc of said curve, concave to the north with a radius of 140 feet through a central angle of 20 40' 490, a distance of 6.55 feet; thence, tangent to said curve, south 710 42' 04" east 85.89 feet; thence, Heaving said southerly line, north 530 02' 110 west 90.66 feet; thence ncrth 400 02' 11" west 305:06 feet to a point tangent to a curve, concave to the east with a radius of 100 feet; thence northerly along the arc of said curve, through a central angle of 640 49' 400, a distance of 113.15 feet to the POINT OF BEGINNING. MMc C/E Lower Pine - Galindo Creek PARCEL 804 A (FEE) A portion of that parcel of land described in deed to Roy F. Querio and Barbara J. Querio, his wife, recorded October 15, 1971 in Book 6498 at Page 627 of Official Records of Contra Costa County, State of California, being described as follows: Commencing at point "H" which was previously described above under the heading of "PARCELS 801 THROUGH 805 INCLUSIVE", thence from said point of commencement North 510 32' 20" East 54.08 feet to the TRUE POINT OF BEGINNING of the following description. Thence from said TRUE POINT OF BEGINNING North 58° 46' 56" East 34.73 feet; thence North 00 57' 40" West 24.00 feet; thence North 60° 42' 16" West 34.73 feet to an angle point on the northeasterly line of the previously described "PARCELS 801 THROUGH 805 INCLUSIVE"; thence South 00 57' 40" East 59.00 feet along said northeasterly line to the POINT OF BEGINNING. PARCEL 805A (FEE) A portion of that parcel of land described in deed to the City of Concord recorded December 9, 1912 in Book 191 of Deeds at Page 404 in the Office of the Recorder of Contra Costa County, State of California, being described as follows: Commencing at point "D" which was previously described above under the heading of "PARCELS 801 THROUGH 805 INCLUSIVE"; thence from said point of commencement northwesterly along the arc of a curve (a radial line to the point of beginning of said curve bears South 51°32'20" Vest), concave to the northeast with a radius of 1000 feet through a central angle of 4021280, a distance of 70.53 feet to a point which shall hereinafter be referred to as point "C-1", point "C-1" being the TRUE POINT OF BEGINNING of the following description: A strip of land 110 feet in width, the northeasterly line of which is described as follows: Thence from said point "C-1" southeasterly along the arc of a curve (a radial line to the point of beginning of said curve bears South 55°34'48" West), concave to northeast with a radius of 1000 feet through a central angle of 402'28", a distance of 70.53 feet to the said point "D"; thence, tangent to the said last curve. South 3827140" East 119.79 feet to point "E" which was previously described above under the heading of_"P_AR_CELS 801 THROUGH 805 INCLUSIVE". -6- 1,�� 00 C/E Lower Pine - Galindo Creek A strip of land 112 feet in width, the northeasterly line of which is described as follows: Thence, from said point "E", continuing South 38027'40" East 122.68 feet to point "F" which was previously described above under the heading of "PARCELS 801 THROUGH 805 INCLUSIVE". A strip of land 107 feet in width, the northeasterly line of which is described as follows: Thence from said point "F" continuing South 38027'40" East 157.00 feet to a point which shall hereinafter be referred to as point "F-1", said point "F-1" being the southeasterly terminus of the above described "PARCEL 805 .A". EXCEPTING THEREFROM: Any of the above "PARCEL 805 A" which lies within the previously described "PARCELS 801 THROUGH 805 INCLUSIVE". PARCELS 800 A and 801 B (ACCESS EASEMENT) The grantor hereby grants a perpetual easement and right of way for the purpose of ingress and egress for vehicles of all kinds, men and equipment on, over, and across the following described parcel of land: A portion of those parcels of land described in deeds to Gordon H. Ball recorded May 11, 1959 in Book 3371 at page 64 of Official Records and to Lone Star Properties recorded March 22, 1976 in Book 7799 at page 91 of Official Records, all records of Contra Costa County, State of California, being described as follows: The portion of the 20 feet in width roadway described in the agreement and Deed to Gordon H. Ball, Inc. recorded May 11 , 1959 in Book 3371 at page 64 of Official Records which is bounded on the northeast by the City of Concord street known as Via De Mercados as said street is shown in Book 49 of Land Surveyor Maps at page 30 filed September 18, 1967 in the Office of the Recorder of Contra Costa County and bounded on the southwest by the northeasterly line of the pre- viously described above "PARCELS 800 and 801 A." -7- C/E Lower Pine - Galindo Creek TEMPORARY CONSTRUCTION EASEMENTS Temporary Construction Easement:for construction of a flood control channel on adjacent property to expire at the completion of construction of the U.S. Army Corp of Engineers Lower Pine-Galindo Creek project or December 31, 1979, whichever shall occur first, described as follows: PARCEL 797 T (Temporary Construction Easement) Portion of that parcel of land described as "PARCEL ONE" in deed to Frank J. Enea and Alice C. Enea, his wife, and to Lonnie L. Clinkenbeard and Virginia M. Clinkenbeard, his wife, recorded October 9, 1970 in Book 6231 at page 608 of Official Records of Contra Costa County, State of California, being described as follows: A strip of land 5 feet in width lying contiguous to and northeasterly of the strip of land previously described above under the heading of "PARCELS 801 THROUGH 805 INCLUSIVE". Said 5 feet in width strip of land being bounded on the southeast by the parcel herein described under the heading of "PARCEL 797 A" and bounded on the northwest by the easement described to Contra Costa County Flood Control and Water Conservation District in Book 5516 at page 308 of Official Records, recorded December 14, 1967. The southwesterly 100 feet of the westerly 5 feet of said "PARCEL ONE" (6231 or 608) which is bounded on the southwest by the northeasterly line of that parcel of land granted to the Contra Costa County Flood Control and Water Conservation District in Book 7755 at page 110 of Official Records recorded February 4, 1976. (Parcel 797 T) PARCELS 800 T and 801 T (Temporary Construction Easement) A portion of those parcels of land described in deeds to Gordon H. Ball recorded November 16, 1953 in Book 2225 at page 65 of Official Records and to Lone Star Pro- perties recorded March 22, 1976 in Book 7799 at page 91 of Official Records, all records of Contra Costa County, State of California, being described as follows: A strip of land 10 feet in width lying contiguous to and southeasterly of the 20 feet in width strip of land previously described above under the heading of "PARCELS 800 A and 801 B". Said 10 feet in width strip of land is bounded on the northeast by the City of Concord street known as Via De Mercados as said street is shown in Book 49 of Land Surveyor Maps at page 30 filed September 18, 1967 in the Office of the Recorder of Contra Costa County and bounded on the southwest by the northeasterly line of the previously described above "PARCELS 801 THROUGH 805 INCLUSIVE". (Parcels 800 T and 801 T) PARCEL 801 U (Temporary Construction Easement) A portion of that parcel of land described in deed to Gordon H. Ball recorded November 16, 1953 in Book 2225 at page 65 of Official Records of Contra Costa County, State of California being described as follows: A strip of land 5 feet in width lying contiguous to and northeasterly of the previously described above "PARCELS 800 and 801A". Said 5 feet in width strip of land being bounded on the northwest by that parcel of land described herein under the heading of "PARCELS 800 T and 801 T" and bounded on the Southeast by a line bearing north 49° 57' 49' east from point 'B-la' which was previously described above under the heading of "PARCELS 801 THROUGH 805 INCLUSIVE`. C/E Lower Pine - Galindo Creek A strip of land 15 feet in width lying contiguous to and northeasterly of the previously described above "PARCELS 800 AND 801 A". Said 15 feet in width strip of land being bounded on the northwest by the line bearing north 49" 57' 49" east from said point 06-la" and bounded in the southeast by the line bearing north 390 28' 55" east from point "C" which was previously described above under the heading of "PARCELS 801 THROUGH 805 INCLUSIVE". A strip of land 35 feet in width lying contiguous to and northeasterly of the previously described above "PARCEL 800 AND 801 A". Said 35 feet in width strip of land being bounded on the northwest by the line bearing north 39" 28' 55" east from said point "C" and bounded in the southeast by the line bearing north 460 21' 27"east from sa'_ - point "C-la" which was previously described above under the heading of "PARCELS 801 THROUGH 801 INCLUSIVE". A strip of land 25 feet in width lying contiguous to and northeasterly of the previously described above "PARCELS 800 AND 801 AN. Said 25 feet in width strip of land being bounded on the northwest by the line bearing north 460 21' 27" east from said point "C-la" and bounded in the southeast by the southeasterly line of the said Ball parcel (2225 O.R. 65). (Parcel 801 U) PARCEL 802T and 803 U (Temporary Construction Easement) A strip of land 5 feet in width lying contiguous to and northeasterly of the. northeasterly line of the previously described above "PARCELS 801 THROUGH 805 INCLUSIVE." Said strip being bounded on the northwest by the easterly line of the 25 feet in width strip of land described under the heading of "PARCEL 801 U" and bounded on the southeast by the southeasterly line of Lot 6 as shown on the map entitled "Subdivision 3949" recorded May 26, 1971 in Book 137 at page 41 of Maps of Contra Costa County, State of California. (Parcels 802 T and 803 U) _ PARCEL 804 T (Temporary Construction Easement) A portion of that parcel of land described in deed to Roy F. Querio, and Barbara J. Querio, his wife, recorded October 15, 1971 in Book 6498 at page 627 of Official Records of Contra Costa County, State of California, being described as follows: A strip of land 5 feet in width lying contiguous to and northeasterly, easterly, and southeasterly of those parcels of land previously described above under the headings of "PARCELS 801 THROUGH 805 INCLUSIVE" and "PARCEL 804 AN. Said 5 feet in width strip being bounded on the northwest by the northwesterly line of the said Querio parcel (6498 or 627) and bounded on the southeast by the easement described to the Contra Losta County Flood Control and Water Conservation District in Book 5170 at page 203 of Official Records recorded July 27, 1966. (Parcel 804 T) PARCELS 805 T, 805 U, 805 V, and 805 W (Temporary Construction Easements) Portions of that parcel of land described in deed to the City of Concord recorded December 9, 1912 in Book 191 of Deeds at page 404 in the Office of the Recorder of Contra Costa County, State of California, being described as follows: A strip of land 50 feet in width, the northeasterly lige of laid strip being the southwesterly line of the above described "PARCEL 805 A". jParce 805 T) 094'42 C/E Lower Pine - Galindo Creek A strip of land 5 feet in width lying contiguous to and southwesterly of the above described "PARCELS 801 THROUGH 805 INCLUSIVE". Said 5 feet in width strip being bounded on the northwest by the northerly line of the City of Concord parcel (191 D 404) and bounded on the southeast by the previously described "PARCEL 805 A". E ce ttir�g therefrom that area lying within the following described PARCEL 805 W. (Parce� �05 v1 A strip of land 5 feet in width lying contiguous to and southwesterly of the above described "PARCELS 801 THROUGH 805 INCLUSIVE". Said 5 feet in width strip being bounded on the northwest by the previously described "PARCEL 805 A" and bounded on the southeast by the southerly line of the said City of Concord parcel (191 D 404). (Parcel 805 V) That triangular shaped parcel of land which is bounded on the west by the easterly line of the parcel of land described in the deed to Contra Costa County Flood Control and Water Conservation District, recorded October 17, 1968 in Book 5732 of Official Records at page 426. Contra Costa County records, bounded on the northeast by the south- west line of Parcel 805 as said parcel is shown on the drawing ED 530.1 on file in the office of the Contra Costa County Flood Control and Water Conservation District, and bounded on the south by the following described line: Commencing at the intersection of said easterly line of Contra Costa County Flood Control and Water Conservation District (5732 or 426) with said southwesterly line of Parcel 805 thence along said southwesterly line south 40° 02' 11" east 150.00 feet to the point of beginning; thence north 850 02' 11" west 165. 0(lfeet more or less to said easterly line of the Contra Costa County Flood Control and Water Conservation District parcel (5732 or 426). (Parcel '805 W) —10— 1 094` 3 t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of an Initial ) Board of Supervisors' Position ) On the Draft Environmental j Management Pian of the ) RESOLUTION NO. 78/122 Association of Bay Area ) Governments. ) WHEREAS, the staff of the Association of Bay Area Governments (ABAG) has prepared a regional Environmental Management Plan as part of an effort to comply with the 1972 amendments to the Federal Water Pollution Control Act and other federal and state legislation, and distributed a Draft Environmental Management Plan document (dated December 1977) for review and comment; and The proposed Environmental Management Plan includes recommendations that would increase private costs, increase local government costs, revise many government operations and relationships, affect the nature of land use develop- ment, and generally affect the actions and opportunities of individuals in Contra Costa County and throughout the Bay Area region to achieve changes in water quality, water supply, solid waste disposal , and air quality; and The Board of Supervisors of Contra Costa County has monitored the - development of the proposed Environmental Management Plan through its represen- tatives on ABAG's Environmental Management Task Force, Regional Planning Com- + mittee, Executive Board, and General Assembly, and through staff activities, and has consulted with other local governments in the County through a series of special meetings on the proposed Plan; and The County Planning Department, at this Board's request and in con- sultation with other County departments, local governments and organizations, has prepared a document entitled Staff Analysis and Recommendations Relating to the Draft Environmental Management Plan for the San Francisco Bay Region (dated February 1 , 1978), and submitted it to this Board as its recommendations concerning the review of the proposed Plan; and This Board set a public hearing beginning at 2:00 p.m. today, February 7, 1978, to receive comments on the proposed Plan from the public and other interested parties to assist this Board in taking positions on the Plan during the several stages of ABAG's Plan review process; and This Board recognizes that comments must be transmitted to ABAG by 5.:00 p.m., today to be considered by ABAG's Environmental Management Task Force in their deliberations on the Pian, and that additional positions by the Board are expected to be necessary as the Plan proceeds through successive amendment and review stages by ABAG's Regional Planning Committee, Executive Board and General Assembly; NOW THEREFORE BE IT RESOLVED by the Board of Supervisors of Contra Costa County that: 1. It is the general policy of this Buard that the means at its dis- posal should be used to obtain a regional Environmental Management Plan proposal that balances environmental considerations with social and economic considera- tions and that calls for actions that are reasonable relative to both identified pollution problems and the actions' overall impacts; and to obtain a Plan review process and schedule that enables the public and their elected representatives to thoroughly comprehend the nature of the problems being addressed, the need for remedial actions and their alternatives, and the overall economic, social and governmental implications of such actions; and 2. This Board finds the inclusion in the proposed Plan of Indirect Source Review provisions and Indirect Source Controls, including land use con- trols, to be counter-productive and adverse to interests of local governments; and directs that the Association of Bay Area Governments be notified that such indirect source considerations should be removed from the proposed Plan early in the review process; and RESOLUTION NUMBER 78/122 +� 4 1 V 3. The Chairman of the Board of Supervisors is authorized to imme- diately transmit this resolution and aforesaid staff Analysis and Recommenda- tions document to the Association of Bay Area Governments as this Board's initial position on the proposed Plan to enable ABAG's Environmental Management Task Force to consider this County's comments in their review and revision efforts; and - 4. The Director of Planning, in consultation with the County Adminis- trator, Public Works Director, County Counsel , and Health Officer, is directed to specifically review the testimony obtained at today's hearing and to report and make recommendations to the Board regarding modifications and additions to the Board's initial position on the Plan, and generally to make such review and recommendations as may be necessary with respect to information obtained in the future to advise this Board on subsequent positions to be taken before ABAG's Regional Planning Committee, Executive Board and General Assembly; and - 5. The Chairman of the Board of Supervisors is designated as this Board's Lead Supervisor on regional Environmental Management Plan matters, for the purpose of coordinating reviews and positions with other Board members on ABAG approval bodies, with other local governments and concerned organizations, and with staff. PASSED by the Board on February 7, 1978. CC: Association of Bay Area Governments Director of Planning Public Works Director County Administrator County Counsel RESOLUTION NO. 78/122 _ 2 .f BOARD OF SUPER�TISORS; CONTRA COSTA COUNTY, CALIFORNIA Re: Condemnation of Property _ ) for a Drainage Facility, ) RESOLUTION OF NECESSITY Crockett Area ) No. 78/123 Project #2294-4388-663-69 ) (C.C.F. Sec. 1245.230) The Board of Supervisors of Contra Costa County, by vote of two-thirds or more of its members, RESOLVES that: Pursuant to Government Code §25350.5 and Streets & Highways Code 5943, Contra Costa County intends to construct a drainage facility, a public improvement, and, in connection therewith, acquire an interest in certain real property. The property to be acquired consists of one (1) parcel and is generally located in the Crockett area between Winslow and Alhambra Streets. Said property is more particularly described in Appendix A, attached hereto and incorporated herein by this reference. On January 17, 1978, this Board passed a resolution of intention to adopt a resolution of necessity for the acquisition by eminent domain of the property described in Appendix A (Resolution No. 78/41) , and fixing February 7, 1978, in its chambers in the Administration Building, 651 Pine Street, Martinez, California, as the time and place for the hearing thereon. The hearing was held at that time and place and based upon the evidence presented to it at this hearing, this Board .finds, determines and hereby declares the following: 1. The public interest and necessity require the proposed project; 2. The proposed project is planned and located in the manner which will be most compatible with the greatest public good and the least private injury; and 3. The property described herein is necessary for the proposed project. The County Counsel of this County is hereby AUTHORIZED and EMPOWERED: To acquire in the County's name, by condemnation, the titles, easements and rights-of-way hereinafter described in and to said real property or interest(s) therein, in accordance with the Provisions for eminent domain in the Code of Civil Procedure and the Constitution of California: all parcels are sought to be acquired as drainage easements. To prepare and prosecute in the County's name such proceedings in .the proper court as are necessary for such acquisition; and RESOLUTION NO. 78/1 094416 To deposit the probable amount of compensation, based on an appraisal, and to apply to said court for an order permittinq the County to take immediate possession and use said real property for said public uses and purposes. PASSED AND ADOPTED on February 7 , 1978 by the following vote: AYES: Supervisors - Kenny, Fanden, Schroder, Hasseltine, Boggess NOES: None ABSENT: None I HEREBY CERTIFY that the foregoing resolution was duly and regularly introduced, passed and adopted by the vote of two- thirds or more of the Board of Supervisors of Contra Costa County, at a meeting of said Board on the date indicated. Dated: zizi J. R. OLSSON, Countv Clerk and ex officio Clerk of the Board of Supervisors of Contra Costa Countv, /California By: '�7 G/,��u Deputy PJL:g cc: Public Works Attn: Real Property County Administrator County .Auditor -2- RESOLUTION NO. 78/123 W)4 l Winslow Street #2294F APPENDIX "A" PARCEL 1 A subsurface drainage easement described as follows: A portion of that parcel of land described as PARCEL B in the deed to Carl G. Brosamer, et ux, recorded August 18, 1967 in Book 5435 of Official Records at page 310, Records of Contra Costa County, California, described as follows: Commencing at the most northerly corner of said PARCEL B from which a radial line of a curve, concave to the northeast, having a radius of 134.60 feet, bears North 520 43' 57" East; thence, from said point of commencement, southeasterly along said curve and northerly line of said PARCEL B, through a central angle of 21° 31 ' 22", an arc distance of 50.56 feet to the true point of beginning of the hereinafter described parcel of land; thence, from said true point of beginning continuing southeasterly along said curve and northerly line of said PARCEL B, through a central angle of 8° 37' 14" an arc distance of 20.25 feet; thence, leaving the northerly line of said PARCEL B, South 18° 12' 21" West 40.52 feet; thence, South 18° 37' 57" East 76.36 feet to a point on the southerly line of said PARCEL B from which a radial line of a curve, concave to the north having a radius of 360.00 feet bears North 10* 43' 49" West; thence, westerly along said curve and said southerly line of PARCEL B, through a central angle of 100 43' 39" an arc distance of 67.42 feet; thence, continuing along said southerly line of PARCEL B tangent to said curve West 25.58 feet to the westerly line of said PARCEL B; thence, along said westerly line North 9° 02' 45" East 16.00 feet; thence North 340 40' 28" East 80.30 feet; thence North 180 12' 21" East 46.80 feet to the true point of beginning. Together with a drainage easement over and across a 5-foot in width strip of land, the northerly line of which being the northerly line of the hereinbefore described parcel of land. 094 /� PUBLIC WORKS DEPARTMENT CONTRA COSTA COUNTY Data: February 1, 1978 To: Board of Supervisors RECEIVL� . - From: Vernon L. .Cline, Public Works Director F_ �;,��'u J. R OLSSON Subject: Report Re: Winslow Street Drainage Facility, ra iW o: SUPEWISOIS Proposed Eminent Domain Action cosrq CO. oe On January 17, 1978, the Board of Supervisors adopted a Resolution of Intention to Adopt Resolution of Necessity for condemnation of a drainage easement required for subject project and set February 7, 1978 at 10:50 a.m. as the date and time the affected owners may appear and be heard as to matters specified by law under C.C.P. Section 1245.235 as set forth below: Upon recommendation of County Counsel, the following report is made for the Board's information and consideration prior to taking action upon said hearing. I. Project During the January-February storms of 1969, a slide, extending to both sides of Alhambra Street in Crockett caused the street surface to break and settle, rendering it impassable. Several houses on both sides of the street were damaged seriously enough to be vacated. Approximately 170 feet of the street was affected. In cooperation with consulting soils engineers, Woodward-Clyde and Assoc- iates, it was decided that the most practical way to re-establish stability for the roadway was to drain the area under and around the fill underlying the street. . A series of interconnected 24 inch belled caissons were drilled along the southerly (uphill) edge of the road and backfilled with permeable material. The low point of the system was drained to the north and across Winslow Street by horizontal drains driven from the area below the road into and thru the subject property. Construction work on the project started on August 19, 1969 and was com- pleted on December 18. 1969. Work performed on the private property between Alhambra and Winslow Streets was done pursuant to a Right of Entry given by the owner. However, due to misunderstandings and lack of communication from the property owner, permanent property rights for the facilities installed were not acquired. County Counsel has advised that it believes the County has prescripts = rights to the area in question and the condemnation action is undertaken to establish legal titre. NAic"hnW with bead order Board of Supervisors -2- January 30, 1978 Recent attempts to acquire these rights have not proved fruitful and apparently it will be necessary to file an eminent domain action to secure these rights. Pursuant to Section 1235.235 of the Code of Civil Procedure, notice was given to the following persons whose name and address appear on the last equalized County assessment roll as owning the subject property: I. Carl Brosamer, et ux (Assessor's Parcel #354-064-020). This notice consisted of sending by first class mail on January 23, 1978, a copy of Board of Supervisors Resolution No. 78/41, dated January 17, 1978, which notified these owners that a hearing is scheduled for February 7, 1978 at 10:50 a.m. in the Board Chambers at which time they may appear to be heard on the matters referred to in the notice. II. Scope of Hearing Per C.C.P. Section 1245.235 A. Public Interest and Necessity require theprroject, for the safety and protection of pedestrian and vehicle traffic along Alhambra Avenue. B. The project is planned and located in a manner that will be most compatible with the greatest public good and the te injury. The "Final Soil Report, Repair of A ham ra Street S ide," dated February 19, 1970, prepared by Woodward-Clyde b Associates, summarized 4 repair schemes considered for repairing the street. The P/W Department selected the scheme determined to be the best overall approach to repairing the slide. C. The prop!!:,cq sought to be acquired is necessary for the project as evidenced by right of way requirements as shown on right of way map (A229F-76) prepared by the Public Works Department. III. Recommended Action A. Board to ask if any notified property owners wish to be heard as to those items in item II above. B. Upon completion and closing of the hearing, it is recommended that the Board adopt a Resolution of Necessity to acquire the required property by eminent domain proceedings. RAF:da cc: County Counsel Board Clerk - if approved by Board, please file a copy of report in your records. Real Property 09148 .. .rte• _�iir."t'y;.`Tf,;�•, �:•'*' '^�_ "�C*_""�'�T•J..w s �.,�.e••''...r-•- - e"..•.s .,.�_,. �.e..:..._.. "'r;�,ss~, y.. � ►-.i�- .. � A "•� •a.. .;•' *a...'. `.yam. • •. -: '-v_-- " _. r'=-«.... _ .. _'.:- a� . _. - .• - - , V. =c' tAG io3w�aN� _' _ .good--. • 011�' - -pap,a�a � 'oN�3-uj' A!•f' a vww wrQ 'usu j • _. .- - . . =.:r` ��1.1 dj S �tvp� _�- •U.�=N -�w� � ,; _.r: -_ -_ ^ -- .. -_ � i * 1X;:?,G' P44inb30 ,Mill '!atN�4�llb'3 Z3N1 VIVVI i : '. • - - `/ _ F. 1N3Wlxdd3a' smiom :x 8nd f_ _ _ •. - • _� - - Vim•• - _ - , 45 114 IISN te• :moi �•~` w? - U4nt �!_ 1• . ICA :: ♦"' _ - - - 'T_ - .•�' :-;�-.rte'' 7_i - tP •,+^•f - '- - •r� - • � « - ., - - _ - ��i,-Wit_�•1 • - _ - .�+_ • .� _ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the !Satter of Cancellation of ) Delinquent and Additional Penalties ) RESOIDTION NO. 78/124 on 1977-78 Unsecured Assessment Roll. ) The County Tax Collector having filed with the Board a request for aaacellatian of the Delinquent and Additional Penalties on Account No. CF7399CU on the 1977-78 Unsecured Assessnent Boll; and Due to clerical error which resulted in failure to comply with requests for applicable tsar bill, penalties have attached to Account No. CF7399CU on the Unsecured Assessent Roll. Pursuant to State of California Revenue and Taxation Code, Sections L986 (a) (2) and L985, I now request cancellation of the penalties heretofore or hereafter accivsd. NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that pursuant to the aforesaid sections of the Revenue and Taxation Code, the penalties heretofore or hereafter attached are HEREBY ORDERED CANCELED. 9MM W. LEAL I hereby consent to the above cancellations: COURT TRELSURER TAX-COLLECTOR JOHN B. USDA COUNTT SEL Deputy Tax Collector uty PASSED by the Board on February 7, 108. cc: Tax Collector Auditor RESOLUTION NO. 78/124 W�` 2 IN THE BOARD OF SUPERVISORS OF CONTRA. COSTA COUNTZ, STATE OF CALIFOMIA In the Natter of Cancellation ) Delinquent and Additional ) Penalties on 1977-78 Unsecured ) Resolution No. 78/125 Asa"owat Boll. ) The County Tax Collector having filed with this Board, a request for cancellation of the delinquent and additional. penalties heretofore or hereafter attached on Account No. CFh841FW on the 1977-78 Unsecured Assesamsat Roll; and iMEFAS, the County Tax Collector has established by satisfactory proof that remittance to cover payment of taxes was deposited in the United States mail prior to delinquency date, but was not received until after the delinquency date, which resulted in delinquent penalties being charged thereto; and WHEREAS., pursuant to Sections 11985 and h986 (a) (2) and 2512 of the Revenue and Taxation Code, the County Tax Collector now requests cancellation of the delinquent and additional penalties accrued after the remittance was mails d; NOW, THEREFORE, BE IT BY ME BOARD RESOLVED that pursuant to the aforesaid Sections of the Revenue and Taxation Code, the penalties heretofore or hereafter attached are HEREBY ORXEFF.D CANCELED. EMARD W. LEAT I hereby consent to the above cancellations: COUNTY TREASURER-TAX COLLECTOR JOHN B. CLAUSEN COUNTT 7 EL putt' ax Collector �"�� t7 PASSED by the Board on February 7, 1978. cc: Tax Collector Auditor RESOLUTION NO. 78/125 i I IN ME BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Flatter of Cancellation ) of Delinquent and Additional ) RESOLUTION N0: 78/126 Penalties on 1977-78 Unsecured) Assessment Roll. ) The County Tax Collector having filed with this Board a request for cancellation of the delinquent and additional penalties on Accamt No. CF06VFK77 on the 1977-78 Unsecured Assessment Roll; and WHEREASs due to a clerical errors payment was not timely processed,, which resulted in penalty being charged thereto; and so The County Tax Collector naw requests cancellation of the delinquent and additional penalties. IT IS HEREBY ORDERED pursuant to Sections 4985 and 4986 (a) (2) of the Bevenne Taxation Codes State of California, that the penalties be canceled. I hereby consent to the above cancellation: JOHN B. USEN COUNTZ SEL Dqmty EDMTARD W. LEAL COUNTY TREASURER-TAX COLLECTOR PASSED by the Board on February 7, 1978. y Tax Collector cc: Treasurer-lax Collector County Auditor RESOLUTION NO. 78/126 IN THE BOARD OF SUPERVISORS OF ODNTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) Delinquent and Additional Penalties ) RESOLUTION NO. 78/127 on 197L-75 Unsecured Tax Roll. ) The Office of the County Tax Collector-Treasurer baring mceieed a remittance in the amount of $04.2L frm K. Bolden, Trustee is BaalaWtcy, whish represents payment of a tax claim filed on the following: Fiscal Year 1974-75 Qxle 12016 seasmec 2014 Otter, A. Y. H.D. 310 Putnam Blvd. Pleasant Hill, California 91523 Supplies; Office Fhrmture and Equipment Assessed Valuation - Improvements $10660 Personal Property 1�?00 s Tax, Tangible Property $434.24 60 Penalty 26.05 IMM And the Tax Collector-Treasurer having requested that authorisation be granted for cancellation of the 60 delinquent penalty and additional penalties, v provided ander provisions of the Bankruptcy Act; NOW, THEREFORE, IT IS ORDERED that the request of the County Tax Collector-Treasurer is APPROVED. EDWARD W. LEAL Tax Collector-Treasurer ax collector PASSEn by the Board on February 7, 1978. cc: County Auditor County Tax Collector RESOLUTION NO. 78/127 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of Penalties ) on 19711-75 Unsecured Tax Roll and-Discharge ) of Further Accountability for Collection of RESOLmION N0. 78/128 Tax. ) The Office of the County Treasurer-Tax Collector having receiveda remittance in the amount of $U.21 from M. Nolden, Trustee in Bankruptcy, which represents a first and final dividend payment of a tax claim tiled on the following: Fiscal Year 19711-75 Fiscal Year 197h-75 Udde 9= Assessment 3113 Code 11023 Assesaent 2071 Lyons, Lonnie Lyons, Lonnie P. 0. Boat U87 358 Verona ` Walnut Creek, CA 9096 Danville, CA 9L526 DEA: Was Pac Financial Services DBA: Belgian Waffle House Office-Furniture and Equipment Inventory; Supplies; Store, Restau- Assessed Valuation - Personal Property $290 rant, Warehouse or Station Equip- ment; Other Tax, Tangible Property $40.0 Assessed Valuation - 6% Penalty 2.42 Improvements $3,560 Personal Property l,h6o Exemptions X21,5 s Tax, Tangible Property $692.77 6$ Penalty L1.56 and the Treasurer-Tax Collector having requested that authorization be granted for cancellation of the 6$ penalty and additional penalties as provided under provisions of the Bankruptcy Act; and The Treasurer-Tax Collector having further requested that he be dis- charged from further accountability for collection of the unpaid balance thereby reducing the tax to $U.21, pursuant to Sections 2923 and 2925, as amended of the Revenue sad Taxation Code, State of California; The Treassurer-Tax Collector having further certified that the above statements are true and correct to the best of his knowledge and belief. Page 1 of 2 RESOLUTION NO. 78/128 NOW, THEREFORE, IT IS MERM that the request of the County Treasurer-Tax Collect::: is APFROVEO. EMM W. LG1L Treasurer-Tax Collector Pnt9 Tax Collector PASSED by the Board on February 7, 1978. cc: County Auditor County Tax Collector Page 2of2 BOAIRD OF SUPERVISORS OF C011,71M COSTA COU21ITY, C`.LIFORN. IA Re: Cancel First-Installment Delinquent ) Penalties on the 1977-78 Secured ) RESOLUTIO?N NO. 78/ 129 Assessment Roll. ) TAI COLL. TOR'S 111110: 1. Parcel :Number 076-223-015. Due to inability to complete valid procedures prior to the delinquent date, penalty has attached to the first installment. having received timely payment, I now request cancellation of the 6� delinquent penalty pursuant to Revenue and Taxation Code Section 4985. 2. Also, Parcel number 231-030-002. Due to inability to complete valid procedures initiated prior to the delinquent date, penalty has attached to the first installment. Further, in accordance with Section 4985(a) of the Revenue and Taxation Code, any, uncollected delinquent penalty which attached due to inability to complete valid procedures initiated prior to the delinquent date should be canceled upon the showing that payment of the corrected or additional amount was made within 30 days from the date the correction is entered on the roll. Dated: January 24, 1978 EIN ARD W. LEAL, Tax Collector I co to these cancel tions. JO MMU X11, t ael By. ,Asst. xxxxxxxxxxxxxxxx-czxxxxxxxxxxxxx-xx-x - xxz-xzxz BOA'RD'S ORM- : Pursuant to the above statute, and showing that these uncollected delinquent penalties attached because of inability to complete valid procedures prior to the delinquent date, the Auditor is ORDS ED to CAUCEL them. PASSED ON Februa=y 7, 1978 , by unanimous vote of Supervisors present. .:NL:nme cc: County Tax Collector cc: County Auditor RESOLUTION ;10. 78/129 ''1 HOARRD OF SUPERVISORS OF COidTRF COSTA COUNTY, C?.LIFOW IA Re: Cancel First Installment Delinquent ) Penalties on the 1977-78 Secured ) USOLUTIOI1 N0. 78/130 Assessment Roll. ) T-U. COLL=.CO'OR'S 1- 1. 1. Parcel Lumber 216-011-019. Due to clerical error, payment received Was not applied to the applicable tax bill, resulting in penalty attaching to the first installment. Having received timely payment, I now request cancellation of the 65 delinquent penalty on the first installment pursuant to Revenue and Taxation Code Section 4985. 2. Also, Parcel Number 114-110-111. Dae to inability to complete valid procedures. prior to the delinquent date, penalty has attached-to the first installment,. Having received timely payment, I now request cancellation of the 61 delinquent penalty pursuant to Revenue and Taxation Code Section 4985. Dated: January 23, 1978 SIk1LRD W. L kL, Tax Collector I co a to these cane tions. JO CL!+USE'Pl, t el By: ,Asst. i✓T.�1 , y x�xxxxxxxx-xxaxaxxxx-xxxxzaxxxxxxx xxxxxxxx BOARD'S ORDER: Pursuant to the above statute, and showing that these uncollected delinquent penalties attached because of error and inability to complete valid procedures prior to the delinquent date, the Auditor is ORMED to CAMCEL them. PASSED ON February 7. 1978 , by unanimous vote of Supervisors present. MdL:me cc: County Tax Collector cc: County Auditor RESOLUTION NO. 76/130 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 78/131 WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments. For the Fiscal Year 1977-78 It has been ascertained from the assessment roll and-frac papers-in the -"---- Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the Assessor on the roll should be corrected; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund; FURTHER, it has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5; And, further, such error caused the Assessor to erroneously allow business inventory exemption and, therefore, an escaped assessment in t'ma amount of the portion of the exemption incorrectly allowed because of such er oew.cus or incorrect information submitted by the taxpayer should be entered F;irsuant to Section 531.5 of the Revenue and Taxation Code; together with interest in accordance with Section 506; and, in accordance with Section 533 the assessed values erroneously or illegally assessed should be offset against the proposed escaped assessment for the same tax year: Raymond A. and Mae E. Bickar, Acct. No. 011610-0000, are erroneously assessed for PS Improvements in amount of $6,440 full value, due to assessor's clerical error in posting incorrect values; therefore, this assessment should be corrected to show PS Improvements in amount of $5,500 full value. Steven and Yvonne Impson, Acct. No. 063460-0000, are erroneously assessed since assessees were out of business prior to the lien date; therefore, this assessment should be corrected to show Personal Property, Business Inventory Exemp- tion and Penalty zero value. 9041 R. EA , Ass t. sessor tl/23/78 cc: Assessor (Giese) Auditor Tax Collector RESOLUTION NO. 78/131 Page 1 of lv 00489 For the Fiscal Year 1977-78 Carl and Sylvia Lawson, Acct. No. 073860-0000, are erroneously assessed since assessees. were out of business prior to the lien date; therefore, this assessment should be corrected to show Personal Property, Business Inventory Exemption and Penalty zero value. Procter & Gamble Mfg. Co. , Acct. No. 104100-S001 , is erroneously assessed due to assessor's error in enrolling the assessment incorrectly under Sections 531.4 and 506 of the Revenue and Taxation Code, when it should have been enrolled under Section 531; therefore, this assessment should be corrected to remove interest, no change in values of Personal Property $2,152,740 full value, business inventory exemption $269,092 assessed value. An audit discloses the following corrections should be made to the unsecured assessment roll : _ Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Change (R/T Code ` dna Id L. Bren�— Acct. No. 015310-0001 Pers Prop $ 8,260 $ 8,162 -$ 98. 4831.5 California Federal S & L Acct. No. 019320-0000 PS Daps $13,635 $ 5,226 -$8,409 4831 Pers Prop 7,075 7,320 + 245 4831 Net Change -$8,164 Assessee has been notified. California Federal S & L Acct. No. 019320-0002 PS Imps $21 ,575 $19,028 -$2,547 4831 Pers Prop 4,710 6,068 + 1,358 4831 Net Change -$11189 . Assessee has been notified. Eaton Credit Corp. Acct. No. 038940-0001 Pers Prop $ 91995. $ 9,430 -$ 565 4831 Bill Chaney Harley Davidson M/C, Inc. Acct. No. 023040-0000 PS Imps $10,390 $ 4,635 -$5,755 4831 Pers Prop 33,800 32,225 - 1 ,575 4831.5 Bus Inv Ex 11 ,737 10,790. + 947 531.5, 506 Net Change -$6,383 533 Assessee has been notified. . SEATON, Asst. Assessor Page 2 of i FURTHER, For the Fiscal Year 1976-77 Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Change (R/T Code San Ramon Valley Mill-Lumber Code 66018 - Assiut. No. 3524 Imps $ 1,600 $ 11600 -0- Pers Prop 31 ,655 31,180 -$ 475 4831.5 Bus Inv Ex 14,835 14,595 + 240 531.5, 506 Net Change -$ 235 533 Assessee has been notified. FURTHER, For the Fiscal Year 1975-76 California Federal S & L Code 02010 - Assmt. No. 2040 Imps $ 5,500 $ 5,500 -0- Pers Prop 5,200 4,712 -$ 488 4831.5 AND, FURTHER, For the Fiscal Year 1974-75 San Ramon Valley Mill-Lumber Code 66028 - Assiut. 2040 Imps $ 200 $ 200 -0- Pers Prop 33,450 32,415 -$1,035 4831.5 Bus Inv Ex 16,460 15,940 + 520 531.5, 506 Met Change -$ 515 533 Assessee has been notified. FURTHER, in accordance with Section 4985(a), any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to such error should be cancelled upon showing that payment of the corrected or additional amount was Heade within 30 days from the date the correction is entered on the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date; and business inventory exemption allowed in accordance with Section 219 as indicated: FOR THE FISCAL YEAR 1977-78 Union Oil Company, Acct. No. 132810-0005, is erroneously assessed for Improvements in amount of $30,400 full value and PS Improvements of $30,400 FV due to Assessor's error in doubly assessing the improvements; therefore, this assess- ment should be corrected to show PS Improvements $30,400 full value, Improvements zero va 1 ue. Adrian Floreani , Acct. No. 044560-0000, is erroneously assessed since original assessment was estimated and subsequent information shows this assessment should be corrected to show Personal Property $2,664 full value, Penalty $264 full value. ss sessor Page 3 of For the Fiscal Year 1977-78 Union Oil Company of California, Acct. No. .132810-0080,. was allowed incorrect business inventory exemption in amount of $84,570 assessed value due to Assessor's error; therefore, this assessment should be corrected to show Business Inventory Exemption in amount of $84,893. assessed value, no change in Personal Property amount of $679040 full value. Pursuant to Section 4831 of the California Revenue and Taxation Code; and, further, it has been ascertained from papers in the Assessor's Office that property belonging on the local roll has escaped assessment; and, therefore, pursuant to Section 531, escaped assessment should be added to the unsecured roll as follows; and business inventory exemption allowed in accordance with Section 219 as indicated: For the Fiscal Year 1977-78 Escape Class Full Assessed Nose, Acct. No., b Tax Rate Area for Year Property Value Value Richard A. Cornfield Acct. 028690-S000, TRA 82038 1977-78 PS Imps $1,820 Bruce E. Dixson Acct. 035997-S000, TRA 82038 1977-78 PS Imps 11000 Fred W. McDaniel. Acct. 084080-5000, TRA 82038 1977-78 PS Imps 520 Marian L. 6 Sean B. Oswald Acct. 096075-S000, TRA 82038 1977-78 PS Imps 4,040 Manuel Sandoval Acct. 112620-E000, TRA 08022 1977-78 Pers Prop 2,660 Bus Inv Ex $ 332 It has been ascertained by audit of the assessee's records that the assessee failed to report accurately taxable tangible property, to the extent that this failure caused the assessor not to assess the property or to assess it at a lower valuation than he would have entered upon the roll had the property been reported accurately, therefore, that portion of the property as to which the cost was inaccurately reported, in whole or in part, should be entered on the roll as escaped property in accordance with Section 531.3 of the California Revenue and Taxation Code; and that portion of the taxable tangible property which was inaccurately reported should be entered as escaped assessment pursuant to Section 531.4; together with interest in accordance with Section 506: Escape Class Full Assessed Name, Acct. No., 6 Tax Rate Area For Year Property Value Value Eaton Credit Corp., as follows: Acct. 038940-EOOO, TRA 08001 1975-76 Pers Prop $25,660 $ 6,415 " 038940-E000, TRA 08001 1976-77 Pers Prop 26,120 6,530 " 038940-E000, TRA 08001 1977-78 Pers Prop 16,340 4,085 Assessee has been notified. 0a 00f, 0. SEATON, ss t. sessor Page 4 of 6 For the Fiscal Year 1977-78 Escape Class Full Assessed Name, Acct. No. , & Tax Rate Area For Year Property Value Value Eaton Credit Corp., as follows: #038940-E001, TRA 08085 1975-76 Pers Prop $5,800 $ 1 ,450 #038940-E003, TRA 53004 1975-76 Pers Prop 28,500 7,125 #038940-E003, TRA 53004 1976-77 Pers Prop 48,100 12,025 #038940-E003, TRA 53004 1977-78 Pers Prop 38,300 9,575 Donald L. Bren Co., as follows: #015310-E001, TRA 09058 1975-76 Pers Prop 10,200 2,550 #015310-E001 , TRA 09058 1976-77 Pers Prop 4,048 1,012 #015310-E002, TRA 02002 1976-77 Pers Prop 2,888 722 1015310-E002, TRA 02002 1977-78 Pers Prop 11960 490 #015310-E003, TRA 02002 1974-75 Pers Prop 12,120 3,030 #015310-E003, TRA 02002 1975-76 Pers Prop 10,596. 2,649 Assessees have been notified. FURTHER, pursuant to Sections 4831, 531.3, 531 .4, 506, and 219, as indicated, the following escape assessments should be added to the 1977-78 unsecured roll: Escape Class Assessed Pursuant to Name, Acct. No., & Tax Rate Area For Year Property Value Sec. (R/T Code) Bill Chaney Harley Davidson M/C Inc., as .follows: #023040-E000, TRA 12012 1974-75 Imps +$ 290 4831 Pers Prop + 790. 531.3, 506 Bus Inv Ex - 465 219 #023040-E000, TRA 12012 1975-76 Imps + 1,540 531.3, 506 Pers Prop + 165 531.3, 506 Bus Inv Ex - 15 219 #023040-E000,. TRA 12012 1976-77 Imps + 280 531.3, 506 Pers Prop + 890 531 .3, 506 Bus Inv Ex - 380 219 Assessee has been notified. R. 0. SEATON, Ass't. Assessor Page 5 of (� For the Fiscal Year 1977-78 Escape Class Assessed Pursuant to Name, Acct. No., & Tax Rate Area for Year Property Value Sec. (R/T Code) California Federal S & L, as follows: #019320-EO02, TRA 02006 1975-76 Imps $4,222 531.4, 506 #019320-EO02, TRA 02006 1976-77 Imps 12,913 4831 #019320-E000, TRA 02010 1976-77 Imps 2,226 4831 Assessee has been notified. AND, FURTHER, pursuant to Section 4831 .5, the following correction should be made to the 1977-78 unsecured roll: Account No. 041805-0000 is erroneously assessed to Martin B. Fabbri and John Rose since the partnership had been dissolved prior to the lien date; therefore, the name of Martin B. Fabbri should be removed. The assessment should be in the name of John Rose, no change in value, I hereb consent to the above chanand/or corrections: ,.V. ON, Ass't. Assessor CLAU�EM unsel 71 ly FEB 7 1978 Adopted by the Board on--------._._...,----------....--- Page 6 of 6 ����INVI IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION 140-78/132 WHEREAS, the County Assessor having filed with this Board requests for addition of escape assessment; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments: For the Fiscal Year 1977-78 It has been ascertained from papers in the Assessor's Office that property belonging on the local roll has escaped assessment; and, therefore, pursuant to the Revenue and Taxation Code, Section 531 , escaped assessment should be added to the unsecured roll as follows; and 10% penalty on net tangibles for failure to file within the time required by law per Section 463 as indicated: Escape Class Full Assessed Name, Acct. No.. & Tax Rate Area For Year Property Value Value Data Input, Inc. , as follows: #031745-EOOO, TRA 05005 1974-75 Pers Prop $26,820 $ 6,705 #031745-E000, TRA 05005 1975-76 Pers Prop 23,920 5,980 #031745-E000, TRA 05005 1976-77 Pers Prop 19,080 4,770 #031745-E000, TRA 05005 1977-78 Pers Prop 5,420 1,355 Hayward Tyler Pump Co. 1057765-E000, TRA 02002 1977-78 Pers Prop 11963 490 Penalty 196. Seeburg Security Systems, Inc. #1151694000, TRA 62032 1977-78 Pers Prop 280 70 Assesoees have submitted signed business property statements. John P. Hofer, as follows: #060255-E000, TRA 09000 1974-75 Pers Prop 460 115 #060255-E000, TRA 09000 1975-76 Pers Prop 380 95 #060255-E000, TRA 09000 1976-77 Pers Prop 340 85 #060255-E000, TRA 09000 1977-78 Pers Prop 260 65 Asspssee has been notified. R. 0. SEAT N, Ass t. Assessor tl/27/78 cc: Assessor (Giese) Auditor Tax Collector RESOLUTION k0. 78/132 Page 1 of 3 ����9L 46 For the Fiscal Year 1977-78 Escape Class Full Assessed Name, Acct. No. , & Tax Rate Area For Year Property Value Value C. M. Reeves #106510-E001, TRA 02002 1977-78 Poss. Int. - Land $ 440 $ 110 Imps 1 ,120 280 Test Equipment Corp. , as follows: #128229-E000, TRA 02031 1977-78 Pers Prop 1 ,520 380 #128229-E001, TRA 02002 1977-78 Pers Prop 2,120 530 Assessees have been notified. AND, FURTHER, interest on taxes thereon should be added in accordance with Section 506 of the Revenue and Taxation Code: Creole Compression Corp. #029795-E000, TRA 58029 1977-78 Pers Prop 41 ,740 10,435 Penalty 4,172 Assessee has submitted signed business property statement. R M Rentals, Inc. #105055-E000, TRA 09000 1977-78 Pers Prop 6,940 1,735 Penalty 692. Assessee has been notified. It has been ascertained by audit of the assessee's records that the assessee failed to report accurately taxable tangible property, to the extent that this failure caused the assessor not to assess the property or to assess it at a lower valuation than he would have entered upon the roil had the property been reported accurately; therefore, that portion of the property not reported should be assessed as escaped assessment pursuant to Section 531.4 of the Revenue and Taxation Code; and interest on taxes thereon should be added in accordance with Section 506; and business inventory exemption allowed in accordance with Section 219 as indicated: Emporium-Capweil Co., Div. Carter, Hawley, Hale Stores, Inc. #040330-E003, TRA 09000 1976-77 Pers Prop $632,610 $158,155 PS Laps 239,970 59,990 Bus Inv Ex 49,350 Leeds Hayward Shoe Store, Inc. , as follows: #074684-E000, TRA 08021 1977-78 PS Imps 1,620 405 #0746844001, TRA 08021 1977-78 PS Imps 1,460 365 Assessees have been notified. R. 0. SEATON. Ass t. Assessor , r: Page 2 of 3 For fie Fiscal Year 1977-78 Escape Class Full Assessed Name, Acct. No., & Tax Rate Area For Year Property Value Value Leeds Shoe Stores, Inc. , as follows: #074660-E000, TRA 02006 1975-76 Pers Prop $27,900 $ 6,975 Bus Inv Ex 3,487 #074660-E000, TRA 02006 1976-77 Pers Prop 10,880 2,720 Bus Inv Ex 1,360 #014660-E000, TRA 02006 1977-78 Pers Prop 15,720 3,930 Assessees have been notified. Bus Inv Ex 1,965 FEB ? 1978 Adopted:�iy tha Board on......__._:.......�.............. R. 0. SEATON, Ass't. sensor Page 3 of 3 In the Board of Supervisors of Contra Costa County, State of Califomia In tl+o Marlow of Authorization to execute Contract - for State -funded project desig- 78/135 nated Career Criminal Prosecution RESOLUTION NO. in the District Attorney's Office o. MBEREAS, The District Attorney, Mr. William A. O'Halley, has recommended that the County of Contra Costa undertake a Career Criminal Prosecution project to be funded from funds made available through Chapter 1151, 1977 Statutes (California Career Criminal Prosecution Program (CCCP) )administered by the Office of Criminal Justice Planning (hereafter referred to as OCJP) ; and MHSREAS, the County Board of Supervisors concurs in the need to intensify our prosecution efforts against repeat serious offenders through the auspices of the State funded California Criminal Prosecu- tion Program; MOW, THEREFORE, BE IT RESOLVED that the Board of Supervisors AUTHORIZES the District Attorney to implement the California Career Criminal Prosecution Program, effective March 1, 1978, utilizing the State funds ($250,000 for the first year) made available through Chapter 11510 Statutes of 1977, with the understanding that the County will bear no additional direct costs; and Ba IT FURTHER RESOLVED that the Chairman of the Board of Supervisors is authorized, on its behalf to submit the attached application for State funds for CCPP to OCJP and is authorized to execute on behalf of the District Attorney's Office the attached contract for CCPP purposes including any extensions or amendments thereof; and BE IT STILL FURTHER RESOLVED that State funds received hereunder shall not be used to supplant local funds that would, in the absence of the California Career Criminal Prosecution Program, be made avail- able to support the prosecution of felony cases. PASSED by the Board on February 7, 1978. Orig. Dept. : District Attorney cc: County Administrator Acting Auditor-Controller Director of Personnel Sheriff-Coroner County Probation Officer Presiding Judge of the Superior Court H-244/7715m RESOLUTION N0. 78/135 County Administrator C�ontr*d Hoard of Supervisors James•County Administration Building (���+}� tst District Kenny Martinez,California 94553 Costa (415)372-4080 County Nancy trC.Fanden 2nd District Arthur G.Will R~1.Schroder County Administrator 3rd District Warren N.Sopgess 4th District Eric H.HaaseiHne WIN District February 2, 1978 CNVED ` FES ccEltlt iloAaa of wwas i avnois C tRA to 00. Board of Supervisors Administration Building, Room 183 Martinez, CA 94553 Dear Board Members: Re: Career Criminal Prosecution Program The Career Criminal Prosecution Program enacted by the State Legislature in SB 683 structures a special effort by highly qualified prosecutors against the small percentage of repeat-serious-offenders responsible for the majority of the felonies committed. The Office of Criminal Justice Planning has allocated $254,000 for Contra Costa County to implement such a program, with no requirement for County matching funds. The District Attorney's prosecuting units funded under this program shall direct their enhanced prosecution efforts at defendants charged with one or more of the following offenses: Robbery Grand Theft Burglary Grand Theft - Auto Arson Controlled Substances Receiving Stolen Property violations The District Attorney will assign only highly qualified investi- gators and prosecutors, on a significantly reduced caseload basis, to handle the prosecution of career criminal cases. microNmepi with bwrd cxr{w 09499 !94 99 2. The State has directed that our program be submitted to them by February 8, 1978, for implementation by March 1. It is, there- fore, recommended that the Chairman of your Board be authorized to sign the attached application and contract with the State for funds to implement this program in Contra Costa County. y truly ,yours, CA HURT G. LL County Administrator AGW:es Attachments 09500 f lff f ti f. CI1{?CER.CRIt 'iIl1FL PROSE CLg104 {'l10G;?N'1 Contra Costa County i s avairded to l 12 5 oNr aLic� ci ontained in Chapters '' i,latureis enact- rom app a jvjarded upon the ll �7 � ro riation for shall b_ s 123.1 46 ors �� S/79 Budget Vni ch,incl uctcs a►� aPP trent o t �t� o n Career Grininai Prosecution Pro.,rams. h l f, t _ 00501 GRANT AVIARD ,,.The -Office of Criminal Justice Planning, hereinafter designated "OCJP" , hereby makes a grant award of funds to 1 . rontr,-L_D;;_La. ctln hereinafter designated "Subgrantee" , under the provisions of check one ( Title 1 , Part , Omnibus Crirlte Control and Safe Streets Act of 1968 (PL 90-351 ) , as amended, hereinafter designated "Crime Control Act"; ( ]Juvenile Justice and Delinquency Prevention Act of 1974 (PL 93-415) , hereinafter designated "Juvenile Justice Act": (or) • "California Career Criminal (Fro Prosc� lt_ n_ rg � 1 -9•Z? °t tute.L . . FliTiiititleC sttutory autnority-i .e. : renal Lucie, iitle, riapter aection(ST or other applicable codes. ) Program Category 2. Project Title Award f'o. 5. fir= - k-- / - 7 Career Criminal Prosecution Unit Grant Period 6. 3/1/78 to 2/20/79 3. Project Director (name, Address , Telephone) Federal fv-nount John Vd. McTigue 7. None Deputy District Attorney State Amount P. O. Box 670 8. $250 , 000 Martinez, California 94553 Applicant Contributions 9. None 4. Financial Officer (Name, Address , Telephone) Other Contributions JJ only) John N. Christolos 10. Administrative Services Assistant III Total Project Cost P. O. Box 670• 11 . $250, 000 ` t•iartinez, California 94553 This grant award consists of thistitle page, the application for the grant which is attached hereto as Attachment A and made a part hereof, and the Standard Grant Artal-d Conditions which are attached hereto as Attachment Q and made a part hereof. The subgrantee hereby signifies its acceptance of this grant award and agrees to administer the grant project in accordance with the terns and conditions set forth in or incorporated by reference in this grant award and the applicable provisions of the Crime Control Act or other statutory authority as identified above. The subgrantee aeG that federal and/or state funds received will not be used to replace lo.-a" :rt)iij,; would, in the absence of such federal and/or state aid, be rude available f r % c..C. Vit being supported under this agreement. Y 9 PP 12. v' 'f."�.�itt ��""~`� Date'/X-0-0 ! 13W OFFICE OF CRIh1INAL JUSTICE PLANNIt1G1 Off cial Authori2ec; to sign for subgrantee STATE OF CALIFORNIA 141110: R. I. Schrader _ litie:Chairman of the Board of Supv. �C L 17 Telephone: 372-2371 1 �f`__r_-___r'r. ��� !6, Date Address: 65.1 Pine Street, Martinez, Ca Exe�u�t-Vv e Di r,ecror',;•.(BJP e-;� SPLCIAL DEPOSIT FUND LEAA, Fiscal Year I he"leby cc•zt1c:dy �Lp mu C, -n i UL'sellae Frlowecdgc ITE ( � , �� :�`, .that budgeted �Ja1t 'S tL't avtLuabec Sot Vit'. 0'-c� of Criminal Justice Ptannin� .. Pctiod cold ixL�os e o it c expend.i.tLvte a.tcz.ted 71/1 i:0-!Jinn drive above. 6vcra;uatto, California 95323 1 hereby Certify thut ell condirirn, for a•n• mption have b-ion 1`, �.�.• this Col. -t N c•."^ h:. »A^.•N OCJP Fiscal f icer of Go..erul $d+ri.ci uacro._.. OCJP iorm 502 Revi:._d 2-1-78 NMfitdMd with bQQFd 1' Special Condition to Grant Award Funds provided under this grant ►nay be used for payment of overtime salary for grant-supported personnel only if subgrantee's other personnel are similarly compensated in accordance with applicable public employment practices. _ t t 7 Attachment x'94103 SPECIAL CONDITION Subgrantee's budget for career criminal prosecution funds is approved with any and all amiendiTp-nts approved and/or r..ade thereto by the Office of Criminal Justice Planning (hereinafter referred to as OCJP). The curref'J, grant award from Fiscal Year 1977-78 funds is limited to funds OCJP has sufficient to finance operations for four months. The amount of this award is attached to the face sheet of the grant award and Is in- corporated by reference herein. The balance of the budget shall be awarded upon adoption of California's 1978-79 budget which provides for an appropriation of $3,000 ,000 to fund California's C;,reer Criminal Prosecution Program. As indicated in the Career Criminal Prosecution Program Guidelines , OCJP is proceeding on the assumption that the $3,000,000 contained in the Governor's 1978-79 budget will be approved for expenditure on July 1 , 1978, to provide continuation support for projects initiated or approved for initiation on March 1 , 1978. 00,904 . ! ' • . . 4 . . . . PPLICANT•8 PI10JECT Cargelr Crir,}rival Proaccution Pyoapram ' - , I , • , ,• , . _ l .p NIPTION OF APDL ,Ki;T'S ftW6' GCT (purpui) J. ,'I• ' ,'' r. , •;,• lb impleuu,Islt State, of Californial o Career CriminAl Pxoa�crutl,Un 1'r�r�r�1 in tha County I of Covera Couta. 'AYE lruvide P,QYA o riaiont nud of9aQtAVq y='gaao+llj.on of career crirnirl�slu. , ,. • . ••---- I. % :' . . . . .. .. . , . .:. ,,.,,;............... . ... .. . .." �;' Y. r ., ,':'.:..,,' ..,: ,It. . . ,. : .. ... .,".'' ... .. - ... ... .. . .. a:' '.a 4'l:: . ......r. e.... ... ... ,.. ..:..:a ..'::'- .. .,.....,.. ... .::.. .`..". :.�1Z ..:..:.. ... .............�::...-.. - .. , ., .. .., �.. ;.:.... :.. r.. ......—1 : r .- 4 - r.:...: .1":'.::"..:.':::.'' "41 r:..:.''(:. .. .... .:r,...:..., .: ...f,. _ ....:.. r.,., .. .... -., .. .. ,.:,. .., ....... ... y . .:.. w•.: - .,..,,....:1.: ..,..... :....,: , 1. 4.., ,.-:.. .a: ..........r ...,a... ... 1 . .:.:..., ... 1. i=, ...,,: ..,..1.:.. .:x:..,. .,.. ,:.,::. r "...,;.,.. .... ...........t.., .::. -ks :r. .. % '��;:'... .. , , - - - •z :i•}': ,. ..:,.. .. .,.... .;l` . . .. ' ..,111 ....,, ,:,'... ....1 .,ne ..:1 ...... i'r a. ..., .... 51� .,,.,.,,:': :.... j: .. ,;_ I.;.,, .t. .. . ..R.,:.. .:.... .. .. .. ,v': .,'... ......,.t ......,.,...... .F... . ..-.. r . .. .. .. ,., .1 .... .,. , .. , ...-: ,..;,Y........,.�'iii�J�' :t(�::��=.:��:�`��:::.:::;....:'.:.: .. ......t:. s: .. .......r { .. .. .....f..... :...:. :.ti :F•, .. .. ... ... :..........::'::.`.4 , 7 ... ..t—A4, .... .. ....... .. ....... i,,. ,. ,. „ x. . ..:l. .c. .. t. , .. ., ,t ,,. .. .... .. .,.,, ,.....,r..t... `�,,�', �'. er .. .-.,....,. X 7 ;i .. .,,.._... .,.r,. ...,,.._.. ..-.. ... ..L.., t, •.....,.......... i, , -... .....:,.. . (.: ,,.. :., .... .:a. ..,... J... .. .. F.. ......_. ._. ,..., ..:..: ..•. ... ... ... ., :.:� ,.....: .i. .. .. .. ... .. a::.:r. .. ...� .. ......a .,. .. �... .j'• ,..I...r... ..,. .. .. x .. :... 1. X•1 .. .. . .... ... .. - V. :. ,::.: ':,,., .-- ..,. ..:'..e.. ...f:... ..'-: .: '.r :. : . ..... .. ... ....... ... . .. ,..� 'n: ... .: :''. ... .-.. t �. ... .-r...., .. ...... , ...,. .. :.. ...... a . ,. .r:.... ..: 'r. ... .:. r.'....' F '..':....'a Z\. i,. .. .... .r... .. .,..,.....:. .1- ..,,.. r. .... ... ....._...t. .... ..,.. .. . . .....a�.. . , .. ..Z.. -,..,, ,t. ..J,...::......., . .... ,..:. ..:.. ... .:.., ..,.', . .. ,': .. ., ..:... ...., .:... . . .. ...,. ... :_... .,., -r1':i:a:,: . . I.;!,...,.,,.:'.:..�:'.,,::. .......:..... -.,. ,.r .1 I ,...,.. ....., . .. .r. % .... ..-- :........... ::...... ., . ,...._..,:..,. .... %�� a.:Vii.: .! .1:;. I. .('; .. i" i.',.. _ ..:. :rf.,. - . ..:r.- ..:• , ..f s;�l, ... .. - J.. .. r .... .. .... ... .. ... ._ . „' .,. i.a ....:t...:,. ..:s... ...a. .... :!:. . .. 1. -I .. .. t..., - --...., t ... .. 'fit'ti 'Y. - .t.... _....7....: ..i.;,:is,...:. �t• .;t i, . i. ...:.. ,. ,..... .......�....... \l. -1 .. .. ,... .,_.-:. ... .t .:..,.... .. ,.a. .,:...... . . .. ,..,. .. .. .t ....... . ...1 ,- i' .:.......... .. :. ..:.,. . ,::,;.,....... ........ ..........,:.... ,. .7. . :.s,.a:,:.. .. ....... .... :.:.:...: .. .. . .. .. .. ... .. ......:.� .... .r,...: :. ... .. .. ' l• 1 /i/I 4 51. . :-;: . . - OFFICE OF CRIMINAL JUSTICE PLAN.,0* PROJECT BUDGET BUDGET CATEGORY AND LINE ITEM DETAIL COST A. Pcr*sonal Services - Salaries *5 - Deputy District Attorney I - Project (1 year) $80 ,466 (See attached job descrip. Dep. D.A. 1, pg. 23 , incorporated herein by reference. 1st Stop Salary $1,351 .x 4 Mo. (flar-Jun'78) = $5, 404 . 2nd Stop Salary (Jul 1 5% cost of living increase for all deputy District Attorneys based on Memorandum of Understanding) $1, 418 x 2 months (Jul-Aug 178) = $2, 836 3rd step salary (6 months merit increase) $1,489 x 6 months - $8 , 934 $17 ,174 x 5 attorneys - $5,404 = $80, 466 *One attorney will report to the project on July 1, 1978 from another project and therefore costs' are reduced by 4 months of the salary of a Deputy D.A. I - Project. Costs listed above reflect those needed to hire 5 new project attorneys who will relieve 5 experienced Deputy District Attorney IV' s or III' s who will be assigned to the project on a full-time basis. The County will only claim personnel costs associated with the employment of 5 Deputy District Attorney I Project employees during the first year of the grant. The**5 full-time Deputy District Attorneys IV and/or III will be assigned to prosecute all career criminal cases on a vertical basis commencing with the filing of the complaint or indictment through sentencing. Each attorney will be assigned 6-10 cases which will enhance the prosecution efforts of each :ase. All attorneys assigned to the Career Criminal Prosecution Unit will be relieved of all other tasks and assign- ments and will devote their total time to prosecuting these cases. The Deputy District Attorney I - Project class is a beginning level trial attorney requiring admission to the California Bar and no legal experience. The attorneys who will be assigned to the unit will have minimum experience as follows : Deputy District Attorney IV - 4 years in the gen- eral practice of law including- 2 years as a Deputy TOTAL see attached job descriptions, Dep. D.A. III pg. 24 thru 27; incorporated herein by reference. -8- FFICE OF WIMIJAL JUIJTICE PLAti, 3 PROJECT BUDGET BUDGET CATEGORY r"IND LINE ITEM DETAIL COST ti A. Personal Services - Salaries District Attorney or 3 years as a Deputy District Attorney; Deputy District Attorney III - 3 years in the general practice of law including 1 year as a Deputy District Attorney or 2 years as a Deputy District Attorney. 1 - District Attorney PeniorInspector - Project $19,804 (9-e e attac ed job Descrip. pg. 28,incorporated herein br t KrRcefiep Salary $1,597 x 4 months = $6,388 4th Step Salary (Jul 1 54 cost of living increase for all District Attorney Senior Inspectors based on a Memorandum of Understanding) $1, 677 x 8 months = $13,416. One permanent highly experienced Senior Inspector will be assigned to the Career Criminal Prosecu- tion Unit to conduct investigations and assist in the conduct of trials. The County will only .claim personnel costs associated with the employ- ment of the above described project position. District Attorney Senior Inspector requires possession of a baccalaureate degree from an accredited college or university, a basic Peace Officers' Standards and Training Certificate and at least two years of full-time experience in criminal investigation work in a recognized law enforcement agency. 1 - Legal Services Clerk Project (See attached Job $10,970 Descrip. pg. 29, incorporated herein by reference) 1st Step Salary $863 x 4 months = $3,452 2nd Step Salary (Jul 1 5% cost of living increase for all clerks based on a Memorandum of Under- standing)$906 x 2 = $1,812 3rd Step Salary $951 x 6 = $5,706 I - Intermediate Stenographer Clerk �eProject (see $101476 attached Job Descrip. ,pg.30 incorp. rein by refertn4e) 2nd Step Salary $845 x 4 = $3,380 3rd Step Salary (Jul 1 5% cost of living increase for all clerks based on a Memorandum of Under- standing) $887 x 8 = $7,096 TOTAL -9-,. (Rev. 3/23/78) fid1,907 f FFICE OF CRIMINAL JUSTICE PLAN 'G PROJECT EUDGIET BUDGET CATEGORY AND LINE ITE1.1 DETAIL COST A. Personal Services - Salaries These clerks will be needed to handle the recep- tion desk; screen incoming telephone calls; open, maintain and close case files; maintain a case indexing system; type motions, points and author ities, subpoenas, extradition papers, correspon- dence and other forms required in the prosecution of felony cases; take dictation, transcribe dictation from portable tape recorders; maintain the case calendar for the unit; attend court hearings to record actions taken; keep statistics, etc. Legal Services Clerk requires an education equiv- alent to graduation from high school and three years of responsible- clerical experience which included either 12 months experience in a law • office in Contra Costa County employment or 18 months experience in another public or private law office. The incumbent is also required to" pass a typing performance test. Intermediate Stenographer Clerk requires an education equivalent to graduation from high school and one year of paid office clerical experience. The incumbent is also required to take a typing performance test and to take dictation at a speed of not less than ninety words a minute and transcribe accurately at a , speed of not less than •twenty-five words a minute 1 - i::tw Clerk III - Project (See attached Job Descrip $14,076 pg. 31 & 32, incorporated herein by reference) Flat rate. $1,135 (5% increase for limited term employment x 4 months) = $4,540 Flat rate $1,192 (Jul 1 5% cost of living increas based on various Memorandums of Understanding) x 8 months = $9,536 The Law Clerk will be utilized to do legal research and to assist assigned attorneys in trial preparation and the conduct of trials. Law Clerk III requires graduation from an accredited law school and either awaiting to take TOTAL 09508 -PROJECT BUDGET BUDGET CATEGORY AND LINE ITEM DETAIL COST A. Personal Services - Salaries the California Bar examination or awaiting the results of the California Bar examination, or eligibility to take the Calif . Bar examination. 1 - De ut+ Sheriff - Crimin.list I - Project (see $16 ,852 Maced Job Dobcrip. pg. 33 incorp. herein by re . 2nd Step Salary $1,359 x 4 months = $$ ,436 3rd Step .Salary (Jul 1 5% cost of living increase for all Deputy Sheriffs & Criminalists based on Memo of Understanding) $1,427 x 8 months = $11,416 Criminalist I - Project requires I possession of a " baccalaureate degree from an accredited college o university with a major in criminalistics, chemis try, biochemistry or a closely related natural science field. One highly experienced Criminalis will be assigned to the proje;t. The above position will be assigned to replace that employee. Count! will claim costs for the project position. The ' experienced Criminalist will assist the project; by preparing search warrants, by executing search warrants; by reviewing police reports with atten- tion directed toward the completeness of the phys ical evidence collected; by conducting crime scen investigations; by conducting physical evidence examinations; by preparing court exhibits; by pre- paring D.D.A. s for cross examination of defense exhibits; by coordinating physical evidence exams conducted by various laboratories other than the C.C.C.Crim. Lab. (F.B. I. , A.T.F. , Ultra Chem. , and D.O.J. ) ; and reviewing and coordinating physical evidence' in cases where crimes are committed by the same person within and outside of C.C.C. OVERTIME $30906 3 hours per week x 52 weeks = 156 hours of over- timo for the District Attorney Senior Inspector based on a salary of $1,677 . The ,overtime rate for monthly salary of $1,677 is $14 .43 for each overtime hour x 156 overtime hours $2,251. 2 hours per week x 52 weeks = 104 hours of over- time for the Legal Services Clerk on a salary of $951. The overtime rate for monthly salary of { $951 is $8.23 for each overtime hour x 104 over- time hours = $855.92. 2 hours per week x 52 weeks = 104 hours of over- time for the Intermediate Stenographer Clerk' based on a salary of $877 . The overtime rate , for monthly salary of $877 is $7 .68 for each over • time x 104 overtime hours = $798. 92. TOTAL • .s $15615 -2I- (Rev. 3/23/78) M.MOW ^������� N�•M\.•V.M-.•.w V• �•Y•u l� �•• WY••• V\�M• MM...•••• 'FFICE OF CRI111VIAL JUSTICE PLAN 'G PROJECT BUDGET BUDGET CATEGORY r`%:,D LME ITEM DETAIL COST A. PePsonal Services - .3cAld-fr RETIRE1.1ENT $21,498 5 - Deputy District Attorney I - Project (General member in County Retirement System) 14% monthly average x $80,466 (gross salary for the attorneys) = $11,265 1 - District Attorney Senior Inspector - Project (Safety member in County Retirement System) 20.6% monthly average x $19,804 (gross salary, $4 , 080 1 - Legal Services Clerk - Project (General member in County Retirement System) 12. 5% monthly average x $10, 970 = $1, 371 1 - Intermediate Stenographer Clerk - Project (General member in County Retirement System) 12. 5% monthly average x $10, 476 = $1,310 1 Deputy Sheriff - Criminalist I - Project (Safety member in County Retirement System) 20.6% monthly average x $16,852 (gross salary) = $3,472 NOTE: Law Clerk III will not be included within the retirement system because of the nature of this class of employment. SOCIAL SECURITY (F.I.C.A. ) $70018 5 Deputy District Attorney I - Project 6. 05% x $30,466 (gross salary for the attorneys) = $4,868. 1 Legal Services Clerk - Project 6. 05% x $10,970 (gross salary) = $664 1 Intermediate Stenographer Clerk Project 6. 05% x $10,476 (gross salary) $634 1 Law Clerk III 6. 05% x $14, 076 (gross salary) $852 TOTAL 094910 )FFICE OF CRIMPIAL JUSTICE PLA.* 4 pRojerT BUDGET BUDGET CATEGORY „ND LINE ITEFi DETAIL COST A. Pet-sonil Services - TIOTE: District Attornev Senior Inspector and Deputy Sheriff - Criminalist I classes .are not cover- ed under Social Security because of their status as Safety Members in the County' s Retirement System. 11EALTH PLAN . $8,926 5 - Deputy District Attorney I Project $85.31 per month x 4 months x 4 attorneys = $1, 364 .96. $93. 84 per month (estimate 10% increase in health plan coverage on Jul 1) x 8 months x 5 attorneys = $3,753. 60. 1 - District Attorney Senior Inspector - Project $85.31 per month x 4 months = $341. 24 $93.84 per month (estimate 10% increase in health plan coverage on Jul 1) x 8 months $750.72. 1 Legal Services Clerk - Project $63.40 per month x 4 months = $253.60 $69.74 per month (estimate 10% increase in health plan coverage on Jul 1) x 8 months $557. 92. 1 Intermediate Stenographer Clerk - Project $63.40 per month x 4 months = $253. 60 $69.74 per month (estimate 10% increase in health plan coverage on Jul 1) x 8 months $557.92. 1 Deputy Sheriff - Criminalist I - Project $85. 31 per month x 4 months = $341.24 $93. 84. per month (estimate 10% increase in health plan coverage on Jul 1) x 8 months $750.72. NOTE: Law Clerk III will not be included under Healt Plan coverage because of the nature of this class of employment. $85. 31 per month rate ($93.84 effective Jul 1) is for Blue Cross coverage and $63.40 per month ($69.74 effective Jul 1) is for Kaiser coverage. Estimates used above are typical of these classes of employment. TOTAL —13— YFICE OF ChIMTHAL JU57iCE PLP,. .G PROJECT BUDGET BUDGET CATEGORY At,'D LIME ITEM DETAIL COST A. Personal Services - 'T3 '��r+•r,� WORKERS COMPEUSATION $3,890 5 - Deruty District Attorney I - Project .003512% x $80,466 (gross salary) _ $282. 60 1 - District Attorney Senior Inspector - Project .095 x $19,804 = $1,881. 38 1 - Legal Services Clerk - Project .003510% x $10,970 = $38.50 1 - Intermediate Stenographer Clerk - Project .003510 x $10,476 = $36.77 1 - Law Clerk III . 003512% x $14 ,076 = $49.43 1 - Deputy Sheriff - Criminalist I - Project .,095% x $16,852 = $1, 600.94 MEMBERSHIPS 556 (In accordance with Memorandums of Understanding) At $110 per year x 5 attorneys = $550 District Attorney Investigator's Association at $6.00 per year x 1 Investigator = $6 , NOTE: No provision has been made for Unemplovemnt Insurance coverage because of lack of costing data. When the County publishes its plan -for coverage it may be necessary to modify this budget to reflect those added costs. All permanent Deputy District Attorneys and Dkstrtc t Attorney Senior Inspectors are provided the above described benefit in accordance with negotiated agreements between their labor organizations and the County. TOTAL 1$41,888 -14- .(Rev. 3/13/78) • q v. iICE OF CRIHIML JUStICE PLANNItw PROJECT BUDGET BUDGET CATEGORY AIIID LINE, ITE.-I DETAIL COST C. Travel MILEAGE $40 per month x 5 attorneys x 12 months $ 2,400 $2t400 (When leased cars are not available, .Attorneys and other staff- will on occasion have tQ use their personal cars to travel between the Martinez Office, location of the Career Criminal Prosecu- tion Unit, and the cities of Concord (Mt. Diablo Municipal Court) ; Pittsburg (Delta Municipal Court) ; Richmond (Bay Municipal Court) and Walnut Creek (Walnut Creek-Danville Municipal Court) ; to prosecute assigned cases). (Mileage also includes 2 trips each; to Sacramento and San Jose to ex- change information about Career Criminal Prosec*u- tion activities with attorneys in the Santa Clara and Sacramento District Attorney Offices. ) NOTE: Mileage costs were computed on the basis of County policy which provides $0. 17 per mile for 1-300 miles; $0.12 per mile for 301-700 miles; $0.07 per mile for over 700 miles. OUT OF AREA INVESTIGATION COSTS $1,228 Based on previous experience, it is estimated that there will be a need to send the assigned inspector to other locations including out of state to make investigations and pick up witnesses. These costs reflect cost of commercial travel, meals, lodging, etc. CONFEREUCES AND SEMINARS $566 One two day conference will be scheduled with San Diego County to exchange information on Career Criminal Prosecution activities. Two' attorneys and one investigator will make the trip. Air fare - $70 x 3 = $210 Auto rental - $25 per day x 2 days = $50 Meals - $21 per day x 3 x 2 days = $126 Lodging - $30 per day x 3 x 2 days = $180 Attendance at the above described conference is subject to prior approval by the Office of Criminil 1-cg Planning. 70TAL (Rev. 3/23/78) 4, i10E-' OF CRIMINAL JUST ICE PLANN-1,., • PROJECT BUDGET BUDGET CATEGORY AND LINE ITEsM DETAIL COST C. Travel MISCELLANEOUS (BRIDGE TOLLS , MEALS , PARKING FEES, ETC . $240 To cover unexpected expenses associated with travel throughout the County and Bay Area, TRAINIOG EXPE14SES: $375 Continuing Education of the Bar training conducte by the University of California Extension Serv' ice. All attorneys attend this training once each year. Tuition = $45 per attorney x 5 attorneys = $225 The normal operating budget for the department provides one training conference per year per attorney which permits the attorney to opt for a training session of his or her choice. Cost of these sessions averages $25 for tuition x 5. attorneys = $125 . Each inspector has an opportunity to attend one training session per year at a tuition expense of $25 x 1 $25. VF Y 40. TOTAL • $4 ,809 16— (Rev. 3/23/78) 094514 OFFICE OF' CRININAL 'JUST.ICE PLANNING PROJECT BUDGET BUDGET CATEGORY AND LINE ITEM DETAIL COST D. Consultant Services None TOTAL -17- iICE OF CRIi'-111 tL JUSTICE PROJECT BUDGET BUDGET CATEGORY AUD LIVE ITEM DETAIL COST E. Opdrating Expenses OrrICE EXPENSE *3 ,350 Initial Supply Requirements: It is estimated that each attornev and the Inspector will require $85 to purchase required office items and personal items such as business cards, name plates, signature stamps , scissors, in and out trays, desk blotters, staplers, etc. $85 x 6 = $510 The cost of purchasing similar items for the twc Intermediate Typist Clerks is estimated at $70 per clerk x 2 clerks = $140 Cost of stationary, stamps, envelopes, blank forms pencils, pens, etc. , to operate an office is estimated at $25 per month per employee. $.25 x 12 months x 9 employees = $2, 700. COMMUNICATIONS $3 ,661 Nine telephones and 1 call director will be installed to provide communications for the Careex . Criminal Prosecution Unit. The cost of this installation is estimated at $1,141 Monthlv charge for the cost of operating this equipment is estimated at $210 x . 12 months = $2, 520 BOOKS $800 The following books will be purchased as indicated 1 - California Search & Seizure Practice at $40 each + $2. 60 tax. (See Note 1) 5 - Uniform Crime Charging Manual at $6 each + 0.39 tax (See Note 2) 5 - Jefferson' s California Evidence Benchbook- CEB at $58 each + $2.12 tax. (See Note 2) 1 - Witkin's California Evidence at $65 each + $4 . 23 tax. (See Note 11 TOTAL -!-13- (Rev. 3/23/78) 09516 TICE PL,-.iV11 O:ICE OF CRIMVIAL JUS PROJECT BUDGET BUDGET CATEGORY. AViD LMIE: ITE714 DETAIL COST E. Operating- Expenses 1 - Witkin' s Crimes & Criminal Procedure at $105 each + $6 . 83 tax. (See Note 1) 5 - Deering' s Penal Code at $12 each + $,0.78 tax. (See Note 2) 5 - District Attorney Policy & Procedure Manual at $12 . 50 each + $0 . 81 tax. (See Note 2) 1 - West' s Annotated Penal Code (set) at $100 each + $6 . 50 tax. (See Note 1) NOTES: 1 - For use of entire Career Criminal Prosecution Unit. 2 - For use of each attorney. EMPLOYEE PHYSICAL EXIMINATIONS: $ 630 Each new employee must receive a physical exami- nation from the Health Department Medical Examinei Cost of physical is $70 each x 0. estimated physicals = $630 TRANSCRIPTS: $960 . Transcripts will be required from a variety of sources as part of the enhancement of prosecuting career criminals. Estimate $80 per month x 12 months = $960 GRAPHIC ART COSTS: 14#200 Bost requests for drawings, sketches , maps and other related graphics art work are done by the County' s Public Works Department. It is estimated that there will be an increased demand for graphics displays as part of enhancement activities. Costs should approximate $350 per month x 12 months --* $4 ,200. REPRODUCTION AND ENLARGEMENT OF PHOTOGRAPHS $1,200 Additional costs will result in the increased utilization of photographs as part of enhancement activities. It is estimatbd that costs should approximate $100 per month x 12 months = $1,200 . TOTAL 094917 'ICE OF C I M I i'll' R I JUSTICE PLANINI,,. - PROJECT BUDGET BUDGET CATEGORY ,NID LINE ITE"'M OE AIL COST E. Operating Expenses PROFESSIONAL SERVICES $9, 600 To cover expenses associated with the increased use of psychologists, psychiatrists, and other experts who will be required to testify in support of enhancement activities. Estimate costs will approximate $400 per month x 12 months = $4 , 300 Doctors' examinations and reports, laboratory services, special tests, etc . will markedly increase through the intensification of prosecu- tion efforts. Estimate these costs at $400 per month x 12 months = $4 , 800. NOTE: The cost of professional services to the District Attorney' s Office for opinions, reports and testimony from experts has ranged from $50 -per hour for M.D. ' s and Ph. D. ' s, to $90 per hour for the services of certain other experts. MISCELLANEOUS EXPENISES $613 Cassette tapes (Idea Capsules) for Norelco dic- tating recorders = $213 including tax. Miscellaneous items. Estimate cost to be $400 . (such as batteries, film, and photo supplies, etc.) AUTOMOBILE OPEP4WING AND USAGE COSTS $8,736 Three automobiles will be purchased by the County for use of the Career Criminal Prosecution Unit. These automobiles will be placed on a 4 year depreciation schedule with two years of the depreciation being billed to this project. Based on this depreciation schedule and an estimate of approximately 1,000 miles per month utilization per vehicle, the Countv will bill the project at the rate of $1.40 per hour x 173. 33 hours per month (average number of work days per month) per vehicle which is $1.40 x 173 .33 x 3 x 12 $8 ,735. 83 . The above amount covers all costs of operating these vehicles during the first year of the project. TOTAL 20- (Rev. 3/23/78) 4418 PROJECT BUDGET BUDGET CATEGORY r`%l:D LIN'E" IT-Ek ;-1 D---T.,".IL COST F. Equi.p,,-.Lnt OFFICE EQUIPMENT 7 - Desk, double pedestal , 60" x 36" , overhangs 711 at back with center drawer, at $335 each, tax included $2 , 345 7 - Swivel Arm Chair, fabric seat, vinyl back, at $160 each, tax included 1,120 2 - Desk, double pedestal, 60" x 30" with auxiliary typewriter shelf at $392 each, tax included 784 2 - Secretarial posture chair - vinyl at $75 each, tax included 150 9 - Bookcase, 3611 x 13-5/811 x 43-5/16" high without doors, 2 'adjustable shelves at $140 each, tax included 1, 260 7 - Table, 36" . x 2411 , no drawer at $123 each, tax included 861 14 - Side arm chair at $112 each, tax included 1,568 10 - Side chair without arms , at $65 each, tax included 650 2 - IB14 Correcting Selectric typewriter, 13. 51' carriage, 10 pitch, Legal Keyboard #1177 color: Topaz Bronzer Elements: 2 Legal Couriers 72, 2 Pica 72 (Legal) 1 Dual Gothic, 1 Bookface Academic 72 at $723 . 50 each, tax included 1,457 6 - Norelco Ultra Slim Executive Notetaker Model NT-1, at $282.25 each, tax included 1, 694 1 - Norelco 186 Transcriber at $384 each, -tax included 384 CATEGORY TOTAL PROJECT TOTAL -21- (Rev. 3/13/78) PROJECT CUGGCT CU:)GE7 CATEGORY A, LI.",:! Ii�rl G�i:iIL COST F. Equi pr--"!i k. 2 - Magnetic Scheduling Boards at $365 each, tax includad $730 CATEGORY TOTAL 13 ,003 • PROJECT TOTAL $250,000 -22- (Rev. 3/13/78) W. 520 STATEMENT OF WORK 1. Profile of Contra Costa County Crime Problem (best approximation; based in part on 1976 Bureau of Criminal Statistics data as 1977 data is not yet available; the individual crime categories listed below are as defined by the Bureau of Criminal Statistics) . a. Crime rate for all felony offenses, including attempts (per 100, 000 population) ; 5,021 Robbery: 187 Burglary: 2, 096 Grand Theft (Includes PC 496) : 713 Motor Vehicle Theft (includes VC 10851) : 403 Arson and H&S Code Sections 11351 and 11352 data not available. b. Clearance rates by crime (per 100, 000 population) . Robbery: 34. 6 Burglary: 18. 7 Grand Theft (includes PC 496) : H/A Motor Vehicle Theft (includes VC 10851) : 20. 0 Arson, and H&S Code Sections 11351 and 11352 data not available. c. Court and prosecutor caseloads. Total adult felony complaints filed: 1756 Robbery: Approx. 190 Burglary: Approx. 540 Grand Theft (includes PC 496) : Approx. 256 Motor Vehicle Theft (includes ' VC10851) : Approx. 60 All Others: Approx. 710 -1- 00,921 Superior •Court felony filings: 1185 Robbery: Approx. ' 146 . Burglary: Approx. 368 Grand Theft (includes PC 496) : Approx. 173 Motor Vehicle Theft (includes VC 10851) : Approx. 37 All Others: Approx. 461 Total Municipal Court Judges : 14 Total Superior Court Judges : 12 Total Deputy District Attorneys (not including family support, juvenile, special operations, and administrative personnel) : 39 Under the present system, the deputies assigned to the municipal court operations handle the filing of felony complaints , prosecute the preliminary examinations, and prepare and handle the majority of the subsequent motions in superior court (in addition to their misdemeanor caseload and other responsibilities) . The deputies assigned to the trial division of the superior court operations normally carry a caseload of 15 - 20 cases at all times. No exact figures are available as to individual caseloads by crime. d. Conviction rates (based on 1976 Bureau of Criminal Statistics data) : Overall conviction rate, all felony cases : 73% Robbery: 83% Burglary: 76% -z- �►�►� 2 1 Grand Theft (includes PC 996) : 75% Motor Vehicle Theft (includes VC 10851) : 66% Superior Court conviction rate, all cases: 93. 6% Robbery: 93% Burglary: 96% Grand Theft (includes PC 496) : 96% Motor Vehicle Theft (includes VC 10851) : 92% (Note: above conviction rate figures include some misdemeanor and other lesser dispositions. Of felonies filed, 78% reach superior court. Of the four major categories above, 81% reach superior . court. ) e. Estimated annual felony files subject to career criminal prosecution (data presented herein based on an analysis of felony filings in the calendar years 1976 and 1977) . Overall percentage of filings : 11% Total career criminal felony filings per year: about 150 2. Description of "Enhanced Prosecution Efforts and Resources" Under the existing Contra Costa County system the bulk of all felony cases including those which would fit the career criminal profile are handled in a "horizontal" rather than a "vertical" fashion. It is not unusual that three or more staff attorneys may handle a case from filing through final disposition. This unfavorable situation is mandated by budgetary considerations rather than by choice. -3- In contrast, th6 additional rQvenue from the SB 683 grant will allow vertical representation by experienced prosecutors on a limited number of cases whic.h* will greatly increase the probability of a conviction, and the sentence that follows will more accurately reflect the gravity of the crime (s) and the offender's prior criminal record. The career criminal program for Contra Costa County will consist of an integral unit composed of five experienced felony trial attorneys, two experienced investigators, two clerical people, and one full time legal research position (which may be shared among several part-time researchers) . In addition, the requisite office equipment, books, trans- portation, etc. , necessary to support this *special unit will be obtained. It should be noted that one of the investigator positions will be filled by an- experienced criminalist in an attempt to maximize the benefits of scientific evidence from the inception of the felony case. It is anticipated that theverticalrepresentation will commence at the time of arraignment, and will continue through final sentencing in superior court, including all intervening motions. Plea bargain and sentencing policy will be strictly in accordance with the applicable statutory requirements. 00524 3. Description of the. Screening Process and Criteria The criteria to be used in Contra Costa County is that set forth in PC 999e and summarized as follows: A defendant will be prosecuted by the career criminal unit only when he falls within both of the categories listed below: 1.. The defendant is charged with at least one count of the following crimes: a. Robbery - Penal Code Section 211 b. Burglary - Penal Code Section 459 c. Arson - Penal Code Section 447 d. Receiving stolen property - Penal Code Section 496 e. Grand theft - Penal Code Sections 487 (1) (2) f. Grand theft auto - Penal Code Section 487 (3) g. Possession of heroin, cocaine. or derivative for sale - Health & Safety Code Section 11351 h. Sale of heroin or cocaine or opiate derivative -- Health & Safety Code Section 21352. 2. The defendant. a. Is charged with three or more separate offenses not arising out of the same transaction; or b. Has suffered at least one conviction during the pre- ceding 10 years (excluding any prison time) for any of the following felonies: 1) first degree robbery 2) first degree burglary 3) arson (Section 447a.or 4482) 4) rape by force or threat 5) sodomy -5- (Rev. 3/13/7$) 25 6) oral copulation with force 7) lewd or lascivious conduct committed upon a child 8) kidnapping for robbery or extortion 4 9) murder OR c. Has at least two convictions during the preceding 10 years (excluding any prison time) for any of the following felonies: 1) grand theft 2) receiving stolen property 3) receiving stolen property A) second degree robbery 5) second degree burglary 6) kidnapping 7) assault with a deadly weapon 8) possession for sale of heroin, cocaine or any ' opiate derivative 9) sale of heroin, cocaine or any opiate derivative. Penal Code Section 999d requires that the career criminal deputy handle the career criminal case in a "vertical" manner and that he make the initial appearance in the case. It is our desire to assume all responsibility for court appearances in career criminal cases. Therefore, the initial screening of cases shall be by Deputy District Attorney members of the Career Criminal team located at both the Richmond and the Concord District Attorney' s branch offices. Assuming the requirements of PC 999e are met, the career team member will file the complaint. It is anticipated that a large majority of the cases fitting the 999e criteria will b -5a- (3/13/78) accepted and that only a small number rejected per the criteria in PC 999f and 999g. If the case load exceeds eight cases per attorney , the less serious cases will not be accepted into the unit, but rather will be prosecuted in accord with the other cases in the office . it is anticipated that the team caseload based on 1976 and 1977 statistics will not exceed eight cases per Deputy District Attorney. 4 . Assurances The office of the District Attorney of Contra Costa County hereby assures the Director of the Office of Criminal Justice Planning that in consideration of the receipt of funding under the California Career Criminal Program, the Office of the District Attorney shall comply with all applicable requirements set forth in Chapter 1151, commencing with Penal Code Section 999b. -5b- (3/13/78) OW927 4 5. Description of Anticipated Impact on the Criminal Justice System. It is anticipated the impact of the Career Criminal Prosecution Unit on the Police will be in a closer relation to the total prosecution effort. The District Attorney' s office will be able to devote more time to these cases and will be able to do a more professional job on each case. It is also anticipated that police morale will improve with speedy justice for the people they arrest. It is anticipated the impact of the Career Criminal Prosecution Unit on the courts will be one of a savings of court time in that cases will be better prepared and will go to trial or preliminary hearing with a minimum of continuances, a major cause of wasted court time. It is also anticipated that the impact of the Career Criminal Prose- cution Unit on the defense will be minimal since the Defendant' s are already vertically represented and the program will have no effect in' the number of defendants. It is further anticipated that the Career 'Criminal Prosecution Unit impact on the Probation Department will be a lessening of caseload, since a greater percent of Career Criminals should go to State institutions under this program. 6. Evaluation Requirements .The office of the District Attorney of Contra Costa County agrees that in the event it is a successful -applicant for the Career Criminal Prosecution Program, it will maintain adequate program records and will cooperate fully in all OCJP Program evaluations. In addition, this office agrees to commence the program on March 1, 1978, if the funding parameters remain substantially as set forth in the Program Guidelines promulgated by the office of t e Director on January 18 , 1978. W6- (Rev. 3/13/78) 00528 ATTAVIMENT 0 ��►1.� - ;� �� COUNICI . Off! CR- IMIN L JUSTICE 'mss .� dard Grant Award Conditions 1. General A. Subgrantee agrees that the funds awarded pursuant to this grant award will be used in accordance with all the terms and conditions set forth in or incorporated by reference in: (1) this grant award (which includes the title page, the application for the grant which is attached hereto as Attachment A and made a part hereof, and these Standard Grant Award Conditions which arc attached hereto as Attachment B and made a part hereof); (2) the CCCJ Fiscal Affairs Manual, as amended from time to time, which is hereby incorporated in these.Grant Conditions;and (3) the Safe Streets Act. B. Subgrantee agrees that funds awarded pursuant to this grant award will be used to supplement and not to supplant funds otherwise made available for law enforcement purposes, and to the extent possible,will be used to increase such funds. C. Subgrantee agrees to make available and to expend from non-federal sources adequate resources to meet the matching requirements specified in the Safe Streets Act in accordance with the applicable regulations and requirements of the Law Enforcement Assistance Administration,hereinafter designateo "LEAA". D. Subgrantee understands that the award of this grant in no way assures or implies continuation of funding beyond the grant period indicated in this grant award. 2. Delay in initiating Project. If the project has not been initiated and operated in accordance with this grant award within 60 days after the commencement date of this grant award, the Subgrantee shall submit a written report, no later than 10 days after the expiration of said 60 day period, to CCCJ indicating the steps taken to initiate the project,the reasons for the delay and the expected starting date. If the project is not fully operating in accordance with the terms of this grant award within 90 days after the commencement date of the grant period, the Subgrantee shall submit a further written report, withjn 10 days after the expiration of said 90•day period, to CCCJ describing the delay in project implementation,at which time CCCJ may cancel the project and redistribute the grant award funds to other project areas. The CCCJ, where warranted by extenuating circumstances.may request approval from the LEAA Regional Office to extend the implementation date of the project past the 90•day period. If any such report is not filed with CCCJ by the Subgrantee when due, this grant award shall be terminated upon 10 days written notice to the project director.No extensions of these periods will be granted and no reports will be permitted to be filed after the period has expired. 3. Evaluation of Prior Year Funding. If the project to be conducted under this grant award or any portion thereof has been conducted with funds granted by CCCJ or LEAA during any period prior to the date of this grant award, a format evaluation of the project or the applicable portion thereof for any such prior period must be prepared and filed with CCCJ no later Cyan 90 days after the date of this grant award. This evaluation must be written,complete, accurate and must be satisfactory to CCCJ in its sole discretion,if tin written evaluation for said prior period is filed with CCCJ within 90 days after the date of this grant award, this grant award shall be terminated upon 10 days written notice to the project director. No extensions of said 90•day period will be granted and no evaluations will be permitted to be filed after said period has expired. It a written evaluation for said prior period is filed with CCCJ no later than 90 days after the date of this grant award,the evaluation will be reviewed by CCCJ. CCCJ shall determine in its sole discretion whether or not the evaluation is satisfactory. This determination shall he made no later than 1110 days after the date of this grant award. if CCCJ determines that this evaluation is not satisfactory, this grant award shall be terminated upon 10 days written notice to the project director, r Ray.WIS/73 99,.)29 A. Operation Ileptots. This grant award is made upon the express condition, in addition to all other terms and conditions contained herein, that.'the Subgrantee will submit promptay when due to CCCJ the following reports: (a) A quarterly report of the operation of the project for each three months of the project, in,:ludinq any extension of this award, beginnrny with the first month designated in the. "Grant Period".Each suds quArterfy report will be filed on or before the tenth day after the end of each three-month period. If the period t.overed by the fim;rl quarterly report is less than three months,the final quarterly report will be filed by the Subgrantee on or b0ore the tenth day after the end of said final period, (b) A finaf report on or before the 90th day after the completion of'the project, including any extensiun of this grant award, covering the entire period of the Project. (c) Such additional reports in such form and containing such information as either CCCJ or LEAA may reasonably require. Each quarterly report and the final report will describe activities and accomplishments during the, period covered by the report, Special attention will be given to project phases or stages which have been completed (e.g., initial planning state, completion of preliminary survey effort, purchases of required equipment, staging of pilot training programs, etc.). Any special reports, evaluation studies, publications or articles prepared as a result of the operation of the project during the quarter will be attached,and major administrative developments will be covered (changes in personnel, project design, etc.). Problem areas and critical observations, as well as project success,will be mentioned and frankly discussed in all of the reports. It Is expressly understood and agreed that any funds otherwise due or payable to the Subgrantee under this grant award will not be due or payable and this grant award may be terminated if any of the reports which the Subgrantee is required to submit to CCCJ under the terms and conditions of this grant award are not submitted to CCCJ promptly when due, provided that any payment by CCCJ to the Subgrantee after the Subgrantee has failed to file with CCCJ any such required report when due shall not be considered as grounds for any waiver or estoppel against CCCJ. 6. Obligation of Grant Funds. Grant funds may not,without prior written approval by CCCJ,be obl;�i,.ted prig to the effective date or subsequent to the termination date of the grant period. Obligations outstanding m of the termination date shall be liquidated within 90 days. 6. Written Approval of Changes. Subgrantees must obtain prior written approval from CCCJ for major project changes. These include: (a) Changes of substance in the project activities, designs or research plans set forth in this grant award; (b) Changes of key professional personnel identified in this grant award; 10 Changes in the approved project budget as required by the CCCJ Fiscal Affairs Manual 7. Fiscal Regulations. The fiscal administration of grants is subject to all rugs,regulations and policies concerning accounting and records, payment of funds, cost allowability, submission of financial reports, and the like, prescribed by CCCJ or IEAA,and as amended from time to time. including those set forth in the CCCJ Fiscal Affairs Manual. f!, Performance Bond. All Subgrantess who are not units of city, county. or state governments are required to bond within 30 days after final execution of this grant award all individuals who will receive or disburse grant funds.The amount of the bond will be at least 6O%of thn total grant award. 8. Utilization and Payment of Funds. Subgrantee agrees to esta)lish fiscal control and fund accounting procedures which assure proper disbursement of, and accountin. L)., the grant funds and the required nonfederal expenditures; such disbursement and accounting procedures shall meet the requirements of the State of Calilornia to the federal government as specified in the Safe Streets Act aced the CCCJ Fiscal Affairs Manual. Funds awarded are to be expended gniy for purposes and activities covered try this grant award. Project funds will be made available by CCCJ on the basis of periodic +inquests and estimates of fund needs submitted by the Subgrantee. Grant funds which have been disallowed as a result of audit will be recovered through direct contact with the Subgranteo, right of offset with the State Controller's Of f ice,or through other appropriate legal means. 10. Allowable Costs. The allowability of costs incurred under this grant shall be determined in accordance with the general principles of allowability and standards for selected cost items set forth in the Office of Management and budget Circular No. A•87,. or Office of Management and Budget CirewrAar No. A•21 if Subgrantee is an educational institution, as interpreted and amplified in these Standard Grain Award Conditions and in the CCCJ Fiscal Affairs Manual. Costs will be allowed only for goods and services provided and utilized no later than tine end of the period for liquidating obligations as provided in paragraph 6&bare.including any written extensions thereof by CCCJ, Any expenditure of funds by the Stilyjrantee which exceeds the total cost estimate for any major budget category in this giant aviard by 15"ilu or more of said total cost estimate,or by an amount of $5,000,whichever is less,will be permitted only at tec written approval of CCCJ. 11. Project Income. All interest earned on grant funds must LA? accounted for and paid to CCCJ unless the Subgrantee is the State of Califrrt'iia or an agency thereof. All Subgrantees must account for all other project income derived at any time, in whole or in patt, from the use of grant funds or from the conduct of the grant project,including but not limited to sale of publications,royalties.,tlegistration fees,or service charges. A. Such other project income received by the Subgrantee prior to the termination of the grant period of this grant award, including any extensions thereof,shall- 1) be added to funds committed to the project by CCCJ and the Subgrantee and be used to fur ther eligible program objectives;or 2) be deducted from the total project costs for the purpose of determining the net costs on which the federal share of costs will be based. B. Such other income received by the Subgrantee after the end of the grant period of this grant award, Including any extensions thereof,shall: kv 1) be used to further eligible project objectives if possible,even though federal funding for the project has terminated,or 2) to the extent such other income is not used to further eligible project objectives,and the federal share thereof exceeds S200, be applied in such manner as may be agreed upon by the State of California arid the Subgrantee, and in such event an appropriate representative of the State of California and of the Subgrantee shall meet and confer for the purpose of reaching such an*agreement. In the absence of any other specific agreement between the State of California and the Subgrantee, any such amounts of project income shall be paid to the Siale of California. The federal share of all project income shall be computed on the same ratio as the federal share of the total project cost clut ing the grant per iod of this grant award. 12. Income from Other Sources. All income from other sources received during the grant period. such is contributions.donations or funds from other grant programs,must be accounted for and reported to CCCJ,No other federal funds will be received or used for the portions of the prulbct funded by CCCJ and the Subgrantee must so certify. 13. Maintenance and Retention of Records. A. Records shall Ix., maintzined in an orderly manner and shall be available for audit purposes to CCCJ, LEAA, or the Comptroller General of the United States or their authorized representatives. Subgrantees -shall protect records adequately against fire of other damage. 8. The Subg(antee shall retain such records as CCCJ shall reasonably require, in accordance with the CCCJ Fiscal Affairs Manual and such regulations as may be issued from time to time by CCCJ. Records must he retained for a period of at least three years. The retention period starts from the date of the submission of the final expenditure report. This three-year retention period is qualified as follows: 1) records for nonexpendable property acquired with grant funds shall be retained for three years after its final disposition;2) when records are transferred to CCCJ,the three-yeai retention requirement is not applicable Jo the Subgrantee; 3) records must be retained beyond the three-Vear period if an audit is in progress or the findings of a completed audit have not been resolved satisfactorily;if an audit is completed and the findings ore resolved prior to the three-year period,records will be retained until the end of the three-year period. If the three-year period has passed a—nd no audit has been initiated,the records will be retained in accotdance With local law. If local law requires a longer period of record retention.access to the records will be allowed as set forth in subparagraph 111A. above; 4) CCCJ or LEAA may request transfer of certain Subgrantee records to CCCJ or LEAA custody from the Subgrantee when it is determined that the records possess long-tefin retention value. —3— aev.wism 14, rnxpectinn and Audit. The CCCJ,the' LEAA,the*Comptroller General of the United States,or any of their duly atithorirerl re;;rewift,tives, %hill have ar:cr ss for purpme (if midst and examination to arty i+ortl!s, docum„nts. ;.tlter, and re4014, of the Subgraritrr„and to the relevant hooks and records of thn Suhurantae's contractnrs,as provided in `.vection 521 of the Safe Strertts Act. A provision to this effect will be included in all agreements or other arrangements for implementation of this project. 15. Title to Property. Title to property acquired in whole or in part with grant funds shall vest in the Subgrantee., subject to divestment at the option of CCCJ.Said option shall be exercised within 120 days after the end of the grant period or termination of the grant by giving written notice to the Subgrant,.e and in accordance with the provisions of clic CCCJ Fiscal Affairs Manual and other rrgulations of CCCJ.Subgrantees shall exercise due care in the use,maintenance,protection and preservation of all such property during the period of project use. 16. Copyrigitts and flights in Data. Where activities supporters by this grant produce original computer programs, writing, sound recordings, pictorial reproductions, draviings or other graphical representations and works of any similar nature (the term computer programs includes executable computer programs and supporting data in any form), the CCCJ and the LEAA shall have the right to use,duplicate and disclose, in whole or in part, iii any manner for arty ptirpose whatsoever,and to authorize others to do so. If the material is subiect to copyright, the Subgianter may copyright such, but the CCCJ and the LEAA shall have a royalty-free, non-exclusive, and irtrvncable license to reproduce, publish, and use such materials, in whole or in part, and to authorize others to do so. The Stingrantee shall include this condition in all contracts of employment,consultant's agreements,and contracts,which will b ,paid for in whole or in part out of grant funds made available by this grant award. 17. Publications, CCCJ and LEAA shall have the right to require the Subgrantee or its contractors not to publish, and the Subgrantee or its contractors thereupon shall refrain frr,m publishing original books,manuals,films or other copyrightable material produced by activities supported by this grant award,whether copyrighted or not, that may tie designated by either the CCCJ or the LEAA. Such right shall be exercised by addressing written notice to that effect to the project director and the Subgrantee, and to the contractor in the case of a publication notice from the contractor.Before publishing any materials produced by activttie4 supported by this grant award, the Subgrantee or its contractor shall notify LEAA and CCCJ 60 days in advance of any such publication. If CCCJ and LEAA fail to exercise the right to prohibit publication as set forth above within 60 days of the rereipt of the notice of intent to publish, the Subgrantee or t1he contractor may publish said material, The Subgrantee or its contractor shall furnish to CCCJ 20 copies of the materials so published Any publication by the Subgrantee or its contractor shall include on the title page the following standard(fisclaimer: "The preparation of these materials was financially aided through a federal grant from the Law Enforcement Assistance Administration and .he California Council on Criminal Justice under the Omnibus Crime Control and Sale Streets Act of 1968, as amended. The opinions, findings, and conclusions in this publication are those of the author and we not necessarily those of CCCJ or LEAA. CCCJ reserves a royalty free, non-exclusive, and irrevocabte license to reproduce,publish and use these materials,and to authorise others to do so.” 18. Patents. if any discovery or invention arises or is developed in the course of or as a result of work performed under this grant, the Subgrantee shall refer the discovery or invention to CCCJ. The Subgrantee hereby agrees that determinations of rights to inventions made under this grant shall r e made by LEAA,or its duly authorized representative, whui shall have the sole and exclusive powers to determine whether of not and where a patent application should Ix filed and to determine the disposition of all rights in such inventions, including title to and license lights under any patent application or patent which may issue thereon. The determination of the LEAA, or its duly author imd representative,shall be accepted as final. In addition.the Subgrantee agrees and otherwise recognizes ilial (lir CCCJ and the LEAA shall acquire at least an irrevocable, nonexclusive, and royalty-free liceiise to practice and have practiced throughout the world for governmental purposes any invention made in the course of or under this grant. The Subgrantee shall include this condition in all contracts of employment, consultant's agreements, and contracts, which will be paid for in whole or in part out of grant funds made available by this giant award.The Subgrantee in his final report shall identify any such discovery or invention or shall certify that there are na such inventions or discoveries. 19, Assurance of Compliance with Civil Rights Laws. A, `The Subgrantee hereby assures that it will comply and will insure compliance by its contractors with Title VI of the Civil Rights Act of 1964 and all requirements imposed by or pursuant to regulations of the Department of Justice 128 CFR 42} and the LEAA thereunder issued pursuant.to that title to the end that no person shall, on the grounds of racer, creed, color, sex or national origin be excluded from participation in.be denied the benefits of, or be otherwise subjected to discriminatidn under this grant award or under any pioject, program, or activity supported by this grant. The Subgrantee further will comply with and insure compliance by its contractors with Justice Department Equal Employment Regulation in tedetalty assisted programs 128 CF R Part 42,Subpart D) to the end that employment discrimination in such // M� K1 • programs on the grounds of race, color, creed, sex, or national origin shall Ix' eliminated. As required by Section 5113(h) of the Safe Streets Act, this grant condition shall not be intertireted to require the t imposition on giant-supported projects of any percentage ratio, quota system or other program to achieve racial balance or eliminate racial imbalance in a law enforrirment agency. The Subgrantee recognises the right of the United States to seek, judicial enforcement of the foregoing covenants against discrimination an8 will include a similar covenant in its contracts assuring the tight of the United States to seek such judicial enforcement. 0. If this grant award prowdcs for payment to the Subgrantee in excess of W10,000, the Subgrantee shall comply with Executive Ori;(,r No. 11216, entitled "Equal Employment Opportunity", as supplemented. The Sutrlrantee shall be required to have an affirmative action pian which declares that it does not discriminate on the basis of race, color, religion, creed, national origin, sex, and age and which specifies goals and target dates to assure the implementation of equal employment. 20. Government Not Obligated to Third Parties Other Than Subgrantees. The Subgrantee may procure from third parties materials, sitpplies, services, or equipment for the conduct of the grant project, provided that such procurement complies with the minimum procurement standards set forth in the CCCJ fiscal Affairs Manual and applicable fedoial regulations v:hen such procurement contracts are not contrary to law and do not violate any of the other conditions of this grant award. Neither LEAA nor CCCJ shall be obligated or liable to any party other than the Subgrantee and only in accordance with the terms and conditions of this grant award. 21. Third Party Contracts. A. It the Subgrantee procures goods, services, or materials to perform any portion of this grant award, the Subgrantee shall enter into a written contract for such procurement (hereafter designated as a "third party contract"). Any contract entered into by the Subgrantee in connection with performance of this grant award shall provide that the Subgrantee will retain ultimate control and responsibility for the grant project and that the contractor shall be bound by these grant coriditions and cll other requirements applicable to the Subgrantee in the conduct of the project. B. All third party contracts in an amount in excess of S100,000 will not be considered an allowable cost item unless prior written approval is obtained from CCCJ for each of the following, 1} The request for proposal or other similar document constituting an invitation to bid.the bid conference and the bidder's oral presentation;or 2) Negotiated bids or waiver of competitive bidding;and 31 The written proposal submitted by the successful bidder,and ell The contract executed between the Subgrantee and the contractor. C. CCCJ will select, in a manner it shall determine, approximately 10% of the total number of all third party contracts in an.amount in excess of $10,000 but less titan S1.00,000,and the contracts so selected shall trs subject to prior written approval of CCCJ as requited in subparagraph B. of this paragraph for third party contracts in an amount over $100,000. A Subgrantee whose contract is selected as one of this group of contracts will be promptly notified in writing by CCCJ. 0. All third party contracts to be executed by Subgrantees who are private agencies and which require payment in excess of $10,000, must first obtain written approval from CCCJ of the proposal or other bid submitted by the successful bidder and of the contract executed between the Subgrantee and the Contractor. E. Approval in advance by CCCJ of any third party contract is not intended to be, and will not constitute,a waiver of any other provision or right of CCCJ provided in this grant award. 22. Termination of Funds. A. This grant may be terminated.or funds recovered,or fund payments discontinued by CCCJ or LEAA where tither finds a substantial failure to comply with the terri s and conditiols of this grant award,or of the Safe Streets Act and the regulations promulgated thereunder. Any such termination shall become effective after written notice to the Subgrantee and shalt be subject to the applicable review procedures pursuant to Sections 303111.509,510.or 511 of the Sate Streets Act. =i- Rev.W1517 �. �3 leas. 0, If for any reason ttic Federal government terminates its grant to CCCJ or fails to flay the full amount of the gra•r: avvard it Iris read(: to CCCJ,(his grant award may bn ternunated or reduced in the discretion of CCCJ, Itiovided, however, that no such reduction or termination shall apply to allowable costs already incurred by the Subgrantee to the extent That Fcderal gratit funds are available to CCCJ for payment of such costs.No liability shall, in any event, 6., incurred by CCCJ or by the State of CaGfarnia under this grant award beyond monies avatfeble for the purposes thereof. C. it;as a result of the conduct of the project pursuant to this grant award, CCCJ has made a final audit recovery dernamtfor the return to it from the Subgrantee of any funds awarded by this grant,CCCJ may,in its sole discretion,refuse to execute subsequent grant awards to the Subgrantee,or terminate or discontinue fund payments under this or any other grant award from CCCJ to the Subgrantee until the demand is satisfied. 23. Conflict of Interest. No official or employee of a state or unit of local government or of non-government subUranlees shall participate personally through decision, approval,disapproval,recommendation,the rendering of advice, investigation, or otherwise in any proceeding, application, request for ruling or other determination, contract, grant, clam), controversy, or other particular matter in which LEAA funds are used, where to his knowledge he or his immediate family, partners, orrianiration other than a public agency in which he is serving as an oflicer, director, trustee, partner, or employee or any person or organization with whom fie is negotiating or rias any arrangement concerning prospective employment, has a financial interest. Officials or employees of state or uncal units of government and non-government subgrantees shall avoid any action which might result in, or create the appearance of: 1) using his official position for private gain; 2) giving preferential treatment to any pertnn; 3) losing complete independence or impartiality;4) making an official decision outside official channels; or 5) affecting adversely the confidence of the public in the integrity of the government or of the program. 24. Criminal Penalties. The Safe Streets Act provides,in part, as follows: "Whoever embezzles,willfully misapplies, steals or obtains by fraud any funds, assets, or property which are the subject of a grant or contract or other form of assistance pursuant to this title, whether received directly or indirectly from the Administration,shall be fined not more titin 510,000 or imprisoned for not more than five years, or both.Whoever knowingly and . willfully falsifies, conceals at covers up by trick, scheme or device, any material fact in any application for assistance submitted pursuant to this title or in any records required to he maintained pursuant to this title shall tic suhjr.r.t to prosecution under the provisions of Section 1001, of Title 18, United States Code. Any law enforcement program or project underwritten, in whole or in part, by any grant, or contract or other form of a.sislanee pursuant it) this title,whether received directly or indirectly frons the Administration,shall I)c subject to the provisions of Section 371 of Title 113,United States Code." 25. Public Availability of Information. The Subgrantee and its contractors shall comply with the requirements of S.:ctions 67501-260 of the Government Code of the State of California and LEAA Guideline Manual M4100.1A telatinu to the availability to the public of identifiable records or other documents that are pertinent to the receipt or expenditim.- of grant funds and the availability of records of the votes of planning councils,including dissenting nrernrber's votes.The Subgrantee shall comply with the public accessibility to meetings requirement of L AA Guideline Manual M4100.1A, The Subgrantee will include in any contract involving grant funds a condition requiring the contractor to comply with the requirements of this paragraph. 26. Cot,rrnunications Equipment or Systems. If the grant project involves communications equipment or systemi and there is a need for use of additional tadio frequencies beyond those currently available to the Subgrantee, the Subgrantee assures CCCJ that such radio frequency support is feasible and the Subgrantee understands that the grant for acquisition of such equipment is conditioned an the Subgrantee actually securing or showing the availability of the needed frequency support. 27. College and University Special Condition. No part of the funds appropriated under this grant award shall be used to provide a loan, a grant, the salary of, or any remuneration whatever to any individual applying for admission, attending, employed by, teaching at or doing research at an institution of higher education who has engaged in conduct on or after August 1, 1969, which involves the use of for the assistance of others in the use of) force at the threat of force of tete seizure of property under the control of an institution of higher education, to require or prevent the availability of certain curriculum, or to prevent the faculty,administrative officials or students in such institution from engaging in their duties or pursuing their studies at such institution. 28. Technician and Equipment Pools. If this grant award deals with any equipment or technicians similar in nature and function to those available in any pools of such equipment or technicians existing in the Department of Justice of tine State of California,the Subgrantee agrees whenever possible to fully utilize any such pools. Nov.WIS/73 r • j 0 1 4 29. Conditions Appli:able its Part 1•. Grants. If :lily portion lit 1114' 01,1111 Irloject is funded V•11111 Part 1 blood", till! following(!un(hunm apply: A, Tilt) title alld culltrml of I'M( E funds and title to property may not Ix tt.tri:f.:.teal tog inivat(! .ttp•ler.n!s, Iuofit•makiii1for othriwise, even though these trlay err, utilm!d on thu umpletlwilr,+trmrl tri fart I 1:11rills includuty thrr purchase of services and Part E funds and property will not. ]w! divorled to nthl,r than correctional usits. 6. Subgrantees of Part E funds assure, that petsonnef slantfaids and programs of the imlitotion%awl fatalities will reflect advanced practices. C. To insure that iulofpantres are erioaipng in prop•ci% and p.clgraim to ornflrnvo tha re.r.otoil mil, nglani/alron, training, antt rditr.itonrl of lietsorint!i entllfnyl•ol lir volim-111111.4 activities, including those tit probation, parole Ant! tett;lltrlrt..tttrr., Ow lollowrntt nt.tnniltml 11,11ttrrettivill shall bl,rnet in Pilot I tttattl%: 11) At least 110 (lours recruit tiauunri, at entry uttn duty m( (11111119 111r lrt%t yea! 111 tr11um, lot lrallt quarto:, rollectional officers, pIIINI(utn and paonh• Itflirvi%. and (7) lit lead 70 horns of in %wife or relie0ii!o itamont; per year for a1I such rotrerLtrnlal I+u'i%o 1wi Willi more ticut olte yea. of Imilne. 30. Grants tot Comilutetiled Sysielll%. II ,toy lantnut of till% tlranl Involves the estahlishmuvot, ntainWilancr, o1 uhgratlulg ul a cnniln.trli/ere %ystrnt, rite `iulMir.uoten.aper%: V„ t A. to rnsuie that admivale plowmins <11e rlladr,. for sy%trin secutity, titre pintectiori of itrtlividisal pitvat;y and the insur:vlre of intrll.ity anti arclowt•y nl (Lala colil•owis Wothin fit) Clay% lit (t•reilil of award, the. Suhg.antre shall stihnlit tit (:(:(:.i It-. ((Lel flit ut%n.nlil 0w "vculoty ill utimornarinn tnantta.livil ut the. sy51e it and mstiranevs piovidlnll Int ronsuhotatroll of the lighl%of inwavy. I ht!Pirilecl Sratch technical Reform No. ? I,��:curity and Piiva(.y ConsidetatIntl%lit Cttotitt,tf 111%tory illhilmahon Systems) shall Ire u:etl as a gitu11!. 111. To coordinate j!rvelopmenl of the pongtam with any contpat.l.ht oudti%tate elfort to secure the.hc11r!litsof exchange of data alit] the use of %tand:ud wpoltrnq lutmata and defnntiorl, to enhance the! IV-11011% and potentials of its information systems tacihlies an(i ponvnll, needed interface with National C.Innnaf Jrraor.: Information Systems. C. That all CDt^l.:tCr 5.`i., .ire ploducCu Uti.1.11 this glaill .`Jilt 60 utdl.11: dV.11I 111c to LE:.A tut tiatt%w tit authorized users in the criminal iuslice community without cost other than that directly as:ocialrtl with tier tratlsfer. Systems will be documented in sufficient detail to enable a competent data processing staff to adapt the system, or portions thcreol. to usage on a conriputer of similar size and configuration,of any manufacturer. D• To provide a complete copy of documentation to the applicable Regional Office furless tl.e Aegimial Administrator of that off ire has waived this requirement)and a complete copy to the Systems Development Division, Office of Criminal Justice Assistance, Law Enforcement Assistance Administration. Documentation will inrlude but not be limited to System Description, operating Instructions, User Instructions, Program Maintenance instructions, input forms, file descriptions, report formats, program listings and flow cilarts for the system and programs. Iii, That whenever possible, all application programs will be written in ANS COBOL in order that they may be transferred readily to another authorized user. Where the nature of the task requires a scientific programming language, ANS FORTRAN may it used. F. To avail itself, to the maximum extent practicable, of computer software already produced and available without charge and to insure that reasonable effort is extended in this area, LEAA publications and Regional Systems Specialist should bo consulted. 31. Clean Air Act Violations. in accordance with the provisions of the Clean Air Act, 42 U.S.C. 1857,et.seq.,as emended by P.L. 91�604; and Executive Order 11602, the Subgrantee agrees contracts will not it>'e made with parties convicted of any offense under the Clean Air Act. 32. Use of Airplanes and Helicopters. Airplanes and helicopters purdiaced in whole or in patt with grant funds must be used for the purposes stated in this giant award and Play not he used for non-law enforcement purposes by state or local officials. —7— Nov.8115113 33. Educational Support. The Subgrantep assures that no person shall, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any education program or activity funded in whole or in part-in accordance with this grant award with the exception of the qualifications set forth in Title IX.Section 901(a) of P.L.92.318. 34. Identification of Source of Material. All published material and written reports submitted under this grant award or in conjunction with contracts under this grant award must be originally developed material unless otherwise specifically. provided in thi• grant award agreement. When material not originally developed is included in a report or other published material, the source of such material must be identified. This identification may be in the body of the report or by footnote.This provision is applicable when the material is in a verbatim or extensive paraphrase format. 35. Notices. All written notices pursuant to this grant award shall be given by addressing the same as follows and depositing the same in the. U.S.mail, postage, prepaid: Douglas R. Cunningham, Exec. Director Office of Criminal Justice Planning 7171 Bowling Drive Sacramento, California 95823 Subgrantee: To the SuNtantee named on the face sheet hereof at the address stated therein. Project Director: To the project director named on the face sheet hereof at the address stated therein unless written notice of any change therein has been received from the Subgrantee prior to the time said notice is to be given, in which event, said notice shall be sent in accordance with said written changes. Nothing herein contained shall Preclude the giving of any notice by personal service. The address to which notice shall be mailed as set forth above to either party may be changed by written notice given by such party in the manner set forth above. 36. Amendments. No alteration or variation of the terms of this grant award shall be valid unless made in writing and signed by CCCJ and the Subgrantee, and no oral understanding or agreement not incorporated herein shall be binding on either CCCJ or the Subgrantee. r k 00536 ADDENDUM NO. 1- (Revi si on No. I) 1/2;U/74 1 . Pursuant to the revision of Penal Code Sec. 1380 et seq. on October 1 , 1973, the Office of Criminal Justice Planning (OCJP) was established. All references hereinabove to the California Council on Criminal Justice (CCCJ) contained in Attachments to Grant Awards , i .e . Applications, Contractual Provisions , Resolutions , etc. , shall be i .e. , as references to OCJP as of January 1 , 1974. 2. Paragraph 4 of the Standard Grant Award Conditions is hereby amended to read as follows: 114, Operation Reports. This grant award is made upon the express condiio tn, in addition to all other term and conditions contained herein, that the Subgrantee will submit promptly when due to OCJP the following reports: (a) A quarterly report of the operation of the project for each three months of the project, including any extension of this award, beginning with the first month designated in the "Grant Period". Each such quarterly report will be filed on or before the tenth day after the end of each three-month period. If the period covered by the final quarterly report is less than three months , the final quarterly report will be filed by the Subgrantee on or before the tenth day after the end of said final period. (b) Every quarterly report will discuss , in a separate section, the status of the procedures initiated to assure compliance with the Security and Privacy clause of the Crime Control Act of 1973 (42 U.S.C. , Section 3771 ) where applicable. Each quarterly report will also set forth, in a separate section, the status of the equal employment program in terms of compliance with the LEAA Guidelines (28 CFR, Sections 42, 301 et seq.) where applicable. A final report on or before the 90th day after the completion of the project, including any extension of this grant award, covering the entire period of the project. (e) Such additional reports in such form and containing such infor- mation as either OCJP or LEAA may reasonably require. Each quarterly report and the final report will describe activities and accomplishments during the period covered by the report. Special attention will be given to project phases or stages which have been completed (e.g. , initial planning state, completion of preliminary survey effort, purchases of required• equipment, staging of pilot training programs , etc. ). Any special reports, evaluation studies , publications or articles prepared as a result of the operation of the project during the quarter will be attached, and major administrative developments will be covered (changes in personnel , project, design, etc.). Problem areas and critical observations as well as project success , will be mentioned and frankly discussed in all of the reports. It is expressly understood and- agreed that any funds otherwise due or payable to the subgrantee under this grant award will not be due or pay- able and this chant award may be terminated if any of the reports which the subgrantee is required to submit to OCJP under the terms and conditions of this grant award are not submitted to OCJP promptly when due, provided that any payment by OCJP to the Subgrantee after the Subgrantee has failed to file with OCJP any such required report when due shall not be considered as grounds for any waiver or estoppel against OCJP." 3. The following provisions are hereby added •to the Grant Award Conditions : Securi V and Privacy A. The Subgrantee agrees that except as provided by Federal law other than the Crime Control Act of 1973 (42 U.S.C. , Sections 3701 et seg. ) , none of its officers or employees shall use or reveal any research or statistical information furnished by any person and identifiable, to any specific private person for any purpose other than the purpose for which it was obtained. Copies of such information shall be immune from legal process , and shall not, without the consent of the person furnishing such information, be admitted as evidence or used for any purpose in any action, suit, or other judicial or administrative proceedings. B. Criminal history information: (1) The term "criminal history information" includes records and related data, compiled by law enforcement agencies for purposes of identifying criminal offenders and alleged offenders and maintaining as to such persons summaries of arrest, the nature and disposition of criminal charges, sentencing, confinement, rehabilitation and release. (2) If the Subgrantee utilizes "criminal history information", the Subgrantee shall comply with the following: All criminal history information collected, stored, or dissemi- nated shall contain, to the maximum extent feasible disposition as well as arrest data where arrest data is included therein. The collection, storage, and dissemination of such information shall take place under procedures reasonably designed to insure that all such information is kept current therein; the Subgrantee and any contractor or sub-contractor shall assure that the security and privacy of all information is adequately provided for and that such information shall only be used for law enforcement and criminal justice and other lawful purposes. In addition, an individual who believes that criminal history information con- cerning him contained in an automated system is inaccurate, incomplete, or maintained in violation of the Crime Control Act of 1973, shalt upon satisfactory verification of his identity, be entitled to review such information and to obtain a copy of it for the purpose of challenge or correction, * C. Any person violating the Security and Privacy provisions contained herein or of the Crime ContFo-I Act of 19T3—(-42, U.S.C. , Section 3771 (c) , or of any rule, regulation, or order issued thereunder, shall be fined riot to exceed $10,000 in addition to any other penalty Imposed by law. D. The subgrantee assures that the foregoing provisions of the Security and Privacy clause shall be incorporated, as appropriate, into all contracts, subgrants or sub-contracts. 1 r. ADDE14DUM No. 2 July 10, 1975 P::rasraph 17 of the Standard Grant Award Conditions, entitled "Publications", is deleted and the following "Publications" clause is substituted. 17. Publications. Before publishing any materials produced by activities supported by this Agreement, the Subgrantee .or its contractor (the contractor) shall notify OCJP 90 days in advance of any such intended publication and shall submit 20 copies of the materials to be published. Within 50 days after any such materials have been received by OCJP, OCJP shall submit to the Subgrant-,e its comments with respect to the materials intended to be publisheu. The Subgrantee or its contractor shall determine, within 10 days after receipt of any such comments , whether or not to revise the materials to incorporate the comments of OCJP and shall advise OCJP of its determination within 15 days after such comments have been received by the Subgrantee or its contractor. If the Subgrantee or i-ts contractor determines not to incorporate any of the comments of OCJP into the text of the materials, it may publish the materials provided that the initial preface or introduction to these materials as published contain the following: A. A credit reference reading as follows: "The preparation of these materials was financially assisted through a federal grant from the Law Enforcement Assistance Administration and the California Office of Criminal Justice Planning and under Title I of the Crime Control Act of 1973." 8. A disclaimer statement reading as follows: "The opinions, findings, and conclusions in this publication are those of the author and not necessarily those of OCJP or LEAH. OCJP and LEAA reserve a royalty- free, non-exclusive, and irrevocable license to reproduce, publish and use these materials, and to authorize others to do so. A copy of these materials may be obtained from OCJP or LEAA upon payment of the cost for reproducing the materials." C. The comments of OCJP in full, unabridged, and unedited. If the Subgrantee or its contractor wishes to incorporate some or any of the comments of OCJP in the text of the materials, it shall revise the materials to be published and resubmit them to OCJP which shall prepare comments on the resubmitted data w-":hin 30 days after receipt thereof. Within 10 days after receipt of these comments, the Subgrantee or its • contractor shall determine whether or not to accept or adopt any of the comments on the revised materials as resubmitted to OCJP and shall advise OCJP of this determination within 15 days after receipt of the comments of OCJP. Thereafter, th4' materials may be published or revised in accordance with the procedures set forth above for the publication of materials on which OCJP has submitted its comments to the Subgrantee or its contractor. If.00JP has not submitted its comments on any materials submitted to it within 90 days after OCJP has received-any such materials, the Subgrantee or its contractor may proceed to publish the materials in the form in which they have been submitted to OCJP but shall include the credit statement and the disclaimer statement set forth above, but without any further comments. ,� 00540 • Addendum #3* June 30, 1976 1. The following provision is hereby added to the Standard Grant Award Conditions : Exclusion from Competition. Requests for proposal or invitations for Fid issued by the grantee or a subgrantee to implemient the grant or subgrant project are to provide notice to prospective bidders that the LEAA organizational conflict of interest provision is applicable, in that contractors that develop or draft specifications , requirements, statements of work and/or RFPs for a proposed procurement shall be excluded from bidding or submitting a proposal to compete for the award of such procurement. See LEAA Guideline Manual M 7100.1A, Chapter 3, paragraph 49e. 2. Paragraph 15 of the Standard Grant Award Conditions, entitled "Title to Property" is deleted and the following clause is substituted: Title to Property. Title to property acquired in whole or in part with grant funds in accordance with approved budgets shall vest in the subgrantee to the extent of the subgrantee's contribution toward the purchase thereof. Utilization and disposition of grant acquired property at termination of the grant period shall be-subject to the provisions of Attachment 14 Federal Management Circular 74-7 and LEAA and OCJP administrative regulations and guidelines. Subgrantee shall be held accountable for all property acquired with grant funds. Subgrantee shall exercise due care in the use, maintenance, protection and preservation of such property during the period of use. ADDENDUM #4 February 15, 1978 1 . The following provision is hereby added to paragraph 1 of the CCCJ Standard Grant Award Conditions : E. Subgrantee understands that when the "LEAH" is referenced, it applies only to projects supported in. whole or in part by federal funds. In the case of projects funded by the State of California and administered by OCJP, final and exclusive authority rests with OCJP unless otherwise provided for by law. n 11542 FAi F?:tFr{J• 'c.'�;i ra+c,T10Es ;%D"Cc;:•it�r;•:; 1. In the performance of this contract, the Contractor will not discriminate . against any e►iplGyLe or applicant for employment because of race, colcr, re- ligion,. ancestry, or national origin. The Contractor will tate affir..1ati•:e action to ensure that applicants are empleyes.°, and that e^zplo;vees are treated during f employment, wit:out regard to their race, color, religion, ancast:y, or national origin. Such active s :_.11 incl::de, but net be li.:.ited to, the follo.iirc: a:;ploy- ment, upgrat.'i; In the Board of 5uperAsors of Contra Costa. County, State of California In the. Matter of Authorization to execute Contract for State -funded project desig- riated Career Criminal Prosecution RESOLUTION 170. 78/13S in the District Attorney's Office MIERF.AS, The District Attorney, Mr. William A. O'tialley, has recommended that the County of Contra Costa undertake a Career Criminal Prosecution project to be funded from funds made available through Chapter 1151, 1977 Statutes(California Career Criminal Prosecution Program (CCCF) )ndministered by the Office of Criminal Justice Planning (hereafter referred to as OCJP); and MIEREAS, the County Board of Supervisors concurs in the need to intensify our prosecution efforts against repeat serious offenders through the auspices of the State funded California Criminal Prose.cu- tion Program; NOW, TI3EREFORE, BE IT RESOLVED that the Board of Supervisors AUTHORIZES the District Attorney to implement the California Career Cri-urinal Prosecution Program, effective March 1, 1970, utilizing the State funds ($250,000 for the first year) taade available through Chapter 1151, Statutes of 1977, with the understanding that the County will bear no additional direct costs; and BE IT FURTHER RESOLVED that the Chairman of the Board of Supervisors is authorized, on its behalf to submit the attached application for state funds for CCPP to OCJP and is authorized to execute on behalf of the District Attorney's Office the attached contract for CCPP purposes including any extensions or amendments thereof; and BE IT STILL FURTIMR RESOLVED that State funds received hereunder shall not be used to supplant local funds that would, in the absence of the California Career Criminal Prosecution Program, be made avail- able to support the prosecution of felony cases. PASSED by the Board on February 7, 1978. CERTIFIED COPY 1 eetilfy that this la a (till, true L. rorrect rnpv of the orlRlnal document whlrh lY on Ill.In my office. end that It K.YY I Ys•e,l fi adnptnl by Ow Iloard of lint that It of Cnntrn r•,ita county. rellfornlA. no sup~ Ort .fDe t.: District AtEorne Ilse dole sl�mrn. ATTI:.:T: it. oi.rdOl 1p, roomy g p y Clerk i eztilfirlo Clerk at raid lluard o!3uprrrlsurr. cc: County Administrator by raPutY Clerk. Acting Auditor-Controller eaFEEi 7 1978 .,' Director of Personnel r... Sheriff-Coroner. County Probation Officer Presiding Judge of the Superior Court M-t4 Wmisnl RESOLUTION NO. 79/13S �l944.. OFFICE OF CRIMINAL JUSTICE PLANNING CAREER CRIMINAL PROSECUTION PROGRA14 APPLICATION REVIEW FORM County Project No. Note: Any negative responses should be explained in the "Comments" section. 1. Application Components A. Are the items listed below included in the Application? 1. Signed Form 502? Yes No 2. Completed budget pages? Yes No 3. Fair Employnent Practices Addendum? Yes No 4. Signed Negative Declaration? Yes No 5. Signed Resolution from County Board of Supervisors? Yes ✓ No 0. Standard Grant Award Conditions? Yes No D. Comments : {If any of the item listed above are missinor incomplete, actions taken to notify applicant should be noted here.}? 11. Program Review A. Statement of Work 1. Statement of county's crime problem profile is included which describes: Of 1,545 t a. Crime rate for felony offenses, particularly those set forth in P.C. Section 999e? Yes No Coimients: 4 Y.I 4).�• l// r/ �/r Jj /J IT ��4��4C WLrI ! ;.tf`• b. Clearance rates by crime? Yes _.�._ No Comments: /C/.S /13S" - C. Court and prosecutor caseloads by crime? Yes No Comments: 546 d. Conviction rates by crime? Yes No Comments e. Estimated number of total felony filings where the defendant could be subject to Career Criminal / Prosecution? Yes V No Comments : 2. Description of "Enhanced Prosecution Efforts and Resources". a. A clear presentation is set forth as to what efforts will be undertaken and how they di ffer from what now exists? Yes t� No Comments: 01.154'7 b. Are the "enhanced prosecution efforts" .'consistent.with P.C. / Section 999d? Yes ✓ No Comments : 3. Description of Screening Process and Criteria. a. Is the screening process and criteria outlined and explained in a clear form? Yes l' No' Comments : b. Are there any apparent conflicts between the screening process criteria set forth in the application and what is described in the guideline or v� enabling legislation? Yes No Comments: 9 X48 4. Assurances required 1s there a statement from the District Attorney's Office giving assurance to comely with all applicable requirements ✓ set forth in SQ 683? Yes No Cawnents: S. Description of anticipated impact upon the criminal justice system. Does the application contain a clear and complete description of the anticipated impact the unit will have on: : a. Police, Yes No b. Courts, Yes No ' C. Defense, and Yes No ,Y d. Probation? Yes No, ' Comments: 6. Evaluation Requirements , The Application contains either: a. Assurances that the District -Attorney's Office will fully participate in the OCJP coordinated evaluation or; Yes .No b. Sets forth a commitment to provide data on the specified form, send in quarterly reports and participate in on site monitoring visits. Yes No Commen is III. Budget Review (this review does not replace that conducted by the Control Center but is intended to compare the proposed budget with the activities and assurances given in the "Statement of Work".) A. Are numbers and level of personnel positions in keeping with "Statement of Work" and intent of SB 683? Yes No ✓ Comments: 57 if IV7 A1.4n /PI rQ/ ,��' CL-c7 �t,c'.�2•� �'' !•'tom �'lC� x c Ilixi - 7 B. Are personnel benefits consistent with • those provided by the County to other ' staff not funded out of the CCPD y� monies? Yes . No , Comments: C. Are travel expenses fully explained and are they consistent with the work program? YesNo Comments: •� ;��td,c.l'..��� f�'' •�'c,�`� ..t!�,:� ��.c' Cies , D. Are consultant services and costs fully explained and justified? Yes-,,* No Comments: �j 51 •' E. Are all operating expenses fully • described and justified? Yes No Comments: J ' I -71 hf�le 114 ire' ,eL, c:.t ►---r '-SU {•�+�1-•�.c:Lh.r!.�f 1,��rL'L f�i�I � j,L�l��.••92trG/C. 'lc:y�/f�7 V , ' �LuL.' tt�•' GLyfC��,1Lt '�' ' t ;l ,(ir?G 2Ec'� /F. Are all equipment items justified as necessary for the program? Yes No Comments: V 7" G. Is there any evidence that CCPD funds are going to be used to supplant local funds that would have been made available to support the prosecution of felony cases? Yes' No.. Comments: 2L/ r jJ ✓ �Ll cL� ` Ccs-Gvi-L� . . �=u't�'���' 09552 Approval and Pro( rnm Rbvicrr Completed -Signature,o Firs-tZeviewerr) ate' Signature of Second RGiewer Date f • t. , i J- t , t a �f ' 00553 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY STATE OF CALIFORNIA In the Matter of Advising the ) Association of Bay Area Govern- ) ments that More Local Review ) Time and a New Review Schedule ) RESOLUTION NO. 78/136 ` is Necessary for Adequate Con- ) sideration of the Regional ) Environmental Management Plan ) WHEREAS, the Association of Bay Area Governments (ABAG) has prepared a regional Environmental Management Plan as part of an effort to respond to the 1972 amendments to the Federal Water Pollution Control Act, the Federal Clean Air Act, and other federal and state legislation, and distributed a Draft Environmental Management Plan document (dated December 1977) for review and comment; and The Draft Environmental Management Plan is a highly complex proposal composed of plan elements on the subjects of water quality, water supply, solid waste disposal , and air quality; and The Draft Environmental Management Plan is a very significant proposal that contains recommendations which would increase private costs, increase local government costs, revise many government operations and relationships, affect the nature of land use development, and generally affect the actions and opportunities of individuals in Contra Costa County and throughout the Bay Area region; and Citizens, concerned organizations, and local governments have not had adequate time to review the proposed Environmental Management Plan for the fol- lowing reasons: 1 . The review schedule for the entire multiple-element Environmental Management Plan has been compressed to meet the two-year elapsed time plan development schedule established by the federal government for a single element, the Water Quality Maintenance Plan; and 2. The main Plan document, Volume I, has been available for general review only since, approximately, January 9, 1978. Although most of its recom- mendations were published in a Summary Recommendations document provided to Environmental Management Task Force members on December 14, 1977, that summary had limited distribution and does not include the supporting text or additional recommendations contained in Volume I; and 3. The :second plan document, Volume II, which contains the Plan's Environmental Impact Report together with additional materials proposed for approval as part of the Plan, has been available for general review only since, approximately, February 3, 1978. Consequently, there was no opportunity to review Volume II or comment on it during the Environmental Management Task Force's public hearings on January 11 , January 25, and February 1 , 1978; and Of the component plans comprising the Draft Environmental Management Plan, only the aforesaid Water Quality Management Plan and the Air Quality Maintenance Plan appear to have legislation-based review periods. However, the Air Quality Maintenance Plan (and a related Non-Attainment Air Quality Plan) even now has a later schedule for state submission to the federal government (January 1 , 1979), and its proposals may be substantially affected by a new air quality standard under consideration by Congress; NOW THEREFORE BE IT RESOLVED by the Board of Supervisors of Contra Costa County that the Association of Bay Area Governments is advised that more local review time and a new, sequential , processing schedule are necessary for adequate local review of the proposed Environmental Management Plan; and The Association of Bay Area Governments is requested to take immediate action to arrange a general time extension for review of the proposed Plan, by legislation if necessary; and The Association of Bay Area Goverments is requested to prepare a new Plan review schedule for the consideration of the Plan elements in sequence that incorporates the following actions: 1 . The Water Quality Management Plan is to be considered first in order to meet, as closely as practicable, the established review schedule. ABAG is requested to obtain additional local review time from the Regional Water Quality Control Board, the State Water Resources Control Board, and the federal Environmental Protection Agency. 2. The Air Quality Maintenance Plan is to be considered second in order. A time extension of at least six months is essential for local review. ABAG is requested to obtain additional local review time from the Bay Area Air Pollution Control Board, the State Air Resources Board, and the federal Environmental Protection Agency; and 3. The Solid Waste Management Plan and the Water Supply Management Plan should be considered third and fourth, respectively. ABAG should initiate whatever actions may be necessary to obtain the postponements. PASSED by the Board on February 7, 1978. cc: Association of Bay Area Governments (via Supervisor j. P. Kenny) Director of Planning Public Works Director County Administrator County Counsel County Health Officer City Managers (15) RESOLUTION NO. 78/136 2 of)qr;r-- 'AK) IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. STATE OF CALIFORNIA In the matter of Congratulating ) RESOLUTION NUMBER Senator John A. Nejedly 78 . on his Peripheral } . Canal Bill Position WHEREAS on February 1, 1978, the Peripheral Canal Bill (SB 346) came to vote before the State Senate, and WHEREAS the State Senate failed to pass said bill for the third time with the vote of 20 aye and 14 no with 27 aye votes required for passage, and WHEREAS it is recognized that Northern California is sub- . stantially outvoted by Central and Southern California Senators, and WM EREAS blocking the approval of the Peripheral Canal was a major achievement for all the residents of Northern California, and WHEREAS this Board of Supervisors wishes to take special note of the fact that the leadership of Senator John Nejedly has been primarily responsible for the successful fight of this legislation, which if authorized would permit export of- excessive quantities of water to Central and Southern California, and WHEREAS Senator Neiedly led the floor debate and acquitted himself with distinction in protecting the long-term interests of Northern Californians; NOW, THEREFORE, BE IT RESOLVED that Senator Nejedly is to be congratulated and that this Board pledges every effort- to assist him in this continuing battle. PASSED AND ADOPTED by the Board on February 7, 1978. I HEREBY CERTIFY that the foregoing is a true and correct copy of a resolution entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 7th day of February, 1978• J. R. OLSSON, CLERK Orig. Dept. CAO Q ,� cc: Senator John A. Nejedly By �� �'� L!z✓l`L��C County Counsel Helen C. Marshall Works Director Deputy Clerk RESOLUTION NUMBER87 /137 In the &mrd of Supervisors of Contra Costa County, State of Calif ornio February 7 , 19 78 In the Matter of Approving Deferred Improvement Agreement for Subdivision MS 146-77, Brentwood area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with Roy A. Ramacciotti, et al, permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 146-77, Brentwood area. 4- PASSED by the Board on February 7, 1978. -i Z 1 am eby certify the the foregoing b o true and correct copy of an order wis ad on the nanuks of said Board of Supervisors on the doh of oresouL Originating Department: PW (LD) Wdness my hand and the Sed of the Board of Supervisors cc: Recorder (via P.W. ) affixed "7th day of February 19 78 Public Works Director _ Director of Planning County Assessor J. R. OLSSON, Clark Roy Ramacciotti By Deputy Clerk . Rt. 2 Box 23 Oakley, CA 94561 Sandra L. Tiel on H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 78 In the Matter of Authorizing Attendance at Meeting IT IS BY THE BOARD ORDERED that Gerald Mitosinka, Sheriff-Coroner's Department, is AUTHORIZED to attend, at County expense, the American Acadewy of Forensic Sciences Meeting to be held at St. Louis, Missouri, from February 21, 1978 to February 25, 1978. PASSED BY THE BOARD ON February 7, 1978. 1 hereby certify that the foregoing is a true and coned copy of an aider teMaerd on the lninules of said Board of Supervisors on the date aforesaid. Originating Dept: �-- my hoed and the Seal of" moo of Sheriff-Coroner supervisms cc: County Administrator affixed this 7 th cky of February 19 78 County Auditor-Controller o J. R. OLSSOf11, Clerk d I R , 0 1 &D' Deputy Clerk Patricia A. bell H-24 3176 15m �'r` IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hearing on ) Appeal of Mr. and Mrs. Gary ) Green et al, applicants, from ) Action of the San Ramon Valley ) February 7, 1978 . Area Planning Commission on ) Application for Minor Subdivision ) 192-77, Alamo area. ) The Board on January 10, 1978 having fixed this time for hearing on the appeal of Mr. and Mrs. Gary Green et al from the San Ramon Valley Area Planning Commission conditional approval of application for Minor Subdivision 192-77 (Warren A. Almquist, applicant and owner) , to divide 2.63 acres into four parcels, Alamo area; and Mr. Harvey Bragdon, Assistant Director of Planning, having described the proposal, and having advised that staff determined the subject property is located within an area designated as R-20 and adjacent to land zoned as Country Estates (one acre minimum lot size which permits the keeping of livestock) ; and Mrs. Warren Almquist having stated that the proposal is _ consistent with the R-20 zoning classification and the General Plan, and having advised that property owners bordering the proposed subdivision have indicated opposition to a development that would permit livestock; and Mrs. Gary Green and Mr. James Henderson, appellants, having stated that the subject property should be designated as Country Estates, and having submitted a petition (approximately 55 signatures) supporting the appeal; and ' Supervisor E. H. Hasseltine having stated that the proposal is compatible with the R-20 zoning, that a Country Estates designation for the proposed development could create an unfavorable situation for neighboring property owners with lot sizes less than one acre whose backyards border the subject property, and having therefore recommended that the appeal of Mr. and Mrs. G. Green et al be denied and the decision of the San Ramon Area Planning Commission be upheld; and Supervisor N. C. Fanden having stated that in her opinion the property site should be designated Country Estates; and The Board having discussed the matter, IT IS ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the following vote on February 7, 1978. AYES: Supervisor J. P. Kenny, E. H. Hasseltine, and R. I. Schroder. NOES: Supervisor N. C. Fanden. ABSTAIN: Supervisor W. N. Boggess (Advised that he would like to view the property site prior to making a decision. ) CERTIFIED COPY— CC: Mr. and Mrs. Green I certify that this is a full. true & correct copy of Mrs. Almquist the original document which is on file In my office, and that it was pa`sed & adopted by the Board of Mr. Henderson Supervisors of Contra Costa Count_r. California. on Mr.. and Mrs. Mayer the date sho-r.. ATTEST: J. R. OLSSo\, County y Clerk&es-of,iclo Clerk of said Board of Supervisors. Director of Planning Depuc 'fork. Public Works DirectorIn FEB 7 1678 Director of Building Inspection Arnd3itf San Ramon Unified School Districtr�rt-r� J In the Board of Supervisors of Contra Costo County, State of Colifomia February 7 , 19 78 M the Moller of Authorizing Attendance at Meeting On the recommendation of the Assistant County Probation Officer, IT IS BY THE BOARD ORDERED that Joy Lovelace, Probation Volunteer, Contra Costa County Probation Department, is AUTHORIZED to attend the San Mateo County Proba- tion Department's seminar on Planning and Building Local Victim/Witness Assistance Programs on February 3, 1978 in San Mateo, at County expense of $6.00. PASSED by the Board on February 7, 1978. `R 1 hereby certify that the farpoi9 is o true and =red w" of an order oiMered on *.* wanul"es of said Board of&*erriwrs an the dare aforesaid. Wonm my hand and Nie Sed of the Board of Orig: Probation Department cc: - County Probation Officer Supenaon County Administrator affixed "JUL day ofru_ry - 19 County Auditor-Controller J. R. . OLSSON, Clerk SLC. CA i�(_C_ . Depuly Clerk Patricia A. Bell H-343/76 15m In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 78 M the Matter of Authorizing Attendance at Training Session IT IS BY-THE BOARD ORDERED that Stanley S. Garvin;--Sheriff-Coroner's Department. is AUTHORIZED to attend, the National Jail Manager's Institute to be held in Boulder, Colorado, February 26, 1978 to March 10, 1978. All expenses are to be paid or reimbursed by the National Institute of Corrections, Washington, D.C. PASSED by the Board on February 7, 1978. I hereby certify that the foregoing is a true and correct copy of as adv► ean the minutes of said Board of Supervisors on the dote aforesaid. Originating Dept: 11Vilmss my hand and the Seal of the bard of Sheriff-Coroner Supervkm CC: County Administrator affixed thigth day of Fehr„ary , 19 � County Auditor-Controller J. R. OLSSON, Clerk B 1 (f G � c.p,y, Clerk Patricia A. Bell 0105 H-24 3/76 15m s1 In the Board of Supervisors of Contra Costa County, State of California February 7 0, 19 78 In the Mmw of Increase in Contract Contingency Fund Kenyon Avenue Reconstruction Project Kensington Area . Project No. 1655-4364-665-77 On the recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that an increase of $4,000 in the contract contingency fund for the Kenyon Avenue reconstruction project is APPROVED, said increase to provide for reimbursement of the contractor's extra costs caused by the presence of an unanticipated rock outcropping within the excavation limits and the location of a water main at a higher elevation than that shown on the plans. PASSED by the Board on February 7, 1978. I hereby certify that the foregoing is a true and correct copy of an order eiMon the minutes of said Board of Supervisors on the date -in MW Witness my hand and the Sed of the Board of Originator: Public Works Department ��� Construction Division affixed this 7thday of February 19 78 cc: Sarott Construction Co. 1021 Dyer Drive J. R. OLSSON, Clark Lafayette, CA 94549 Public Works Director Do" clerk County Administrator N. Pous Auditor-Controller H-24 3/76 15m 09 62 l � r` In the Booed of Sup mvisors of Contra Costa County, State of California February 7, , 1g 78 In fire Mafler of - Consulting Services Agreement _ Waterfront Road Overhead and Approaches, Martinez Area. Project No. 3481 -4215-925-75 IT IS BY THE BOARD ORDERED that the Public Works Director Is AUTHORIZED to execute a Consulting Services Agreement with De Leuw, Cather and Company of San Francisco, providing for construction inspection and field engineering services for the Waterfront Road Overhead and Approaches Project , Martinez area , at a cost not to exceed $62,500 without prior approval of the Public Works Director. PASSED by the Board on February 7, 1978• 1 hereby certify fhaf 00 !aepoirrg k a fere and cored copy of err order trMtred on the minwas of said doord of Supervisors on the daft ON Rid. Originator: Public Works Department UPHness my band and flit Sed of flit Board of Road Design Division Supervisors xed 7th day of February , 1g78 a cc: Public Works Director DeLeuw, Cather & Co. J. R. OLSSON, Clerk County Auditor-Controller Deputy Clark N. Pous H-24 3/76 15m 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: DeLeuw, Cather & Company 120 Howard Street , San Trancisco, CA 54IU5 (c) Effective Late: (d) Project Name, Number & Location:Waterfront Road Overhead Proj. #3481-4215-925-75 (e) Payment Limit: Sixty-two thousand, five hundred 562,500 2. Signatures. These sigmtures attest the parties' agreement hereto: CjONSUL By _Senior Vice- President (best of capacaty in business) ; State of California ss Qf MM"Xi ACKNO61EDGNENT (CC §1190.1)• ' City and County of San Francesco) ' The person signing above for Consultant, known to me in those individual and busiiness capacities, personally appeared before me today and acknowledged that he sided-it and that the corporation or partnership named above executed the within irwfrument pursuant to its by-lags or a resolution of its Board OFFICIAL. SEAL 11A PUBLIC AGENCY [SEAL] HEM-RIE i 1 .S. WEBBER By: Vernon . Chine -'M ARV PLMLIC — CALIFOR PRIKC7PAL OFFICE IN Publi Works Director UN FRAYCISCO COUNTY 11 C mmiSsiGn Expires April 17, 1980 By: Date: Notary Public 3. Parties. Effective on the above date, the above-named Public Agency and Consultant mutually agree and promise.as follows: 4. EMloyment.46' 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 make 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 mina um 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 B attached hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the payment limit specified in Sec. t(e) without prior written approval of tr,t! 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 ar.oants 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 employze of Public Agency. 10. lndemnification. 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. 11 . hiscellaneous Provisions (See Appendix C) Attachments Appendix A Appendix D Appendix 3 Appendix C Certification by County [' r Certification by Consultants._.____ APPENDIX A SCOPE OF SERVICE I• RELATIONSHIP OF AND RESPECTIVE RESPONSIBILITIES OF ENGINEER AND COUNTY The prime responsibility, to assure that the work is performed in accordance with the plans, specifications and estimates, shall rest with the County's Assistant Public Works Director, Construction Division, or his designated representative. The general responsibility of the Consultant shall be that of providing professional advice- and technical assistance to the County as to the means of satisfactorily accomplishing the work, providing assistance for surveys, layouts, stake out, soils and foundations investigations, measurement and computation of quantities, testing of construction materials, checking shop drawings, preparation of estimates and reports, and other resident inspection services to assure that the construction is being performed in accord- ance with the plans and specifications, all under the general overall supervision of the County's Assistant Public Works Director, Construction Division, or his designated representative. Consultant's Field Engineer shall be a professional civil engineer, registered by the California State Board of Registration. If. SCOPE OF PROFESSIONAL ENGINEERING SERVICES Consultant shall provide the following construction phase services: 1• Furnish technical inspection of construction to guard against defects and deficiencies of the work of construction of the Project including structural, bridge embankment, grading and paving, to assure that such Project complies Substantially with the requirements of the contract plans and specifications. This work shall include inspection of on-site construction, as well as inspection of off-site operations of local suppliers and manufacturers whose products are to be incorporated in the project. Specifically: APPENDIX A (a) furnish the full-time services of. one Field Engineer (b) Furnish the part-time services of the Assistant Field Engineer (e) Furnish or arrange for supplemental specialized inspection effort, both on-site and off-site inspection effort. It Is contemplated that the services of' an independent testing laboratory may be required at a fabricator's plant for inspection of prestressed/precast con- crete bridge girders. (d) Review shop drawings. 2; Prepare general survey stakeout plan for the PROJECT and embankment ap- proaches, and assist County survey crew in detailed stakeout. 3. Notify utility and pipe line companies when the construction contract has been awarded by County; provide said .companies with necessary prints or other- data; and coordinate the work of the utility and pipe line companies among themselves and with work of the Contractor. y. On behalf of COUNTY, file with the California Public Utilities Commission - and other appropriate agencies the plans of the Project and other documents and notices required at the inception and completion of the PROJECT. S. If required, prepare drafts of letters, for forwarding by COUNTY, billing the Railroad Company for progress payments due in consequence of the agreenent between County and the Railroad Company; review and check bills submitted by the Railroad Company for work subject to reimbursement; and forward such bills to COUNTY with recommendations for payment. G. Review Contractor's claims for additional compensation and/or additional time allowance for changes from the construction contract, and recommend proper action. - 2 - APPENDIX A ]. Maintain up-to-date books containing canputations or other evidence of quantities of construction materials incorporated in the PROJECT. 8. Prepare monthly reports setting forth the quantities incorporated in the .,wrk and shafting amounts earned and due the Contractor at the end of each month, with recommendations for periodic payments to the Contractor, a!1 in compliance with Standard Specifications of the State of California .and the Special Provisions for the PROJECT. S. Advise the Contractor regarding th- proper sequence of construction operations. 10. Prepare drafts of Contract Change Orders during the progress of the work to cover necessary changes within the scope of the construction contract. 11. Review shop drawings and work drawings submitted by the Contractor, as required by the terms of the construction contract. 12. Maintain permanent on-site records of approved deviations from the contract plans, correct the original contract plans to reflect the "As Built" conditions after construction has been completed, and d:liver said corrected Original plans to COUNTY for its permanent files. 13. On completion of PROJECT, deliver to COUNTY the originals or copies of all the job records, Field Engineer's correspondence files, field books, and diary; final quantity computations used for- the monthly Contractor's pay estimates; scale tickets; and similar documents. 14. Provide an automobile for use at site of Project, providing local transportation of Field Engineer staff on Project business . and Raking local trips within the San Francisco Bay area, including trips to supplier's work yards or to CONSULTANT'S San Francisco office. _ 3 _ APPENDIX A 111 COUNTY will provide the following services: 1. Field surveys necessary for alignment control, stakeout, slope staking, grading, and paving. 2. Field offices telephone and utilities for Field Engineer staff. 3. All construction materials laboratory tests, such as concrete cylinder breaks, tests of soils or aggregate samples, etc. COUNTY wiil retain a testing laboratory for .thesc tests as needed. _ 4 t _ 4 _ 0 )r68 APPENDIX 8 PAYMENT I. CONSULTANT shall be reimbursed by County at Direct wages, plus one hundred fifty percent (150%) to cover payroll overhead for the full-time Field Engineer and the part-time Assistant Field . Engineer services. (See Appendix D for employees' direct hourly rate of pay) Direct wages shall be determined by multiplying the employee's direct hourly rate of pay by the number of hours worked. The monthly compe6sation to be paid by CONSULTANT to the Field Engineer shall not exceed $1 ,750 . per month, and to the Assistant Field Engineer , $1 ,500 per month. 2. CONSULTANT shall be reimburs,edeby COUNTY at direct wages, plus one hundred sixty percent (160%) to cover payroll overhead, when such services are performed by employees other than the full-time Field Engineer or the part-time Assistant Field Engineer. Direct wages small be as defined In Paragraph 1 , of above. In addition, CONSULTANT shall be reimbursed .for actual payments by CONSULTANT for travel expenses in connection with furnishing these services, subject to approval by the Public Works Director. j. CONSULTANT shall be reimbursed by COUNTY for design work and preparation of change- orders for services outside the scope of the construction contract as requested by COUNTY in writing, at direct wages plus one hundred sixty percent (160%) to cover payroll overhead. Direct wages shall be as defined In Paragraph 1 , of above. CONSULTANT shall not be reimbursed for design work or change orders necessary by CONSULTANT'S errors or oversights. i - 5 - APPENDIX 0 PAYMENT (Cont.) • CONSULTANT shill be reimbursed by CODUTY- "at the direct invoice cost for Inspection services (approved by the Public Works Director) provided at a concrete precasting slant by an independent testing laboratory. 5• CONSULTANT shall be reimbursed by COUNTY at the direct invoice cost for soils and foundation consulting services, furnishedby the soils con- sultant who has previously provided design advice, Iloore b Taber of West Sacramento, wi,en such services are provided at the request of the Public Works Director. The maximum reimbursement under this paragraph shall not exceed two thousand five hundred dollars ($2,500) . 6. CONSULTANT shall be reimbursed for use of CONSULTANT'S automobile at the rate of five dollars ($5.00) for each and every working day that the automobile is at the site of the Project and used on Project business. . CONSULTANT shall be reimbursed for travel expenses incurred by the Assistant Field Engineer at the rate of three dollars ($3.00) per day for each and every working day that the said Assistant Field Engineer works at the Project site for four hours or more. S. Compensation Limit . In no event shall the total compensation and reimbursement paid hereunder exceed a maximum sum of sixty-two thousand five-hundred dollars ($62 , 500) for all of the services required , unless otherwise agreed by the parties in writing. - 6 � � i0 MISCELLANEOUS PROVISIONS 1. The CONSULTANT warrants that he has not employed or retained any company or person, other than a bona fide employee working for the consultant, to solicit or secure this agreement,, and that he has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making this agreement. For breach or violation of this warranty, the iocai .agency shall have the right to terminate this agreement without liability, or, in its discretion to deduct from the agreement price or consideration, or utherwi-,e recover•, thr full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 2. Auditing and Records. in accordance with an Agreement between the County and the California Department of Transportation, the Consultant and any subcontractors shall maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred, and further, shall make such materials available at their respective offices at all reasonable times during the conCract period. Such materials shall be available for inspection by authorized representatives of the local agency, the State, or the Federal Government, and copies thereof shall be furnished if requested. Following final settlement of the contract accounts with the Federal Highway Administration, such records and documents may be microfilmed at the option of the County but in any event shall be retained for a three-year period after FHWA payment of final voucher, or a four-year period from the date of final. payment under the contract, whichever is longer. 3. The Consultant shall not sublet, sell , transfer, assign or otherwise dispose of any of the Mork contained herein, except as is otherwise provided in this Agreement without the written consent of the County. Consent to sublet, assign, or othe mise dispose of any work contained in the Agreement shall not be construed to relieve the Consultant of his responsibilities under this Agreement. The Consultant shall file with the County seven (7) days after making any subcontract, two (2) certified copies of such subcontract. - 7 - 4. The Consultant shall not engage the services of any person or persons now employed by the County, the State, or the Federal Highway Administration except with the prior written permission of the County, State or Federal Highway Administration, respectively. �. Additional contract provisions in compliance with Title VI , Civil Rights Act of 1964. During the performance of this contract the Consultant, for himself, his assignees and successors in interest, agrees as follrnis: a. Compl ianee with Ronulat ionr.: The Consultant will comply with the Regulations of the Department of Trans- portation relative to nondiscrimination in Federally-assisted programs of the Department of TransporLaLion (Title 49 Code of Federal Regulations, Part 21 , hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. b. Nondiscrimination: The Consultant with regard to the work perfornie4 by him after award and prior to completion of the. contract work, will not discriminate on the ground of race, color, sex, or national origin in the selection and retention of subcontractor:, including procurements of materials and leases of equipment. The Consultant will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 6. Consultant shall comply with all Federal , State, and County statutes, ordinances, rules and regulations, and the orders and decrees of any courts or administrative bodies or tribunals in any manner .affecting the performance Of this Agreement, including, withouC being limited to, workers compensation laws, wage and hour laws or requlatioiis and licensinq regulations. APPENDIX D AGREEMENT FOR ENGINEERING SERVICES WATERFRONT ROAD RAILROAD GRADE SEPARATION PROJECT SALARY RANGES JUNE 1977 A.S.C.E. Job Descriptions Range of Hourly Rates Drafting and Engineering Aides: A 2.80 - 4.15 6 3.65 - 5.20 C 4.85 - 8.30 Engineers: 5.75 - 7.40 11 6.35 - 8.15 III 7.10 - 9.05 IV 8.10 - 10.10 v • 9.30 - 11.55 VI 10.50 - 13.65 V11 11 .95 - 16.00 Vill 13.60 - 18.95 - 9 - 1.Y� � ! CERTIFICATION OF COUNTY OF CONTRA COSTA 1 hereby certify that I am the Chairman of the Contra Costa County Board of Supervisors and that DeLeuw Cather E Company or its representatives have not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to (a) cmptoy or retain, or agree to employ or retain, any firm or person, or (b) pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind, except as herby expressly stated (if any): NONE 1 acknowledge that this certificate is to be furnished the Federal Highway Administration in connection with this contract involving partici- pation of Federal aid highway funds, and is subject to;appiicable State and Federal laws, both criminal and civil . FEB_ 7 1978 - - DATE Irman. Qoard•of upervisors County of Contra Costa 10 - CERTIFICATION OF CONSULTANT .1 hereby certify that 1 am a Vice President of DeLeuw Cather E Co. whose address is 120 Howard St., San Francisco, CA 94105, and that neither I .nor the corporation 1 here represent has: (a) employed or retained for a commission, percentage, brokerage, or contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this agreement; (b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the agreement, or (c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the agreement; except as here expressly stated (if any): NONE 1 acknowledge that this certificate is to be furnished to the State Depart- ment of Transportation in connection with this agreement involving participation of - Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil . 2 78 DATE 51 GNATUrR In the Board of Supervisors of Contra Costo County, State of Calif s is February 7 . 19 7$ M the Matter of Report of Finance Committee on Acquisition of Hysol Building in West Pittsburg. The Finance Committee (Supervisors E. H. Hasseltine and N. C. Fanden) having reported that it had received estimates from staff on the cost of acquiring and remodeling the Hysol Building in West Pittsburg for continued use by the Social Service Depart- ment and that available alternatives for provision of service had been considered but that acquisition and remodeling of the Hysol Building appeared to be the preferred alternative; and The Committee having therefore recommended that nego- tiations with Hysol Division, The Dexter Corporation, for acquisition of the premises at 2850 Willow Pass Road, Pittsburg, be authorized, IT IS BY THE BOARD SO ORDERED. PASSED by the Board on February 7, 1978. 1. I hereby 'cot* that the faegni i g is a true and correct copy of an ardor sabred an tiM "jr0.4#"of SOW doOrd of .Sllper#j9 rS on the dale afOrelald. cc: Public Works Director Wdness my hand and the Sed of the Hoard of Director, Human SuperAwn Resources Agency affixed this_ta day County Auditor-Controller County Administrator J. R. OLSSON, Clerk sy ly 's,,t1 G.%,,44JJK DV Clerk Helen C. Marshall H-24 4/77 15m i +ir, 7l Tb Board upervisors ' Contra '""" O1k an County Clerk and Costa Ex Otticio Clark of the Hoard Cou i i ion Building t a� Gerawk a Room P.M . n z 1 CO __i Chief Clerk Martinez. nis 94553 Vl„�'(�J/ (415)372-2371 1 Jaaxn P.Ka"-Richmond 1st District Nancy C.Fanda"-Martinez 2nd District "obR'.Sdm....-Lafayette RECEIVED 3rd District Waren M.So�M.Concord ` 4th District Edc K"MmeRim-Pittsburg FEB 7 1913 5th District February 7, 1978 SUPERVISOJIS C AC . REPORT OF FINANCE COMMITTEE ON ACQUISITION OF THE HYSOL BUILDING IN WEST PITTSBURG The Finance Committee at its meeting on February 6, 1978 received revised estimates from staff on the cost of acquiring and remodeling the Hysol Building in West Pittsburg for continued use by the Social Service Department. The revised project cost estimate is higher than the pre- liminary estimate considered by the Committee, but after considering the available alternatives the Committee recommends that the Board authorize negotiations with Hysol Corporation for possible acqui- sition of the property. With this information, the Committee will then be able to make a firm recommendation to the Board from among the available alternatives, the principal ones of which, other than acquisition of the Hysol property, are construction of a new building in the area, or provision of services to the area from a more remote location such as Pittsburg or Concord. At this time the preferred alternative appears to be acquisition and remodeling of the Hysol Building and for this reason it is the Committee's recommendation that acquisition negotiations be authorized. �:_ 41zz,� E. H. HN. C. F EN Supervisor, District V Supervis r, District II Microfilmed wig board order - C C In the Board of Supervisors of Contra Costa County, State of California February 7 . 19 78 M dar A&~of Report of the San Ramon Valley Area Planning Commission on the . Request of Charles James, .Applicant and Owner/Planning Commission Initiated (1774-RZ) to Rezone land in the Danville Area. The Director of Planning having notified this Board that the San Ramon Valley Area Planning Commission recommends approval of the request of Charles James, present applicant and owner (A. D. and D. D. Cobo initial applicants and owners) , to rezone .44 acre and an additional 9.1 acres as requested by the Planning Commission (1774-RZ), located approximately 701 feet on Podva Lane 590 feet on San Ramon Valley Boulevard and 945 feet on Podva Road, Danville area, from General Agricultural District (A-2) to Multiple Family Residential District (14-4) ; IT IS BY THE BOARD ORDERED that a hearina be held on Tuesdav, March 14, 1978 at 11:05 a.m. in the Board Chambers, Room 107, County Administration Building, Pine and Escobar Streets, Martinez, California, and that pursuant to code requirements, the Clerk publish notice of same in THE VALLEY PIONEER. PASSED by the Board on February 7, 1978. 1 herby certify that the forpoinp is a true and carred espy of an order on dw w wtn of said Boar! of Supervisors on the daft ofonmak. Witness my hand and taw Std of the Board of cc: C. James su Planning pwvison by Planning List Names Provided affixed "7th of February 19 78 Director of Planning J. R. OLSSON, Clerk By " Ctpuy Aeric die L. Johnson H-24 4/77 15m CONTRA COSTA COUNTY RECEIVED PLANNING DEPARTMENT FEB 1 i97L J. R. oLsson CLERK BOARD OFF SUPEN1502S TO: Board of Supervisors DATE: February 1 , 1;7 CONT os Attn: ' Clerk of the oard . 2 � FROM: Anthony A. Dehaesu SUBJECT: REZONING: Charles James/Planning Director of Planni Commission Initiated (1774-RZ. .44 s 9.1 Acres, A-2 to M-4 Danville Attached is San Ramon Valley Area Planning Commission Resolution No. 7-1978, adopted by the San Ramon Valley Area Planning Commission on Wednesday, January 25, 1978, by a vote of 7 AYES. This application .was reviewed by the San Ramon Valley Area Planning Commission on Wednesday, January 11 , 1978, and was approved for change from General Agricultural (A-2) to Multiple Family District (M-4) , by a vote of 5 AYES - 2 ABSENT (Wright, Kennett). The applicant requests to rezone .44 acres and the Planning Commission has expanded the study area to include an additional 9.1 acres to rezone from General Agricultural District A-2 to Multiple Family Residential District M-4. Subject properties front approximately 701 feet on Podva Lane, 590' on San Ramon Valley Boulevard and 945' on Podva Road, in the Danville area. The following people should be notified of your Board's hearing date and time: A.D— & D.D. Cobo Harvey E. Bragdon 1044 Sunnybrook 4 Barrie Way Lafayette, California Mill Valley, California 94941 Charles D. James W. .C. Black Jr. 219 South Hartz Avenue 22 Adair Court Danville, California 94526 Danville, California 94526 Paul Forman G. H. Kissin 989 San Ramon Valley Blvd. 215 Loch Lomond Way Danville, California 94526 Danville, California 94526 Floyd Munson Jean Levy 867 Podva Road 621 Sheri Lane Danville, California -94526 Danville, California 94520 (See attached list for additional names and addresses) AAD:mb attachments: Resolutions, Staff Reports, Negative Declaration, Area Maps, Minutes cc: Fite 1774-RZ Supervisors, District: 1 , 11 , 111 , IV, V. j iuofilmed with bowl ardw SAN RAAMON VALLEY AREA PLANNING COMMISSION CONTRA COSTA COUNTY, CALIFORNIA A. D. AND D. D. COBO (Applicants and Owners) - PLANNING COMMISSION INITIATED STL DY, County File 01774-RZ: A request and study to rezone lands from General Agricultural District (A-2) to Multiple Family District (M-4). Subject lands are within the boundaries of the following maps of Ordinance No. 382: A Portion of the Districts Map of Danville, Insert Map No. 20 and Mt. Diablo Division Sector 7, Contra Costa County, California. Subject property is described as follows: Approximately .44 acre located at the southeast corner of Podva Road, directly opposite Ocho Rios Drive, and an area expanded by the County Planning Commission as follows: approximately 9.1 acres located between Podva Road, Podva Lane and San Ramon Valley Boulevard, all in the Danville area. (CT 3452) On January 11, 1978 having been fixed as the time for hearing on this item, the meeting was declared open by the Chairman. Staff presented the staff report, described the project and explained the location. Staff recommended approval. A Negative Declaration was filed; EIR not required. The following persons appeared to represent and in favor of the application and in opposition: CHARLES D. JAMS, 855 Povda Rd., Danville, CA advised he intends to build a single family residence on the back of the lot. PAUL FORMAN, 989 San Ramon Valley Blvd., Danville, CA expressed concern that the M-4 zoning would create a higher tax base for adjacent properties. CHAIRMAN YOUNG suggested the possibility it is already being assessed on that basis.- It asis.It was found that the M-4 zoning would be consistent with the General Plan and with the M-4 zoning to the north and south of the study area. Upon the MOTION of Commissioner MEAKIN, SECONDED by Commissioner OLANDER, the zoning change from General Agricultural District (A-2) to Multiple Family District (M-4) was recommended for approval by the following vote on January 11, 1978. AYES: Commissioners - MEAKIN, OLANDER, BEST, BUROW, YOUNG NOES: Commissioners - NONE ABSENT: Commissioners -. WRIGHT, KENNETT ABSTAIN: Commissioners - NONE JANUARY 25, 1978: Findings were submitted for adoption. Upon the MOTION of Commissioner O .ANnrg SECONDED by Commissioner KENNETT , the Findings were adopted by the following vote on January 25. 1978 AYES: Commissioners - OLANDER, KENNETT, BEST, MEAKIN, BUROW, WRIGHT, YOUNG NOES: Commissioners - NONE ABSENT: Commissioners - NONE Anthony A. Dehaesus ABSTAIN: . Commissioners - NONE . Director of Planning APPLICANT: Charles D. James, l ,� lam' 855 Povda Rd. , Danville, CA 94526 i t' 4 �`►r,` OWNER: Same ATTEST: ` _ ._Harvey E.! Bragdon') APPLICATION N0. 1774-R2 _ Assistant,Director: - ►Cu nning ASSESSOR'S � ►�1 NO. 208-190-06 hSicrofit;ned with board order RESOLUTION NO. 7-1978 (SR) RESOLUTION OF THE SAN RAMON VALLEY AREA PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY A. D. AND D. D. COBO (APPLICANTS AND OWNERS) - PLANNING COM►lISSION INITIATED STUDY (1774-RZ)• , IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE DANVILLE AREA OF SAID COUNTY. WHEREAS, a request by A. D. AND D. D. COBO (Applicants and Owners) - and requested PLANNING COMMISSION INITIATED STUDY (1774-RZ), to rezone land in the Danville area from General Agriculture District (A-2) to Multiple Family District (M-4), was received by the Planning Department Office on December 26, 1972; and WHEREAS, an Environmental Impact Report was prepared by the Planning Staff, presented at said public hearing, considered by the Planning Commission during its deliberations and was found to be unnessary; and WHEREAS, a Negative Declaration of Environmental Significance was posted on December 29, 1977; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Contra Costa County Planning Commission on Tuesday, July 10, 1973 at which time Planning Commission continued application several times and on July 29, 1975, Planning Commission posponed indefinitely in order for completion of General Plan review; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the San Ramon Valley Area Planning Commission on Wednesday, January 11, 1978; and NOW, THEREFORE, BE IT RESOLVED that the San Ramon Valley Area Planning Commission recommends to the Board of Supervisors of the County of Contra Costa State of California, that the rezoning request of A. D. AND D. D. COBO (Applicants and Owners) - PLANNING COMMISSION INITIATED STUDY (1774-RZ) , be APPROVED for change from General Agricultural (A-2) to Multiple Family Residential (M-4), and that this zoning change be made as is indicated on 0 X5i9 Microfilmed 4v7;h boap I RESOLUTION NO. 7-1978 (SR) the findings nap entitled: A Portion of the Districts Map of Danville, Contra Costa County, California, Insert Map No. 20 and Mt. Diablo Division, Sector 7, Contra Costa County, California. BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposed rezoning is in conformance with the General Plan. (2) Is consistent with the pattern of development of surrounding areas. BE IT FURTHER RESOLVED that the Chairman a::d Secretary of this San Ramon Valley Area Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Planning Laws of the State of California. The instruction by the San Ramon Valley Area Planning Commission to prepare this resoultuon was given by motion of the San Ramon Valley Area Planning Commission on Wednesday, January 11, 1978, by the following vote: AYES: Commissioners - MEAgIN, OLANDER, BEST, BUROW, YOUNG. NOES: Commissioners - NONE. ABSENT: Commissioners - WRIGHT, KENNETT. ABSTAIN: Commissioners - NONE. I, Andrew H. Young, Chairman of the San Ramon Valley Area Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Wednesday, January 25, 1978, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Olonder, Kennett, Best, Meakin, Burow, Wright, Young. NOES: Commissioners - None. ABSENT: Commissioners - None. ABSTAIN: Commissioners - None. -2- 004 Micros:+mad wiwi board order RESOLUTION NO. 7-1978 (SR) Chairman of the San Raskn ValUy Area Planning Commission of the County of Co ra Costa, State of California ATTEST: Secreta a San Wn alleyAr Piarming Cion fhe CourContra �osta, State o alifo a / -3- f i1 :� til LrE i / ./ ,• T-;� t i.• \ , -20.. !' •4 O i. 1" ! 800' 10-1 r`•' 4''? ire'`;'. ! "~% J /.,�• '� �....r ' 1 t R-B�' V! 'I vp ' :' kA- 03 17 1/f1-/•/�� Rezone _ Frorn Lv Chairman of the San Ramon Valley Area Planning Commission, State of California, do hereby certify that this is a true and correct copy of A AoRT1og or- TME iw%xwtr_-M lyAQ OF DAMV I t--t_Er QQNTRA CnSTA =LipwiTY-•�__ CALIF FWIA_ INSEWr MAP MO. ZO AND MY, I%IAR,X% 1.NtV IS tart S 7. Indicating thereon the decision of the San Ramon Valley Area Planning Commission in the matter of PLANNING CQMIM1SSIQf4 17?4—RZ Chairman of the San mon N11ex Area " Planning Commission, tate of\fifornia ATTE Secy tare of th an Ramon ile; Area �—. PIP, ing Con fission, State of California '����tj,�inja 1 -82 •� CONTRA COSTA COUNTY !'LANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report XXX-,Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2031 Phone EIR Contact Person Kr'stin Mlsnn Contact Person PROJECT DESCRIPTION: A. D. AND D. D. COBO (Applicants and Owners) - PLANNING COMMISSION INITIATED STUDY, County File 01774-RZ: A request and study to rezone lands from General Agricultural District (A-2) to Multiple Family District (M-4). Subject lands are within the boundaries of the following maps of Ordinance W. 382: A Portion of the Districts Map for Danville, Insert Map No. 20 and Mt. Diablo Division Sector 7, Contra Costa County, California, Subject property is described as follows: Approximately .44 acre located at the southeast corner of Podva Road, directly opposite Ocho Rios Drive, and an area expanded by the County Planning Commission as follows: approximately 9.1 acres located between Podva Road, Podva Lane and San Ramon Valley Boulevard, all in the Danville area. (CT 3452) It is determined from initial study by Kristin Ohlsnn of the xPlanning Department that this project does not have a significant effect on the environment. ® Justification for negative declaration is attached. f---I The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine $ Escobar Streets • Martinez, California DaCePosed -�tcxt '�29I°.�F1� Final date for review/appealdrw- 1Q 1Z)10 By �M.' Planning Depar m t Representative hlicroti:msd with board ogler �383 APQ 1/74 ' The Project Will Not Have A Significant Effect On The Environment Subject application was originally submitted in 1973 as a request to rezone appproximately 0.4 acres from A-2 to R-7. The area of consideration was expanded by the Planning Commisssion to include an additional 9 acres and to consider R-10 zoning. An EIR was-prepared for this project on the basis of possible General Plan conflicts, but was never certified. Hearings on the project were continued several times pending resolution of a General Plan review for the area. The project then became moribund and processing suspended. The application has now been resubmitted in a completely new form requesting M-4 zoning. M-4 zoning complies with current General Plan and other county development policies for the area and the project should no result in adverse environmental effects. t ; "�,;:►:� with bc=J ordw In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 2L In the MWIa of Report of the San Ramon Valley Area Planning Commission on the Request of G. M. Development Company, Applicant, and J. M. and A. V. Mott, Owners, (1881-RZ) to Rezone Land in the Danville Area. The Director of Planning having notified this Board that the San Ramon Valley Area Planning Commission recommends approval of the request of G. M. Development Company, applicant and J. M, and A. V. Mott, o%fners, (1881-RZ) to rezone approximately 1.9 acres located approximately 330 feet on the south side of Podva Road and approximately 210 feet on the gest side of San Ramon Valley Boulevard, Danville area, from General Agricultural District (A-2) to Multiple Family District (M-a) ; IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, March 14, 1978 at 11:00 a.m. in the Board Chambers, Room 107, County Administration Building, Pine and Escobar Streets, Martinez, California, and that pursuant to code requirements, . the Clerk publish notice of same in THE VALLEY PIONEER. PASSED by the Board on February 7, 1978. 1 hereby certify thae tl+e fonnP inm k a true and cored copy of as order mrd on 11+a wjw.Ns of said Board of Supervisors on the dale ohwem i& 1A/�fness my hand and dw Seal of the Board of cc: G. M. Development Co. Supervisors J. M. & A. V. Mott ofSxed tha7th day of February 19 78 List of Names Provided by Planning J. R. OLSSON, Clerk Director of Planning By -✓� , D" clerk Jamie L. Johnson H-244n715m f rt� atc 1 'A P1, 'C E ? T T-R E. �j. CONTRA COSTA COUNTY F E? 1 1 PLANNING DEPARTMENT C h, r•. 7. TO: Board of Supervisors DATE: February 1, 1978 Attn: Clerk of the oard FROM: Anthony A. Dehaesus, SUBJECT: REZONING: G & M Development/ Director of Plannin John M. & Ann V. Mott (1881-RZ 1.9 acres, A-2 to M-4 Danville Area) l Attached is San Ramon Valley Area Planning Commission Resolution No. 6-1978, adopted by the San Ramon Valley Area Planning Commission on Wednesday, January 25, 1978, by a vote of 7 AYES. This application was reviewed by the San Ramon Valley Area Planning Commission on Wednesday, January 11, 1978, and was approved for change from General Agricultural (A-2) to Multiple Family District (M-4), by a vote of 5 AYES - 2 ABSENT (Wright, Kennett).. The applicant requests to rezone approximately 1.9 acres from General Agricultural District (A-2) to Multiple Family District (M-4). Subject property fronts approximately 330' on the south side of Podva Road and approximately 210' on the west side of San Ramon Valley Boulevard, in the Danville area. The following people should be notified of your Board's hearing date and time: John M. Mott $ Ann V. Mott Harvey E. Bragdon 5820 Chestnut Avenue 4 Barrie Way Orangevale, California 95662 Mill Valley, California 94941 G 6 M Development Co. Jean Levy 600 San Ramon Valley Blvd. 621 Sheri Lane Danville, California 94526 Danville, California 94526 Floyd Munson W. C. Black Jr. - 867 Podva Road 22 Adair Court Danville, California 94526 Danville, CA 94526 Paul Forman G. H. Kissin 989 San Ramon Valley Blvd. 215 Loch Lomond Way Danville, California 94526 Danville, California 94526 Charles D. James Stanley Lord 855 Podva Road 79 Mariposa Ct. Danville, California 94526 Danville, California 94526 (See attached list for additional names and AAD:mb addresses) attachments: Resolutions, Staff Reports, Negative Declaration, Area Maps, Minutes. cc: File 1881-RZ Supervisors, District I, II, III, IV, V. Microfilmed with board order SAN RAMON VALLEY AREA PLANNING COMMISSION CONTRA COSTA COUNTY, CALIFORNIA G. M. DEVELOPMENT COMPANY (Applicant) - J. M. AND A. V. MOTT (Owners), County File 01881-RZ: The applicant requests approval to rezone lands from General Agriculture District (A-2) to Multiple Family District (M-4). Subject lands are within the boundaries of the following maps of Ordinance No. 382: A Portion of the Districts Map of Danville, Insert Map No. 20 and Mt. Diablo Division Sector 7, Contra Costa County California. Subject property is described as follows: Approximately 1.9 acres fronting 330 feet on the south side of Podva Road at its intersection with San Ramon Valley Boulevard, in the Danville area. (CT 3452) On January 11, 1978 having been fixed as the time for hearing on this item, the meeting was declared open by the Chairman. Staff presented the staff report, described the project and explained the location. Staff recommended approval. A Negative Declaration was filed; EIR not required. The following persons appeared to represent and in favor of the application and in opposition: RAY P. MATHEWS, G.M. Development Company, appeared. There were no objectors present. It was found that the M-4 zoning is consistent with the General Plan and.would be compatible with uses to the north and south. Upon the MOTION of Commissioner MEAKIN, SECONDED by Commissioner OLANDER, the zoning change from General Agricultural District (A-2) to Multiple Family District (M-4) was recommended for approval by the following vote on January 11, 1978. AYES: Commissioners - MEAKIN, OLANDER, BEST, MMOW, YOUNG NOES: Commissioners - NONE ABSENT: Commissioners - WRIGHT, KENNETT ABSTAIN: Commissioners - NONE JANUARY 25, 1978 Findings were submitted for adoption. 7. Upon the MOTION of Commissioner OLANDER , SECONDED by Commissioner KENNETT the Findings were adopted by the following vote on January 25, 1978 AYES: Commissioners - OLANDER, KENNETT, BEST, MEAKIN, BUROW, WRIGHT, YOUNG NOES: Commissioners - NONE ABSENT: Commissioners - NONE Anthony A. Dehaesus ABSTAIN: Commissioners - NONE Director of Planning APPLICANT: G & M Development Company, f Box 415, Danville, CA 94526 OWNER: John M. & Ann V. Mott, ATTEST: l ;�• 5820 Chestnut Ave. , Orangevale, CA 95662 ' Harvey E.`•Bragdon _ APPLICATION NO. 1881-RZ AssistPnt Director - Cu enjL Plannin ASSESSOR'S r 7 L NO. 208-190-014 h'1'�9�i1 with F- RESOLUTION NO. 6-1978 (SR) RESOLUTION OF THE SAN RAMON VALLEY AREA PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY G. M. DEVELOPMENT COMPANY (APPLICANT) J. M. AND A. V. MOTT (OWNERS) (1881-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE DANVILLE AREA OF SAID COUNTY. WHEREAS, a request by G. M. DEVELOPMENT COMPANY (Applicant) and J. M. AND A. V. MOTT (Owners) (1881-RZ), to rezone land in the Danville area from General Agriculture District (A-2) to Multiple Family District (M-4), was received by the Planning Department Office on December 28, 1973; and WHEREAS, an Environmental Impact Report was prepared by the Planning Staff, presented at said public hearing, considered by the Planning Commission during its deliberations and was found to be unnecessary; and WHEREAS, a Negative Declaration of Environmental Significance was posted on December 30, 1977; and WHEREAS, after notice thereof was lawfully given, a public .hearing was held by the Contra Costa County Planning Commission on Tuesday, October 15, 1974, December 17, 1974, March 18, 1975, March 25, 1975 and on July 29, 1975; and application was posponed indefinitely for completion of General Plan review; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the San Ramon Valley Area Planning Commission on Wednesday, January 11, 1978 ; and NOW, THEREFORE, BE IT RESOLVED that the San Ramon Valley Area Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, .State of California, that the rezoning request of G.—M.._DEYELOPMENT COMPANY (Applicant) J.M. AND A. V. MOTT (Owners) (1881-RZ), be APPROVED for change from General Agricultural (A-2) to Multiple Family Residential (M-4) , and that this zoning change be made as is indicated on the findings map entitled: A Portion of the Districts Map of Danville, Contra Costa County, California, Insert Map. No. 20 and Mt. Diablo Sector 7, Contra Costa County, California. titicrofilmed with board order r. . RESOLUTION NO. 6-1978 (SR) BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposed rezoning is in conformance with the General Plan. • (2) Is consistent with the pattern of development of surrounding areas. BE IT FURTHER RESOLVED that the Chairman of the San Ramon Valley Area Planning Commission and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Commission to prepare this resolution was given by motion of the Planning Commission on Wednesday, January 11, 1978, by the following vote: AYES: Commissioners - AEAKIN, OLANDER, BEST, BUROW, YOUNG. NOES: Commissioners - NONE. ABSENT: Commissioners - WRIGHT, KENNETT. ABSTAIN: Commissioners - NONE. I, Andrew H. Young, Chairman of the San Ramon Valley Area Planning Commission of the County of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Wednesday, January 25, 1978, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners- Olonder, Kennett, Best, Meakin, Burow, Wright, Young. NOES: Commissioners - None. ABSENT: Commissioners - None. ABSTAIN: Commissioners - None. -2- ocref'mned with board 01 �' 88 RESOLUTION NO. 6-1978 (SR) tel . Chairman of the San Vdiley Area Planning Co=ission of the Countjk of Contra Costa, State of California ATTEST: Secretary of t S Ramon Valley Are P1 ing Commissiun the County of Contra Cost State of Calion is 1 t4cfosi,rna;j wit' board order, Y,�-;sg -3- -20 R BI 1" ` 8001 / ',: j r' .';� ` . i ,�i�' �.: sty,l , .l-�. �,`7 / / ' f� .:a•••y r R_g, zo /R ,x;-15 j /� / /^ M �A-2; IR- - r A-2 ;rte �R-151� ci I Om To � '/',rr• /(/4/% ��' �r•11. / /.!/, / r ` .', ' '\,``• \ '\� •/rte / 7/7 f, AMOREW N.YOUNG , Chairman of the San Ramon Valley Area Planning Commission, State of California, do hereby certify that this is a true and correct copq of A ro TioN of THE D►sTR1GTs MAP OF: 'DAMVtLt_E Gncs%t ILwATY C&61 POR NIA 1 N5 iLT MAP NO.ZO AND MT DtAR,LO mtytstotJ Sac"['aDft 7. Indicating thereon the decision of the San Ramon Valley Area Planning Commission in the matter of G & M MEVEA�QP 5FENL= QQ. ig81--RZ Chairman of th San Amon Valley Area Planning Commi 'on, State of California ' r ATTES / s-OCrrJ . I ary of the Sdr, Ramon Vey Arca CC// Plan ng Co►amission, State of California Findings N1a�� of)v9() CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report ®Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2031 Phone EIR Contact Person Kristin Ohlson Contact Person PROJECT DESCRIPTION: G. M. DEVELOPMENT COMPANY (Applicant) J. M. AND A. V. MOTT (Owners), County File - e applicant request approval to rezone lands from General Agriculture District (A-2) to Multiple Family District (M-4) . Subject lands are within the boundaries of the following maps of Ordinance No. 382: A Portion of the Districts Map of Danville Insert Map No. 20 and Mt. Diablo Dviision Sector 7, Contra Costa County California. Subject property is described as follows: Approximately 1.9 acres fronting 330 feet on the south side of Podva Road at its inter- section with San Ramon Valley Boulevard, in the Danville area. (CT 3452) It is determined from initial study by Kristin Ohlson of the XXXX Planning Department that this project does not have a significant effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine & Escobar Streets Martinez, California Date Pos 'd Final date for review/appeal 10 1516 -By Planning Depart en Representative AP9 1/74 Microfilmed with board order 'Clic liroject Will Not Have A Significant Effect On 'Cite Environment Subject application was originally submitted in 1973 to rezone the site to Limited Office District (0-1) . - An Environmental Impact Report was prepared for this project but was never certified. Hearings on the project were continued several times pending resolution of a General Plan review for the area. In 1975, the application was continued indefinitely. It has now been revived in a new form requesting MA zoning . MA zoning is consistent with the recently adopted General Plan and should not result in adverse environmental impact. Microfilmed with board order 0959. 2 In the Board of Supervisors of Contra Costa County, State of California February 7 , 197$___ In the Motoer of Authorizing Acceptance of Instrument IT IS BY THE BOARD ORDERED that the following instrument is accepted: -INSTRUMENT DATE GRANTOR REFERENCE Grant Deed 12-7-77 Robert Hansen et a1 Sub MS 215-77 PASSED BY THE BOARD on February 7, 1978. 1 hereby certify that the foregoing is a true and correct copy of an oder w owed on the rninules of said board of Supervisors an the date aforesaid. Witness my hand and the Seal of the board of Supervisors affixed this7th day of February 1978 Originating Department: Public Works Land Detrelopmen"ivision J. R. OLSSa1N, Clerk cc: Recorder (via P.W. ) B %� �Cs� b�LL! De" Clerk Public Works Director — Patricia A. Bell Director of Planning Bob Davis (via P/W) H - 24 3J:6 15m In the Board of Supervisors of Contra Costa County, State of California February 7, 01978 in the Math" 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 Roy A. Ramacciotti, for Roadway Purposes 1/6/78 et al SUB. MS 146-77 2. Offer of Dedication Charles L. Dallas, for Roadway Purposes 1/26/78 et al SUB. MS 190-77 3. Offer of Dedication George Ferreira, for Roadway Purposes 1/23/78 et al SUB. MS .253-77 4. Offer of Dedication George Ferreira, for Drainage Purposes 1/23/78 et al SUB. MS 253-77 5. Offer of Dedication Vernon J. Thomas, for Roadway Purposes . 10/15/77 et al SUB. MS 107-76 PASSED by the Board on February 7, 1978 1 Imeby certify that the foregoing is o_tm and coned copy of an order eked on the mkWes of said Board of Supervisors on the dole aforesaid. Witness my hand and the Seal of dw Board of Super�►isors affixed this 7th day of February 19 78 J. R. OLSSON. Clerk g -yo t 1� p t S Depuly Cierk Originating Department: Public Works Land Development Division cc: Recorder (via P.W. ) Public Works Director K-2a 3;,6 iDirector of Planning MY5,94 i In the Board of Supervisors of Contra Costa County, State of California February 7, 19 L8_ In the Matter of Authorizing Acceptance of Instruments IT IS BY THE BOARD ORDERED that the following Instruments are ACCEPTED: INSTRUMENT DATE GRANTOR REFERENCE 1. Relinquishment of Roy A. Ramacciotti, Abutter's Rights 1/6/78 et al SUB. MS 146-77 2. Consent to Offer of Dedication and Offer to Consent to Dedication of Public Ida Simoni, Roads 1/27/78 et al SUB. MS 146-77 3. - Consent to Offer of Dedication of Public Roads and Subordination George Ferreira, of Easement Rights 1/23/78 et al SUB.- MS 253-77 4. Consent to Offer of Dedication and offer to Consent to Central Contra Dedication of Public Costa Sanitary Roads 12/15/77 District Subdivision 5189 5. Grant Deed 1/30/78 Dennis F. Snyder, et al SUB MS 240-77 6. Grant Deed 1/30/78 E'Yvonne Williams SUB MS 240-77 PASSED BY THE BOARD on February 7, 1978 I hereby certify that the forepoh- k o true and carred dopy of as order an the of said Board of Supervisors on the date aforesaid. Witness any hand and the Sed of the Board of Supervisors affixed this 7th day of February 19 78 J. R. OLSSON, Clerk B < C O'S� Clerk Originating Department: Public Works Patricia A. Bell �� Land Development Division cc: Recorder (via P.W. ) Public Works Director H-24 3i",6 1DIrector of Planning �- r- 7 ♦J.y. .1� r$ by J L V L 4 M. .l., %F r„ _ / on- 'MM .ME -70CLAIMOZ Cly Against the County, ) The copy o f .tJdA went � ,to you is yours Routing Endorsements, and ) notice of .the action taken on your of Um by .the Board Action. (All Section ) SoaAd of SupexvcdojtA (Paaagaaph III, below), references are to California ) given pwuumt to GoveAm ax Code Sectione 911.8, Government Code.) ) 913, 5 913.4. Mime note tht "awAxiag" below. Claimant: Claim Administrators and Adjusters, Biller-Smith Associates, Inc. 1845 South Elena Avenue--Yost Office Box 7000-67, Redondo Beach, CA Reference: Assured--Rick Perry and Sons Trucking 90277 Address: !mount: $5,083.75 Date Received: January 3, 1978 by delivery to Clerk on By sail, postmarked on gender 30. 1977 ,J I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-soted Cla' Application to File Late Claim. DATED: Jan. 4, 1978 J. R. OLSSON, Clerk, By Depaty atric a Be H. FROM: County Counsel . 70: Clerk o of Supervisors X (Cbeck one only) This Claim complies substantially-with Sections 910 and 910.2. [ ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for IS -days (Section 910.8). { ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) .The mrd should deny this Application to File a La laic 911..6): DATED: �- '�� JOHN B. CLAUSEN, County Counsel, BY Deputy Ill. MOM ORDER By unanimous vokg qQ upervisors present (Check one only) JAN 4 - 1197E : ( x ) This Claim is rejected in full. Comm cc;w ( ) This Application to File Late ClaiJMVQesaed (Section 911.6) I certify that this is a true and correct copy of the Boar& Order entered in its minutes for this date. DATED: Feb. 7, 1978 J. R. OLSSON, Clerk, b Deputy Patricia A. Bell WARNING TO CLAMANT Goverlaent age Sections 911.8 & 9132 you have onty 6 monXM J40M XAC WAaAM9 0J ZVA RoUee & jWiMn w h,1 A .to Jae a eourtt action on tkiA xeleeted Claim We Govt. Code See. 945.6) at 6 uontU jtam the de+t.W of Vowt AppUcaxion to File a tate Cfatisr wt.Lhin which to petition a count Jon xeUej jam Section 945.4'.6 cUip-Ging deadline (dee Section 946.6) . You may seek Wte advice of any atWAney of youh dwice .in connection *VA WA ra=m Is ou WS& to eotuatt an axtohn YOU ehould do so �ediat . IV. FROM: Clerk of the Board TO: County Counsel, County Administrator, 6 (3) Public Works, Business 6 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by sailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703.. DATED: Feb. 81 1978 J. R. OLSSON, Clerk, By 4r� (OF l Deputy Patricia A. Bell V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Feb. 8, 1978 County Counsel, By County Administrator, By Public Works, By 8.1 Sys Rev. 3/77 s - L!JAL ED CLAIM ADMINISTRATORS AND ADJUSTERSBiller-Smith associates, Inc. N 3 ��:;81845 SOUTH ELENA AVENUE . POST OFFICE @OX 700467 , R, O;S� (213)5445100 REDONDO @EACH.CALIFORNIA 90277 ARD of SUPERVISORSTNks 698223T U1 CO. December 30, 1977 Clerk Board of Supervisors County of Contra Costa Administration Bldg Martinez, Calif 94553 RE: ASSURED: Rick Perry & Sons Trucking DATE OF IHSS: 9-19-77 POLICY NUMBER: CN14132FS OUR FILE NUMBER: CB2407 We are the claim administrators for Century National Insurance Company %Cal Surance Associates. Our investigation into the above accident discloses that the county of Contra Costa is the responsible party in as such as the loss occured at the intersection of Walnut Blvd and Balfour Rd on the above date, where as, a county vehicle, being operated by Leroy West for the purpose of installing "four way stop signs" at the mentioned intersection was parked and obstructing view of the recently installed "stop" sign for traffic on the N/W corner of this intersection. In addition to this obstruction there were no prior signs indicating a "stop sign" ahead, nor was the pavement properly marked, indicating same. Damages as a result of this loss are $10,183.75, less net salvage value of $5,100.00 for a less in the amount of $5,083.75. This figure includes our assured's 1500.00 deductible. In addition to this amount, our insured may have suffered loss of use, and down time. You are hereby advised that the above named Insured has no authority to give you a release for the amount which the Insurance Company paid on behalf of it's Insured. Please contact us at once, or have your liability Insurance represent- ative contact us so this matter can be concluded without delay. Thank you. _ Very,Truly Yours, aen Totts Biller-Smith Associates, Inc. Microfilmed with board order . . r.. •.. r wJ V. t+4ci l..r L bW S.M 064 w1 Ili , U �Ulz...J 1J l ! a iix i / iv,:xon 2/7/78 )r NOTE TO CLAIMANT Clair Against the County, ) The copy o j th_cL6 documejit matted to you •W yow-L Rout_rg. Endorsements, and ) notice o5 the ucti.on taken an yowt cZaim by Vie Board action. (All Section ) Soatd oS Supe%v.i.sor,,s (PaAag.2 h 111, below) , references are to California ) given pu sua+zt to Govetrment Code Secti.on.6 911.8, Government Code.) ) 913, 5 915.4. Pteaa a nose .the "u'ann ing" b e toco. Claimant: Michael and Terri-Eason, 33 Inlet Drive, Pittsburg, CA_ 94565 Attorney: Address: Amount: $250.00 Hand Delivered Date Received: January 4, 1978 to Clerk on via Public Works By mail, postmarked on 1/I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application took File Late Claim. DATED: 1/4/7 8 J. R. OLSSOII, Clerk, By [I I 1 n /I , ���.�Cy , Deputy II. FROM:. County Counsel TO: Clerk of the Board of Supervisors ( � (Check one only) This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for IS days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2) . { ) The Board should deny this Application to File a e .(Section 11.6) . DATED: (- 5`2 1S jow B. CLAUSEN, County Counsel, By Deputy III. BOARD ORDER By unanimous vote ofSupervisors present j (Check one only) (xx) This Claim is rejected in full. JAN 4 - �g ( ) This Application to File Late Claim .` IX ui,F. (Section 911.6) . I certify that this is a true and correct copy of the BoardB Order entered in its minutes for this date. DATED: Feb. 7, 1978 J. R. OLSSON, Clerk, by A. Deputy Patricia A. M11 WARNING TO CLAIMAYr IRRernment Code Sections You have onZy 6 mo e od 7M notice to youIi-G-Mcn which to We a coutrt action on #hid rejected Ctaim We Govt. Code Sec. 945.61 o-t 6 mon;ltd 54om the deniat os yom Application to Fite a Late Claim w4thin which to on a eowit Son uUe6 Snow Section 945.41.6 eCaim-Shing deadline (dee Section 946.6) . You ,nay Beek ;lee advice o5 any afitoaney o6 youn choice in connection wZ& this mat'.en. U you want to conau.Ptt an atto4neo, you bhoutd do .6o i medi.atet . Ill. FROM: Clerk of the Board TO: 1County Counsel, 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 has been filed and endorsed on the Board's copy of this Claim in accordance with Section 297 J � DATED: Feb. 8, 1978 J. R. OLSSON, Clerk, Deputy Patricia A. Be V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Feb. 8, 1978 County Counsel, By County Administrator, By Public Works, By 8.1 "0 x.'18 Rev. 3/77 r 1ENDORSED U TL. TO: Co� ra Costa County D JAN 4 1976 Department of Public Worksfof fL E Martinez, Calirnia D PUBLIC WORKS DEPARTMENT JAN y i37a as J. R. CLY�V CLAIM AGAINST COUNTY OF CONTRA COSTA CLERK eo�ac �„ avj_ (Government Code, Sec. 910) '? �,+ ► comas A c . I � _. Date: Gentlemen: The undersigned hereby presents the following claim Against the County of Contra Costa: 1. Date of accident or occurrence: err, 2. Name and address of claimant:/�;GN�£c_Q•� T '� f,.g.Sc�sJ RIt:D4t�'G CA 1�Fir �►� ! 1 ) OT4r 3. Description and place of the accident or occurrence: CoRRttL tF Pcic� SZjcN- AnD �-nle-fi A55nAI f t�bvK ��:R 'Dt'C1 C„ .�,��t L.;c W*$0% ruv &;5elf ire r+i� 1ockec her, ••Q Pt M-hr't e 2 9n p s Ih,& r✓AS Idiie n Qd'. 1'�t . Je At tke& po�:c� 1D S�Zy �:...St ro Sc?tfe h &t' My d � r°In0 -9ji4E4 MF IhC CUP ACDLAao -s � .tcc• 4. Names of Count• employees involved and type, make and number of equipment if known: - /r<'enrK,/ ��"s u-�- /f7o,�rr✓�2 G'�vTf,� 5. Describe the kind and value of damaqe and attach estimates: k/ill o ; <2 ( 1A0k -7 OLA4 &/4 L`J "nk ure Miuofilmed with you rd ordw BOARD OF SUPERVISORS OF CO%?RA COSTA CMWff, CALIFORNIA Board Action AMENDE NOTE 'TO CLAIMANT 2/7/78 Claim Against the County, ) The copy o f .:h,i,d document maUR to you .ia youA Routing Endorsements, and ) notice o5 the action takc►z on your cta m by the Board Action. (All Section ) Boaad o6 Supav"ou (Pa=gtaph 111, Wow), references are to California ) given pauuant to Gove&tvent Code Sections 911.8, Government Code.) ) 9131, € 913.4. Ptea6e note the "muAni.ng" Wow. Claimant: Samuel Peggy Nahinsky, .2072 Risdon Road, Concord, CA 94518 Attorney: Eugene N. Rosenberg Address: 1701 Franklin at California, San Francisco, Ca. 94109 Amount: $125,000.00 Date Received: January 3, 1978 By delivery to Clerk on By mail, postmarked on December 30, 1977 ✓I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted la' r Application to File Late Claim. 3, 1978 J. R. OLSSON, Clerk, B +� DATED; Jan. , Deputy Patricia A. Bell FROM: County Counsel 70: Clerk of the Board of Supervisors (Check one only) This Claim complies substantially--with Sections 910 and 910.2. ( ) This Claim FAILS to comply substamtially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late Clam ecti 1.6). DATED JOE:N B. CLAUSEN, County Counsel, Bye\ _ . Deputy Ill. BOARD ORDER By unanimous vote of Supervisors present (Check one only) ( x );ThisAClaim is rejected in full. QFre�t�.,l JAN _ ( •) This Application to File Late Claim is denied (Section 911.6). X978 I certify that this is a true and correct copy of the Boards Order ly4�M�leCO u, a -its minutes for this date. DATED: Feb. 7, 1978 J. R. OLSSON, Clerk, b L u , Deputy a 1cla ell WARNING TO CLADIANT Government Code Sections 911.8 913 you have o y 6 M0nXM J400 tAe MUZ4R9 0J ZaA no a to you . which to We a eouat action on thio iteJecte CCaiau (4ee Govt. Code Sec. 945.61 at 6 wonth6 atom the denim( o f you& Appeceation to Fite a Late Claim within which to peCi tion a eouAt {at eel iej iaow Section 945.414 a la in-Jiting deadline (nee Section 946.61. you way 6 eek the aduice o f any attmney o f you& choice in connezVon with thi6 uatte)t. 1J you want to con6utt an attmney, you 6houtd do bo .iumediateL . IV. FROM: Clerk of the Board TO: 1 County Counsel, County Administrator, € (3) Public Works, Business 6 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by sailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 297g3� DATED: Feb. 8, 1978 J. R. OLSSON, Clerk, B �'- ) yam, p Deputy _ Patricia A. Bell V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk o the Board (3) Public Works of Supervisors Received copies of this Clain or Application and Board Order. DATED: Feb. 8, 1978 County Counsel, By County Administrator, By Public Works, By 8.1 Rev. 3/77 �� � 3 Eurra= N. Roisxszaa /►STDRMs7 AT LAW 17cl V10"aun AT CAurCAML ARL►CODs elf Ts3ssWaMs Ra•-affa SAN M"C3RCo, CA3.3r0NW A MIOR December 30, 1977 Clerk, Board of Supervisors F I L E Contra Costa County Martinez, California 94553 Attn: Ms. Geraldine Russell, .IAN 3 1097a Chief Clerk J. t Z0F; 5UPEr45=_ CIFW 9oAacContra Costa County Board of TO. Education 75 Santa Barbara Road Pleasant Hill, California 94523 Attn: Office of the Superintendent Re: Claim of Peggy and Samuel Nahinsky/ Supplemental Information Ladies & Gentlemen: Reference is made to the claim dated December 22, 1977 previously filed herein and to Mr. Dan G. Ryan's letter to me dated December 28, 1977. The following supplemental information is provided: 1. Plaintiffs'names are Peggy and Samuel Nahinsky. They reside at 2072 Risdon Road, Concord, California 94518. 2. The name of the public employee is Doloris Fern Rippee, driver of the bus involved in the accident. 3. Doloris Fern Rippee was acting in the course and scope of her employment with the County at the time of the accident and it was her negligence that caused the accident. Sincerely, Lell- EUGENE N. E*VV404� ENR/rj 6;r cc: John B. Clausen, County Counsel Attn: Dan G. Ryan Microfilmed with board order • BOARD OF Si1PER1�TSORS OF CO%, TRA COSTA COUNT TY, CALIFORNIA Board Action ' 2/7/78 A MENDED NOTE TO CLAI'iNT t1:e County, ) The copy cS this document rra,c,2ed to you .is ycun Routing Endorsements, and ) notice oS Vie action .toren on you% r- zur. by .the Board action. (all Section ) Seatd cS Supetvizor„s (Patagtaph ITT, 5eZowl , references are to California ) given pur,.euant to Govet mentt Code Sections 911.1, Gcverr.,ment Code.) ) 913, S 915.4. P.tea4e note the "WaAaing" betow. Claimant: Gerald W. Roberts, 6539 Kensington, Richmond, CA 94805 _ Attorney: Gorelick and Gorelick Address: 145 Park Place, Point Richmond, CA 94801 Amount: $50,000.00 Date Received: December 30, 1977 By delivery to Clerk on By mail, postmarked onDecember 29, 1911 v'I �� ' FROM: Clerk of the Board of Supervisors TO: County Counsel �'G �O Attached is a copy of the above-noted Claim—or—Application to File Late Claim. © DA12/30/77 J. R. OLSSON, Clerk, B s , Deputy Patricia A. Be II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) (V/) This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late im (Seen 911.6) . DATED: '- 3- JOEL'�i B. CLAUSEN, County Counsel, By C5" Deputy II_I. BOAM ORDER By unanimous vote of Supervisors present (Check one only) ( x ) ThisACl�um�i s 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 Boardt Order entered in its minutes for this date. -DATED: Feb. 7, 1978 J. R. OLSSON, Clerk, b s & Deputy Fatz-1cla.- it• Bel I WRING TO CLA Government Code Sections 911.8 U:NT ec . 91 You have onty 6 ZRM dum the muZ4ng o6 VVA notice to you wttuA which to Jae a court action on xhi.a aejected Claim (4ee Govt. Code Sec. 945.6) oa 6 months J,%om the denial of yours Application to Fite a Late Clain within ah ieh to petition a count Joxt aet i.ej 6itom Section 945.4'4 a eaim-Ling deadline (see Section 946.6) . You may deet the advice o f any attorney oS yours choice .in connection w4A this matteft. 14 you want to eon6u t an attoaney, uou 4hould do eo imnediatet . IV. FROM: Clerk of the Board T0: 1 County Counsel, (2) County Administrator, & (3) Public Works, Business h Services Division Attached are copies of the above Clain or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claire in accordance with Section2970 DATED: Feb. 8, 1978 J. R. OLSSON, Clerk, By } k0 k Deputy Patricia Bell V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Feb. 8, 1978 County Counsel, By County Administrator, By Public Works, By 8.1 - G 1ILED JEFF GORELICR F GORELICK AND GORELICK 2 145 Park Place ��� 1y77 Pt. Richmond, Ca. 94801 3 515-236-0755 J. ° olaac eoAao a; SUP wvravlsoRs i COSTA 4 Attorneys for Claimant 5 6 7 8 BOARD OF SUPERVISORS, COUNTY OF CONTRA COSTA 9 10 GERALD ROBERTS, 11 Claimant, 22 vs. AMENDMENT TO CLAIM FOR DAMAGES COUNTY OF CONTRA COSTA, 13 CONTRA COSTA MEDICAL SERVICES, JOHN DOES 1-X, 14 inclusive, 15 16 TO: The Clerk of the Board of Supervisors, County of Contra Costa 17 Please be informed that Claimant, GERALD ROBERTS, first 18 became aware of the facts that constituted the source of this 19 claim. on September 12,1977, when, he was informed of the 20 negligent repair of the "extensor tendon" performed by the agents 21 of the County of Contra Costa. 22 This supplemental data is provided to the Board of 23 Supervisor for the purpose of allowing them to fairly evaluate 24 this claim. 25 Dated: December 29, 1977 GORELIC ICK 26 By QQRF-LICK GORELICK AND GORELICK 0 LAWYERS 145 PARK PLACE 200 37TM STREET POW RICt'MODW.CA.94801 FACHkfOd X CA.94M 14151236-0755 Microfilmed with board order. �.JJ llL til+llUlt . `IIA Feb. 7, 1978 BOARD OF SUPERVISORS OF COMMA COSTA COMM. CALIFOR. NOTE TO CLAIMANT Claim Against the County, ) The copy o6 tW document maiZed .to you Z6 yowt Routing Endorsements, and ) no.tice o6 .the action taken on your etatm by the Board Action. (AI1 Section ) Soartd OS SupewiAou (paugnaph III, betotv}, references are to California. ) given pun6uant.to Gowument Code Section6.911.1, Government Code.) ) 913, 5 915.4. - Fleabe note the- %ak"ing" below. -' Claimang: Mrs. Wynema Custanelli, 275 1- adison Ave. , West Pittsburg, CA 94565 Attorney: Address: Amount: Undetermined Via Public Works Date Received: Jan. 4, 1978 By delivery to Clerk on jan. 4_ 1978 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: Jan. 4, 1978 J. R. OLSSON, Clerk, By -,y VJ,A V, Deputy AA Sandra Z. Nielsion II. FRON: County Counsel 70: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.1. (!�) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 1S days (Section 910•.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File aLgrCe aim 911.6). DATED: �� �O ` _JMN B. CLAUSM, County Counsel, By �-- Deputy i 4 M. BOARD MgR By tunanimcus vote of Supervisors present (Check'one only) ( x ) This Claim is rejected in full. JAN 4 - 1978 ( ) This Application to File Late Clainj"m , , (Section 911.6). . CAu f, I certify that this is a true and correct copy of the Boardh Order entered in. its minutes for this date. 2 s DATED: Feb. 7, 1978 J. R. OLSSON. Clerk, by Deputy Patricia A. . WARNING TOC vernment Code 3ections 911.8 6 91 You have onzy 6 MAXft6 atom 47te 19 o 6 ZNA no you . which to S,i•Le a count action on baA ite1 ec ted Mix (see Govt. Code See. 945.6) mt 6 months from the dewiest of your AppUzation to Etre a Late Clado wi,L'tin winch to petition a count Son aet i es �tm Section 945.4's claim-Jill" deadGine (e ee Section 946.6). You may aeek the advice os any afi o they os your ehoiee .in connection wi tfc tW wtUA. 1J you want to eonbuU an atto ney. you Ahomtd do ao .&mediate q. IV. FRO: Clerk of the Board T0: 1 County Counsel, County Administrator, b (3) Public Works, Business 6 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by Trailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this tlaim in accordance with Section 29'0/ n 1978J. R. OLSSON, Clerk, By l ,L, ! ( L i�� DATED: Feb.. 8, , Deputy Patricia A. bell V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or An and Board Order. DATED: Feb.. 8, 1978 County Counsel, By County Administrator, By Public Works, By 8.1 f Rev. 3/77 IF I LED TO: io ntra Costa County epartment of Public Works G Na• d JANJ 1978� z, California JAN 41978 OF VAMMW MWC WORKS DEPARTMENT CLAI11 AGAINST COUNTY OF CONTRA COSTA ' (Government Code, Sec. 910) Date: Gentlemen: The undersigned hereby presents the following claim against the County of Contra Costa: 1. Date of accident or occurrence: -It�ae„, / 1 577 2. Name and address of claimant: ") �3. Description and lace of the accident or occurrence. 4. Names of County employees involved, and type, make and number of equipment if nown: z _ L"w c�J�C .. �,�,,� x . Dk S. Describ ethe kind and value of damage and attach estimates: ,�bu.�,�.._ �cam, �' -�-.-z-,.� ,�.�.-...� a��-,•.-.�-�• �. ..,..,._,�L._. �a - \i r J S4bature \\ _ AAitrofilmed �.vith board order In the Board of Supervisors of Contra Costa Count)r, State of California February 7 . 19 7Q, in due Mailer of Appointment to the Citizens Advisory Committee for County Service Area R-8 Supervisor R. I. Schroder having noted that. the term of Mr. Lloyd King (representative from the unincorporated area) on the Citizens Advisory Committee for County Service Area R-8 expired on December 31, 1977; and On the recommendation of Supervisor Schroder, IT IS BY THE BOARD ORDERED that Mr. Hardy F. Miller, 216 Oak Knell Loop, Walnut Creek, California, 94596 is APPOINTED to said Committee for a two-year term ending December 31, 1979. PASSED by the Board on February 7, 1978. } 1 hereby certify that the forepoirq is a true and correct copy of an order ec-im A on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and tie Seel of the Board of cc: Mr. Miller s'pervison Public Works Director affixed this7th day of Ft-hn n ry 19---78 Service Area Coordinator County Administrator J_ R. OLSSON, Clerk Public Information Officer Citizens Advisory Committer Y Deputy Cleric via Service Area lana P . Herman Coordinator H-24 477 15m In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 ZL M the Mmlter of Authorizing the Public Works Director t Execute all Documents Necessary for the County to Obtain a Grant From the State Solid Waste Management Board to Fund a Marketing and Transportation System for Community Recycling Centers Within the C:r3••�S38g-no77 The State's Litter Control, Recycling and Resource Recovery Act of 1977, having authorized grant funds to public and private agencies from the State Solid Waste Management Board for the expansion of existing, and the creation of new, community recycling centers; and State Senator John Nejedly, Mayor pro-tem Richard Spellman of the City of E1 Cerrito, and Dr. George Hersh of the State Solid Waste Management Board staff, having appeared before the Board on January 17, 1978, suggested that this Board, as the County Solid Waste Management Agency, make an early application to the State to obtain grant monies in the amount of two hundred and fifty thousand dollars (s2SO,000) to establish a cooperative marketing and transportation system for recycling centers within the County. This action would be in conformance with tho goals of the County Solid Waste Management Plan by improving the viability of the County's com■ inity recycling centers and reducing solid waste and valuable ` resources going to landfills, and would also provide jobs; and The County Solid Waste Commission, acting as an advisory body to the Board of Supervisors, having considered the proposed cooperative marketing and transportation system at its January 25 meeting, found that the proposal is consistent with the County Solid Waste Management Plan and recommended that the Board authorize the Public Works Director to execute all documents necessary to apply for a State grant, in the amount of two hundred fifty thousand dollars • (=250,000), for the purpose of establishing a cooperative marketing and trans- portation system with the provision that they be directed to submit a recommendation to the Board on the proposed system's operation and management prior to the Board's final acceptance of any grant. IT IS BY THE BOARD ORDERED that the Public Works Director is. hereby AUTHORIZED to execute all documents necessary for the County to obtain a grant of two hundred and fifty thousand dollars (=250,000) frail the State Solid Waste Management Board to establish a cooperative marketing and transportation system to serve community recycling centers within the County; and IT IS FURTHER ORDERED that the Solid Waste Commission is hereby DIRECTED to submit a recommendation to the Board on the proposed system's operation and management prior _to the Board accepting any grant. PASSED by the Board on February 7, 1978. 1 Immeby cMify tial d» forepoiip is a true and cored copy of on order emhmrd on TIM mmkwW of said Board of Supervisors an TIM dow afoesoid. Witness my bmmd and TIM Semi of TIM Beau of ORIGINATOR: Public Works Department Environmental Control aAised this_ day of 19 CC: Public Works Director Environmental Control J. R. OLSSON, Clark Business and Services By Dopvly Clerk Auditor-Contrgller County Administrator Director, Human Resources Agency County Health Officer. In the Board of Supervisors of Contra Costa County, State of California February 7 . 19 78 In dw AUmo r of Presentation on Water Problems by Mr. T. V. Halsey. Mr. T. V. Halsey, Jersey Island, Star Route, Stockton, California 95209, appeared before the Board and presented a letter relating to water problems in the Delta and commending the Board on its position with respect to the Peripheral Canal. The Board thanked Mr. Halsey for appearing and for his interest in .the matter of water problems in the Delta, suggesting that it might be beneficial for Mr. Halsey to appear before the Contra Costa Water District and make the same presentation. This is a MATTER OF RECORD. No Board action taken. Matter of Record 1 hereby cwtify that dw !aegah is a tno and axied copy of oil► A on fha winulos of said loord of Supervisors on the date aforesaid. W* a my hand and dw Sed of dw Dowd of cc: County Administrator SUP"V soraws affixed this 7th day of February , 19 78 J. R. OLSSON, CNrk 6y Deputy Clerk A. Jose H-244/7715m T. V. HALSEY im" WaM, star ama STOC KTOK CAPON" 95M _ February 7, 1978 RECEIVJD FrB 7 1978 Contra Costa County Board of Supervi sonsa�. Oai GM ,N Administration Building cover mase as .651 Pine Street lkrtinez, Calif. 94553 Gentlemen: First, I want to thank you for permitting me to cone before you this morning to present to you our vater..probtems. I want bo commend this .board on the recent position it has taken regarding the Peripheral Canal. It would be a wonderful thing if you could convince the Contra Costa Yater District that a united stand would be a winning save. Senator Peter Behr. has given us a battle cry in his description of our neighbor to the south as a"thirsty tiger with an insatiable thirst in a paper cages His vision and determination are inspirational. California is 'bankrupt for water. The more water that is developed to the north of us the more water will be wanted for sate to the south to pay for the works, and the greater Witt be the emergPney when dry years return. The fact that we have built an expensi-e highway to wheel the water south does not give the south the right t) change our water rights laws and drain northern California dry. 'later is the answer to economic expansion in Northern California just as it is in Southern California. The more money we spend for water,works the m.)re water it vi i l take to pay for it. The San Luis Drain is a good exampte. The m-ire fresh water that is shipped south, the more drainage water will have to be shipped out with increasing cost and-shrinking power. And this P.dftuW water is to be dumped off shore of .Jersey Island. - ____"- - - In the findings of the San Luis Task Force which- was sent to -Co%r'e* ss on January 1, 1978 they state it is their belief the Bureau of Reclamation knew for many years the amount authorized for the project was insufficient to build both expanded distribution and drainage systems but never informed Congress. In their own words they say it was presumptuous of the Bureau to continue knowing the appropriation was inadequate for the original system. They also state,as we have stated for unary years, that the San Luis Drain will cause significant adverse effects unless adequate dilution water is available. They also report the way the lass are set up now it would take not 40 years but 270 years to repay the cost of the Drain. Noir, as to the rock barriers that were proposed last year by the Department of Water Resources. One was Pmt across Dutch Slough While the other two on Fisherman's Cut and False River were abandoned due to heavy opposition. It is luc;ry for all of us, for had all three rock bariiers been in, there would not have been time In January for all three to be removed. As it was the dam held back (1S�F�15 'y►t= - t ..:,,.�.c.,�) Microfilmed with board order poor quality water until" it was removed; removal started January 12th, and then was just tint to get it out before the high flood waters arrived. The life of this dam was just under four months at a cost of over $270.000.00 to the taogwers. Ve wort told by the Bureau of Reclamation in the first week of December we would be given fresh water in the last two weeks in December to flush out the salt in our land. The fact that fresh water in December,to which we should be entitled, will not do the job is another story. It never came. Me farmrs were required as part of the agreement not to irrigate for the rest of the year. They decided to trust to the winter rains. The water men were depending on long range weather predictions which proved unreliable. They were running scared and made the mistake that showed us just what they could and would do it permitted: During December they held all water run off behind the dam and the remainder was pumped south, a such poorer quality water than if they had waited a few weeks. The lower'Delta had salt water off shore and Sherman Island irrigated with the bed water becaam-a they believed they had no other choice. When the heavy rains came in January it flooded the lover Sherman with the bad water because their pumps just could not keep up with both the drainage and rain. Ve never did get good water off shore during December and never would have -for the rest of the winter had not the rains in January been so heavy. Shasta dam filled in only a few weeks time to the point where flood':=releases were not tar mwW. At the time of its construction I believe it took the rains several years to do the same job. Now,, we have seen an attempt made to keep all fresh water out of the lower Delta for the entire winter. We see our Governor Drown voted down by our elected representatives in an attempt to build thePeripheml Canal and now srys he is going to build it without their permission. Their thirst is insatiable. I believe we not fight for a water quality not less tban 1,000. PPR chloride six tenths of a mile west of Antioch. The Bureau 'Reclamation Reclamation and the Central Valley Project should be operated in such a way so as to protect against salinity in the Delta. This-von Id. also protect the bay, fisheries, our cities and industries. We must not have the threat of salt water off shore twelve months of the year. The life or death of sy business on Jersey Island and that.of my _..__._ neigbbors on Bradford, Webb, Sherman, Bethel Island and RD 1799 depends directly upon good quality water. The security of the levees is directly depemdatt upon the financial strength of the island farmers which is again dependent t*ri good off shore voter. Resemtmer, we have a thirsty tiger with an insatiable thirst to the south. He can flot be controlled in a paper cage. Thank you for giving me of your time to express my thoughts on this very crucial water problem. T. V. Halsey Resident [araer, on. Jer Jereisland 010606 In the Board of Supervisors of Contra Costa County, State of California February 7, . 1978 M Nie A6~of Interstate 680 in the Al area. The Public Works Director having adviaed that the California Department of Transportatian desires to undertake a project to landscape Itt6erstaIe 680 in the area and desires appooval of this Hoard purior to prooewdi ng, and the Directar having approval, IT IS BY TM BUM OHEM that the of the Public Works Director is APPFUM. PASSID by the Hoard an February 7, 1978. 1 hereby certify that the fore9okv is a tnm and coffed copy of as on:hw mod on the n inuMs of said Board of Supervisors on the date afonnakL Witness my hand oad the Seal of Ow Board of originator: Public Works Dept. supervisor= Administration affixed "_Zth day of_F dmlary 19 78 cc: Public Works Department Caltrans, Att'n: Joe Adame �,, J. R. OISSON, Clerk 3366 Rincon Annex By !� �C uo , Deputy Clerk San Francisco, CA 94114 N.POUS H -24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California Fe`3ruary 7 19 78 In dw Akwer of Authorizing Legal Defense. IT TS BY THE BOARD ORDERED that the County provide legal defense for Mr. James E. Moriarty in connection with United States District Court for the Northern District of California, Civil Action Number C-77 1153 AJZ, reserving all the rights of the County in accordance with provisions of California Government Code Sections 825 and 995. i PASSED by the Board on February 7, 1978. f I 1 F i f� i i 1 I ber+eby certify that the foregoing is a true and coons copy of am order wowed on the minutes of said &xwd of Supervisors on the dote oforesoid. Witness n+y hand and*w Seol of the Board of Supervisors cc: Mr. James E. Moriarty affixed "_Ztb_—day of February 19 78 County Counsel County Administrator .f. R. OLSSON, Clerk dy Deputy Clark iana M. Herman H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California February 7 , 1978 In do Maly of Extension of Agreement, Subdivision 3843, San Ramon Area. IT IS BY THE BOARD ORDERED that the Subdivision Agreement Extension with Larwin-Northern California, Inc. is hereby APPROVED, extending its Agreement with the County for construction of certain improvements in Subdivision 3843 , San Ramon area, through November 24, 1978. IT IS BY THE BOARD FURTHER ORDERED that the Public Works Director is authorized to execute said Agreement Extension. PASSED by the Board on February 7 1978. 1 hereby certify tbot the foregoing is o true and cornet a" of on order «Nerd on the mku is of said Board of Supervisors on tie daft aforesaid. Witness my hand and tht Seal of the Board of Originating Department: supe;,sors Public Works the 7th day of February 19 78 Land Development Divis o cc: Public Works Director J-JR. OLSSON, Clerk Director of Planning Larwin-Northern BY ' Deputy Clerk California, Inc. Sandra L. 'tizl on 6500 Village Parkway Dublin, CA 94566 H-24 3/76 15m 00609 t 823206 A STATE OF GALIFORMIA t COUNTY OF LOS ANGELES 1, AiAit"Li U._ bUR Nobly Public of Los Angeles Cay,in the State of California herby certify that S. N. A Ser Attiorneywin4m, of the Amwiew CaarrW Cep*goy of pis pa" j who Is persomlly kmmn to me to be the same parson whom name I Is subscribed to the fa► instrument, a �nY ppwed before mt this day in I -. ---��4•.-�<<�-�-_tip—.__--.��_�, Person,and adc nowiedgrd that he signed, saehd"dNivrred said irkwument,for I �.aL and on behalf of the Anwrican Caaehy Connpmy of Radio&Peoneyfrenia,for the !OTr.R't ?' C C !FOR(1!tA um and Pw �Ptherein Set forth. Given undermy hand and notarial seal at my office in the City of Los Angeles "4AY 1 1930 i� in said County,this 16th of Jaaw D. 19 78 - 1 — A. Micro`i`:mod with bard order L hE�} # Notary Public ATE OFCAI.lM MA On tines ....16;h..............day o/....JanuaFl.,..in dee yew one thoumad nine f hwWred and.........7$....»,.,before mR. Joan Bell a Notary PrrW Stab of Marr* duly commk oned wd Room posawily Rodrfck I!i. «Stevenson &Willia_at F. Harrin,,,gton »« known long to be die Pres. 6 Asst'..Sectp+01 the corporation ducrA d in sal tet esrcated tks rithia iIlwhuaaart, and dso known to Elsa to be the i per w..s.. who cmesntad dw Wilkin indnraw o on be wif of the corporation j dwor a n.w , and ecbwwk4 d to nws dot,rick corpomaw ataeteted the } sow..«---«---------«..,---------..«.......................,................»»««.«............................. i;N W7't!1 M WY1X+XOP I Mac hereunto set my hand and offixed my official j seal in dw.... County of...._.A1.aDrrzdd..,,...., »«... the day and _ year in this cwficeb fiat, wrd . OFFICIAL SFA Pke,State of Cakf"We««»««••««« ««« ? JOAN BELL NOTART PUBLIC - CAL1FOgM1A COUNTY OF ALAMEDA i I Mt Cm*rni,siM E.011»N*Is r�•.1l#1 C 1 W MMS t Cowdery's Form No.28-AcknoWWWOeat COCIPOC1113"(C.C-Secs-1190-1190.1) microfilmed with board order Awa stlx SURD T V j S t;.t,; A17 REEI`EUT EXTENSION Contra Costa - Subdivision ' Number 3843 Subdiv tier Larwin4lorthern California Inc. Kay 22., 1973 (Orifi i , =t.) November 22, 1976 (1st Extension) Agreens-lit Dat-_- March 8, 1977 (2nd Extension) Security Ca:;h ur Secured Check $ 500.00 - 209,900 Performance ( ) Corpo s Le Surety Bond $ 210,h00 Labor & Materials Surety : Americio Casualty Co. of Reading Penn. Bond Number : 558 98 00(1) Date z May 18, 1973 ( } Letter of Credit $ Financial Institution Document Number Date - Extension New Termination Date- 9t, 1=8 Thi: Silhdivider and tl,c. above named Surety or Financial Institution desire that this subdivision aU. reemerit be extended through the above e- + and Con t:r-,. Costa County ►+d scud Surety or Financial Institution hereb., agree t lit, a t:o and acknoc:!-,alt 3 .t:he same. • N- THERM CAL IA; INC: Dated:_ 16, 1978 _ _ . - _ A. od r ck M. S enson, President CONTRA COSTA COUNTY Vernon L. Cline William F. Harringt Asst' Secty. -Public llorlcs Director AMERICAN CASUALTY C A Su aro •'c /_ > Z1r'_!B?11!]SYLVANIA AJ "luSuret or F1i �; f •Institution R. M. AJER, A=pt PAC's RECOMMENDLD FOR APPROVAL: '. � / By �{J `Assa�ta1- t Pumis Wor}:s 6frector FORI•l APPROVED: JOHN B. CLA!!V IJ, County Counsel (NOTE: SUBDIVIDER'S AND SURETY'S FINANCIAL INSTITUTION.'S SIGNATURES MUST BE NOTARIZED) i t�- 1 � (F. •:►. S;75) Microfilmed with board orcbr '�-V In the Board of Supervisors of Contra Costo County, State of California February 7, , IW 8 in Hie Molter of Extension of Agreement, Subdivision 385, San Ramon Area. - IT IS BY THE BOARD ORDERED that the Subdivision Agreement Extension with Larwin-Northern California, Inc. is hereby APPROVED, extending its Agreement with the County for construction of certain improvements in Subdivision 3845, San Ramon area, through October 20, 1978. IT IS BY THE BOARD FURTHER ORDERED that the Public Works Director is authorized to execute said Agreement Extension. PASSED by the Board on February 7, 1978. 77 1 hereby certify thot the foregoing is a true and correct copy of an order aftmd on the nanuln of said Board of&Wervisors on the date aforesaid. - Originating Department: Witness MY hand and the Seal of the now d of Public Works Supervisors Land Development Divisiaffixed this 7th clay of February , 14 78 cc: Public Works Director Director of Planning J. R. OLSSON, Clerk YI-L- rin-Northern $#37 pity Clerk California, Inc 6500 Village Parkway dra L. Pi' is n Dublin, CA 94566 ti-24 3J76 15m f!1)6_11 STATE OF CALiF M%U On this .........16Lh.........day o/..»_ J.aA4aT3'...in the year ace thousand revere }SL Juindrod and..7. .......».» before me.»_ pp..Bell, C0vNT'Y OF».......»...Axflllkl'dA............ a Notary PublkG State of California, dWy commiseiond and sutura.pasody Roderick M. Stevenson 6 William F. Harrington_» eppmvd.....»..................................»....»..........»................................ i hnawr M tree to be the of the corpm ion described i; its and that executed the tenhas ialtbumOnt, and also hrcosrn to revs to be the i peraorr 0... mho executed the wither ins bwoent on behdf of the corporstron t amm am" and aehaowhmW to nae that such empon hon executed the ................»....»..»..»..»..»»»»».»...».».».»...»....................».................... 1N W11A1A:S41R= OlI haw hwewn&act my head and affixed my oJficid aaei in fire ......................... »Coa> of........... .�A�131101ltdA.....»».....the day and wratm yen in this certificate ... ...e�.l11 ......»----»»»_»»» m mawaus.:m ..... I Pwwk.Stats of California C OFFICIAL S1=aL� x •' z JOAN BELL NOTARY PUBLIC - CALIFORNIA - = COUNTY OF ALAMEDA Q rY Ca,+nuu7on Expires November 6,17/1 E ensu >: CDW6@r Fown No.2t-Ackno•NdVOM Cogereaoe cc c Sea.1190-1190.1 Microfilmed with board order him" s/tz ►S 8-23208-A STATE OF CALIFORNIA l JT s. COUNTY OF LOS ANGELES '•• M 'L UUM 1, Notary Public of Los Angeles County,in the State of California do hereby certify that R. M. A ler Attorney4n4aat, of the Ansrrk sn Caswity Company of Raedmmr Pbunyfrsnia, who Is personally known to me to be the same person whom name Is subscribed to the foregoing instrument,appeared before me this day in person,and ackrwwkdgrd that he signed,styled arb delivered said instrument.for �-� OpgrCi L SEAL and on behalf of the Amerkm Cawnity Company of Routing P rmwylsenie,for the MARiL YN !a. BURD uees and purposes therein set forth. al �. 1,-a<•. ••)• P:OTF.RY rU2!ar- CALIFORNIACALIFORNIA Given under my hand and notarial seal at my office in the City of Los An ae 8 L^S.A�,SGaES CC;NTY axpir_s .l.AY 1, 19S in said County,this 16th doll of Jaaua A.D.19 78 Sandy;a L. Nielson 2, Lino Notary Public. SURD I/)!.I Of! Af'REEME11T EXTENSION Contra L' a Subdivision Number :•ftb 3Wd Subdivider : 1111`018-Sort�a Cala tach Inc. _ ..._ . 1973 (Origi U JW* 292, 1974 (7st tension) Agreem�in t D_9 t_: Apsil 209 1976 (2nd bdowion) r ImprovemRt:L Security' Ca::li cu• Secured Check $ 500.00 _ = 2911,100 Labor Xaterials f Corpo r..i to Surety Bond $��� ra Surety : Amulcaa Casoal of ftiflai, pam. Bond Number 7 Jeeib 1.973 Date :mil 9� 1945 Letter of Credit $ Financial Institution : Document Number : Date zztension New Trtripination Date- Octobas 20, 197a This .Silbdivider and I-lie above named Surety or Financial Institution desire that this subdivi::ian agreement be extended through the above date and Contrs% crusta County a aid said Surety or Financial Institution hereby `- agree t 1w k e to and ackno r:l ed(i he same. CAZ.IFORMIA, Iwo Dated o �.__� y6iiOL . M4sdke="Us Prasid"t CONTRA•COSTA COUNTY. . a-.. tiilli= F. Harrington, As Seeey.,.; : Vernon L. Cline Public works Director Subd idel ANWCAN CASUALI? • . ;,.pSllMSItVAUTA Bx. ST: Ge!;;u ty Surety orarcial nstf t on R. M. AJER, ATfGMft IN. FACT RECOMMENDED FOR APPROVAL: 0000, As is at, - Pt l Wor-s U ;%•cior µarwf'if with besnd order FORM APPROVED: JOHN B. CLAU51-I4, County Counsel (NOTE: SLIDDIVtDER'S AND SURETY'S FINANCIAL INSTITUTIOH• N SIGNATURES MUST DE NOTARIZED) l t In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 7A M the Matter of Appointment to the Overall Economic Development Program Committee The Board on January 10, 1978 having established December 31, 1978 as the expiration date for vacant eligible group memberships on the Overall Economic Development Program OEDP) Committee; and Supervisor R. I. Schroder having recommended that Mr. Kelly M*. Wilson, 1861 Castle Hill Road, Walnut Creek, California, 94595 be appointed to the OEDP Committee (to fill the eligible group membership in his district) for a term ending December 31, 1978. IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on February 7, 1978. I hereby certify that M» foris o trw and correct cWy of m ardor w -1 on the mirmw of said Board of Supervisors on tl+e daft oforesaid. Witness my hand and the Seo{ of the Board of Cc: Mr. Wilson Supervisors OEDP Committee viaPlannir%m"ed this 7th clay of Fehruary , 19 78 Director of Planning County Administrator J. A OISSON, CWrk Public Information Officer County Auditor/controller By Clerk iana M. Herman H-24 4/77 15m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA February 7, 1978 In the Matter of ) Making a Determination of ) Utility Easement Rights for ) Various Subdivisions ) It is by the Board ORDERED that a determination is made that the division and development of the properties in the manner set forth on the respective final maps and parcel maps for the following subdivisions will not unreasonably interfere with the free and complete exercise of the public utility rights of way or easement. SUBDIVISION AREA OWNER 5165 Lafayette Wilson Wong 1306 Masterson Lane Lafayette, CA 4828 Oakley Hofmann Construction Company P. 0. Box 907 Concord, CA 5246 Danville Evald J. & H. Bernadette Burbeck c/o DeBolt Engineering Company 401 South Hartz Avenue Danville, CA 5152 E1 Sobrante Westwood Associates 300 Montgomery Street San Francisco; CA 94104 MS 99-77 E1 Sobrante George C. Acree 5500 San Pablo Dam Road El Sobrante, CA MS 146-77 Brentwood Roy Ramacciotti Rt. 2, Box 23 Oakley, CA 94561 MS 253-77 Oakley Jim Owen 5208 Olive Drive Concord, CA 94521 MS 240-77 Alamo E'Yvonne Williams 1540 Las Trampas Road Alamo, CA 94507 PASSED by the Board on February 7, 1978. 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 7th day of February-, 1978 J. R. OLSSON, Clerk B y Cf Deputy Clerk cc: Public Works - LD Patridia A. Bell All Above Owners Of.W14 In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 78 In Ow Matter of Acceptance of Grant Deed and Acceptance of Offer of Dedication For Recording Only Danville Blvd. Project #5301-4340--663-76 Danville Area IT IS BY THE BOARD ORDERED that a grant deed, dated January 14, 1978, from the San Ramon Valley Unified School District, .-._ for the widening of Danville Boulevard is ACCEPTED. IT IS BY THE BOARD FURTHER ORDERED that the Offer of Dedication, dated December 12, 1977, from the San Ramon Valley Unified School District, for the future widening of Danville Boulevard, is ACCEPTED for recording only. PASSED by the Board on February 7, 1978. I hwoby certify that tl+e fa going k a true and carred cWy of an order calm ad on the w&&*w of said Board of Supervisors on the dol* aforesaid. Originator: Public darks Witness my hand ed the Seal of the board of Department Supervisors Real Property affixed this 7th day of February _ 1978 Division Recorder (via P/LV) J. R. OLSSON, Ckrk (�:i C Deputy Clark Patricia A. Bell M-24 am ism (f � � c In the Board of Supervisors of Contra Costa County, State of Colifornia AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT February 7 - . 19 78 On dw Morn of Approving Issuance of Purchase Orders for Relocation of Utility Lines, U. S. Army Corps of Engineers Lower Pine Creek Project - Phase I, Concord Area, Flood Control Zone 36 unCk Order SAM-752n The Public Works Director having recommended that he be authorized to arrange for the issuance of purchase orders for the relocation of utility lines which are in conflict with the proposed U. S. Arm6► Corps of Engineers Lower Pine Creek Project - Phase I. Said purchase orders to be issued to the following utility companies in the amounts indicated: Pacific Telephone and Telegraph Company $5,10u.00 Pacific Gas and Electric Company $16,100.00 The Public Works Director having reported that the work will be performed by the utility companies on a time and material basis and that payment will be made on actual costs less any credits for depreciation, salvage and betterment; IT IS BY THE BOARD ORDERED as ex officio the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District, that the recommendation of the Public Works Director is hereby approved. PASSED by the Board on February 7, 1978. a 1 bwtby =Wdy that *w fang-h b o trot and cored=ff of aw ordw w*srtd on tht winLass of said Dowd of Supervison an Nie daft aforwoid. Originator: Public Works Department, Wkness my hood and Mit Seal of Nit fto of Flood Control Planning supe.viso.s and Design affixed ehis7th day of February 19 78 cc: Public Works Director Flood Control J. R. OLSSON. Clark County Administrator BY Deputy Clerk Director of Planning N. Fous H-24 3/76 15m In the Board of Supervisors of Contra Costo County, State of California February 7 . 19 7J— In the Mwow of Acceptance of Grant Deed Livorna Road Project #4234-4257-663-75 Alamo Area IT IS BY THE BOARD ORDERED that a grant deed, dated January 10, 1978, frame the San Ramon Valley Unified School District, for the realigraent of Livorna Road is ACCEPTED. The area deeded by the District is in exchange for that portion of Freitas Road abandoned by Board of Supervisors Resolution No. 77/892 adopted on Nowliber 1, 1977. PASSED by the Board on February 7, 1978. 1 hereby certify That the foruooinp is a true and cored copy of an wdor saftmd on dw witwlos of said bard of Supervisor an die date aforesaid. Originator: Public Works Department Su � my hold and the Seel of the Soord of Real Property Division fir" affixed this 7th dol► of FnbXUA V 19_1A J. R. OLSSON, CNrk I (� n , Do" Clerk Patricia A. Bell In the Board of Supervisors of Contra Costa County, State of California February 7 . 19. 78 In the/Harmer of The Disposition of Records Prior to July 1, 1975 for the County Library. IT IS BY THE BOARD ORDERED that, pursuant to Government Code Section 25205.1, the County Librarian is AUTHORIZED to dispose of certain financial records, papers and documents dated prior to July 1, 1975. PASSED by the Board on February 7, 1978. 1 hereby certify that the foregoing is a true and correct copy of as ander aewmrd on the mimics of said Board of Supervisors on the dare aforesaid Witness my hand and the Sed of the Babrd Of CC- Librarian Supervisors Auditor-Controller affixed this 7th day of February . fq 78 County Administrator d. R. OLSSON, Cleric By_Q oLzzZC> Deputy Cleric Jamie L. Johnson (. C In the Board of Supervisors of Contra Costo County, State of California February 7 . 19 78 In dw Mkow of San Ramon Valley Unified School District Executive Intern Program On the recommendation of the County Administrator, IT IS BY THE BOARD ORDERED that continued participation by county departments is AUTHORIZED in the San Ramon Valley Unified School District Executive Intern Program; and IT IS FURTHER ORDERED that department heads of county departments involved are AUTHORIZED to execute understandings related thereto pending the development of an overall master agreement applicable to same. Passed by the Board on February 7, 1978. I 1weby certify that Ow fm is o true and corned copy of an ord1w enwred on the minutes of said !bard of Supervisors on the daft oforewkL Orig: County Administrator Wenen my hand and the Sed of the Board of cc: County Counsel Supervison Auditor-Controller of xed this 7th day of February 19 78 ` J. R. OLSSON, Clerk !iy-!rime! r r/c�c 0"wey Clerk Jamie L. Johnson H-24 4/77 15m � �. E� In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 1n dw Alk~of Vacant Membership Positions on the Citizen3 Advisory Committee for County Service Area R-9 Supervisor N. C. Fanden having advised that the following members of the Citizens Advisory Committee for County Service Area R-9 have resigned at some time in the past and, therefore, recommended that said membership positions be declared vacant: Mr. Leonard Battaglia Mr. Robert Sharp Ms. Erma Lindeman Mr. Henry G. Aldridge, Jr. IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Fanden is APPROVED. PASSED by the Board on February 7, 1978. 1 hereby certify that the foris a true and correct copy of ae order oftred on the Wmums of said Board of Supervisors on the dote oforewid. witness Hwy hand and dw Sed of tin bard of Supervisors cc: Public Works Director affixed this 7th dory of February 19Z Service Area Coordinator County Administrator Public Information Officer J. R. OLSSON• Cleric Citizens Advisory Committed j ph, Clerk via Service Area y Coordinator Diana4. Herman H-24 4/77 15m � In the Board of Supervisors of Contra Costo County, State of Califca mia February 7 , 19 Z.. In the potter of Completion of Private Improvements in Minor Subdivision, 143-72, Moraga Area. The Director of Building Inspection having notified this Board of the completion of private improvements in Minor Subdivision 143-729 Moraga area, as provided in the agreement with Mr. Robert Avalon, 1728 Camino Verde, Walnut Creek, California, approved by this Board on April 23, 1974: IT IS BY THIS BOARD ORDERED that the private improvements In said minor subdivision are hereby ACCEPTED as complete. IT IS BT THE BOARD FURTHER ORDERED that Trumenerica Insurance, Comport y surety bind nmber 51260-54-58 13 hereby EMMMTED. PASSED by the Board an February 7, 1978. I hereby cerMy trot tl+e forepninp is o true and correct copy of an ander i wad on the I ifK+les of said hoard of Supwvhors on the date oforesaki cc: Robert Avalon Witness my hand and the Seal of them► anord of Building Inspection Dept. (2) Supeiviwn of used this 7th , of FabruarY . 1978 J. R. OLSSON, Clerk !ly && 1 Do" Clerk Sandra L Nj lso:i H-24 4/77 15m '09C20 In the Board of Sup�rvisas of Contra Costa County, Shah of California February 7, , 19 Is dw Map= of Granting Extension of Time in which to File the Final Map for Subdivision 4968, San Ramon area. On the recommendation of the Director of Planning, IT IS BY THE BOARD ORDERED that the request of Creegan & D'Angelo for a one-year extension'of time in which to file the final map for Subdivision 4968, San Ramon area, is GRANTED, thereby extending the final filing date to March 8, 1979. PASSED by the Board on February 71, 1978. 1 hereby cartify that the forgoing &a trio and cornet coPy of an ardw wowed on the reroutes of said Hoard of Supervisors on the dale -In oid. Witness any hand and the Seal of the Board of Orig.: Planning Department Supervisors cc: Creegan & D'Angelo affixed this 7th clay of February 19 78 Director of Planning Public Works Director J. R. OLSSON, Clark County Counsel Br Clerk County Administrator Supervisor Hasseltine Sandra Z. I ik on H-24 3/76 15m f Q Q90 1 In the Board of Supervisors of Contra Carta County, State of California February 7 . 19 ,7B In the Matter of Acceptance of Surety Bond in re- placement of cash deposit and refunding cash deposit for Minor Subdivision 183-76, Alamo Area. WHEREAS an agreement with James P. and Sharon S. Mooning, 1620 Latina Drive, Alamo, California for the installatim and completion of private improvements in Minor Subdivision 183-76, Alamo area, was presented to this Board and approved October 18 1977; said agreement was accompanied by a cash deposit of 58,850.00 JBuilding Inspection De-partment Receipt No. 144593-9 dated October 7, 1977; and WHEREAS on January 17, 1978 a Surety Bond issued by United Pacific Insurance Company, No. U996794 in the amount of 18,850.00 was presented to this Board as a replacement for the cash deposit. IT IS BY THE HOARD ORDERED that the aforementioned surety be accepted in lieu of the cash deposit and the Building Inspection Department is AU7H=ZED to refund the cash deposit of 389850 deposited as security for the above agreement. PASSED by the Board on February 7, 1978. I hereby certify that the foregoing is a true and cored copy of an order time d on the minutes of said Board of Supervisors on the date oforesokL cc: James P. Marming Witness my hand and the Seal of the board of Building Inspection (2) Supervisors offixed this 7th day of February 191 J. R. OLSSON, Clerk B Deputy Clerk Sandra L. Pie son H-24 4/77 15m j►1,��/4l'VJ Bond No. 0996794 F. I. D IFIi`iN1Vla"ti i.' :aaaptl'iY ritt;tl► Lhoit ail i i:uit Y.1111111VVAIIN AG111.11111rr Premium: $106.00 t CS ?� ��� (Giithfur performance 1; m:�iut,uance, All► lallur t; materials) (Calif'. Bus. 1* {'rut. Cade 911(312) J. tt. OLSSON allot BOARD OF SUKR MM BGO` H.ICATION.ILbr 11 n L'. MANNING & SHARON S. MANNING .•as Principal, ait�tiurcty) jjdiTFo I►ACtFIC Ivy . a corporation organized and existing; under the laws of tine State of �SHI1I5 UR and authorized .to transact surety business in California, as Surety, ltercity jointly and severally bitul ' ourselves, our heirs. executors, administrators, successors and assigns 'to the County of Contra Costa, California, to pay it: faithful performance, u maititellance) FIVE THOUSAND NINE HUNDRED D A.------------------------ mu 11 a rs (s5,9w.OQ ) for itself or any - city-assignee un er the 11clow-cited suGJivision contract, plus ` (b. labor A materials) E yup i p !+(Ql]QO-------- TMO T- ?n larDs ((IN2,950 �}Ffor the benefit' of - persons protected under cal. bus. 6 7rof. Code 911612.. - 2. RECITAL OF CO-TRACT. The Principal has contracted with titre County t' t and pay for street, el:citta};c, and other improvements in Hinor Subdi- ision Number _; as specified in the Minor Subdivision Agreement, and to complete said work within the time specified in the Elinor Subdivision Agreement for completion. all 'in accordance with = state and local laws and rulings thereunder in order to satisfy conditions for filing of the Parcel Nup for said minor subdivision. S. CONDITION. ,f the Principal faithfully perfoms all things required of him accordingto tale terms and conditions of said contract and improvement plan and improvements agreed oil by him and the County, then this obligation as to Section 1-(A) alcove shall become null and void, except if lie fully bays t{te contractors, stthcontractors. and persons renting equipment or hirnishing; labor or materials to them for said worl, and improvement, and protects the premixes from claims of such liens, then this oblibatiun as to Section 1-(B) aLove shall become null and void; otherwise this obligation remains in full force and effect. No alteration of said contract or any plans or specifications of said work agreed to by the Principal and tite County shall relieve any Surety from liability on this bond; and consent is hereby given to male Such alterations without further notice to or consent , by Surety; and the Surety hereby waives the provisions of Calif. Civil Code k 2819, and holds itself bound without regard to and independently of any action against Principal whenever taken, and agrees that if County sues oil this bund, Surety will pay reasonab16`1!` attorney fees fixed by court to be taxed as costs and included in the judgment....-*-*", SIGNED A.%Tt SEALED on AMIARY 17, 1978 PRINCIPAL i�SUKI:I'Y UNI PACIFIC INSURA,NCE�C : � t `r y' , ,!!t*iFl Yl1'tlif ltf,t!!*f♦ !tlflt/f tft• ttllttAiRllf.f/t.liRlt4ti tl li�R t;1!!ts✓lf�l Mi*t•t�•�''. • State of Califern ss. (ACKNOWLEnciawr BY SURETY) county of Contra Costa On JAILM�r►_17, 1978 the person(s) whose namv(s) !s/are signed above for Surety and 4-ho is known–co—me to be tite Attorncy(s)-in-Fact for this Corporate Surety, personally appeared before we and acknowledged to me that he/they signed tite name of the Corporation as Surety and his/their own name(*) as its Attorneys)-in-fact. (NOTARIAL SEAL) • . Notary Pub I for said County and State (LD-3 iI SFA. 2 Nancy . CloweS NANCY L. CLnr,'ES OFFICIAL SEAL low NOTtR 'UB'I. RNIA NANCY L CLOWES PH"tw l7mm it c - C•x Camp NOTARY PUBLIC-CALIFORNIA �r;ppA�lt 6,�1;ti;til►li.l� t 011kr IA CIMMei l: microfilmed with bwrd Order t In the Board of Superviums of Contra Costo County, State of Colifomia February 7 . 1978 In dw Manor of - Extension of Road Improvement Agreement, DP 3011-76, E1 Sobrante area IT IS BY THE BOARD JRDERED that the Public works Director is AUTHORIZED to execute an agreement with Westwood Associates, extending its Road Improvement Agreement with the County for construction of certain improvements along San Pablo Dam Road in the vicinity of Valley View Road (DP 3011-76), El Sobrante area, through September 1, 1978. PASSED by the Board on February 7, 1978. 1 booby certify Nwrt tMr fwepdnB is o true and copra►copy of om order err1 i sd on " minWm of said Board of Supervisors on tl+s date -for euDid . Witness my hand and the Seal of the Board of Sup►•rvisas affimd this 7th day of February 19 78 OLSSON, Clerk Originating Department: Public Works by dr3 DoCleric ie .sac Land Development Div is on cc: Public Works Director Director of Planning Westwood Associates Suite 732, 300 Montgomery Street H-24 4/77 Ism San Francisco, Calif. 94104 i f i W ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ' County of San Francisco 4n this 13T -day, f�EBRtlAttY ,�.before Sme,E . he in and for the Sate of California with principal offrse in the County of a ROtiCy pub Frarmse residing therein,duty coin manned and sworn,personAY appeared ("„Qee+Mr 14- _ PAR!w Y! known to me to be the person whose name is sub=ibed to the within wstruamt as the attorney-ia-fact of the SAFECO Insurance Company of Arnwim , the corporation named as Surety in said instrument,and acknowkdpd to ma that he eabscnWd the NOW of said cocporatioa thereto as Surety,and his own name as attorney-in-fact. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my off'scial seal,at my of ke is the aforesaid County, the day and year in certificate first above written. 1 . = EMMA HANE NOTAAYMJItLIC—CALIFORIWA? Nosy Fubiic rRIMWAL OFFICE IH 1 CITY i CM*TY Of SAM FRANCISCO MY COMIIMSiIOM EX►lRESJAMUAAY 7a,1979 iWcroftl.rrsed vAth board ord! 5-1426 U73 �NIUIIMI PARTNERSHIP ACKNOWLEDGEMENT State of California ) County of Contra Costa)Ss. On this day of � in the year 19 ", ,r, before tae, a Notary Pub ic, in and for said County and State, personally appearedknown to me to be the person who ut exece the within instrument on behalf of said partnership, said also known to me to be one of the g een i�al gartners of , a limited partnership, the partnership - tat executed the within i --4ta q acknowledged to e that said partnership executed the same. ADELE i. r,ti H!y commission expires x:17. =*- > 4 ern 8719 CCI7K;Y'Ci 5�!1 rF"'r�l__� Ui Comnissf ; Expires moy 15. 1581 jNaAif Public in and for the COunty of 1ontra Costa, State of California Mi=- fil,r d_with _bccud_orldit__ _ ROAD IMPROVEMENT AGREEMENT EXTENSION Contra Costa Development Number: DP 3011-76 Developer: Westwood Associates (Original) ' Agreement Date: January 25, 1977 Improvement Security qQ Cash or Secured Check $ 500.00 Performanc • X Corporate Surety Bond $97, 300. 00Performanc•: $97,800. 00 Payment FI L E D Surety: Safeco Insurance Co. of America Bond Number: 2597402 Date: November 11, 1976 J. R. OLSSON CLERK BOARD OF SUPERVISORS C r TA, CO. ( ) Letter of Credit $ By. a on, Depuly Financial Institution: Document Number: Date: Extension New Termination Date: September 1, 1978 This Developer and the above-named Surety or Financial Institution desire that this subdivision agreement be extended through the above date and Contra Costa County and said Surety or Financial Institution hereby agree thereto and acknowledge the same. DEVELOPER: Dated: CONTRA COSTA COUNTY By: (D signate Officio Capacity) Vernon L. Cline Public Works_ Director SURETY OR FINANCIAL INSTITUTION: 1 SM INSArlAi F CC' Of A8019Ai By. �� Deputy ; By:_ RECOMMENDED FOR APPROVAL: ' pacityPRI13YL ATT6-=zY•:1-i "' . By: + ss 'stant P lic Works Director FORM APPROVED: JOFN B. CLAUSEN, County Counsel By: Psputy ` (NOTE: DEVELOPER 'S AND SURETY'S FINANCIAL IN TUTION'SL t - SIGNATURES MUST BE NOTARIZED) LD - 10 6 (rev. 2/78) 1NicrAiimed with b;;a,-,d ard#, IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY STATE OF CALIFORNIA February 7, 1978 In the Matter of Proposed Abandonment of a Portion of Gardina Way, Danville Area. This being the time fixed for hearing on the proposed abando_-iment of a portion of Gardina Way, Danville area; and The Chairman having declared the hearing open and no one having appeared either for or against; and The Board having received a memorandum from Mr. A. A. Dehaesus, Director of Planning, advising that the San Ramon Valley Area Planning Commission had not yet heard this matter, it being scheduled for the February 22, 1978 meeting of said Planning Commission; and Good-cause appearing therefor, IT IS BY THE BOARD ORDERED that this hearing is continued to February 28, 1978 at 10:30 a.m. PASSED by the Board on February 7, 1978. CERTIFIED COPY. Inert r that this is a full, true & correct copy of the original document which is on file In my offlct and that it was passed & adopted by the Board of Supervisors of Contra Cost: County. California, on the date shown. ATTEST: J. R. OLSSOti, County Clerk&ex-officio Clerk of said Board of Supervisors, by Deputy Clerk cc: Contra Costa County Water District 2L7/78 Stege Sanitary District of C.C.C. A. J#sepg East Bay Municipal Utility District Oakley County Water District San Pablo Sanitary District Director of Planning Public Works Director Bernard Andres c/o Wooldridge Development Co. , Inc. 1535 Olympic Blvd. Walnut Creek, CA 94596 Central Contra Costa Sanitary District Pacific Gas & Electric Company, Oakland Thomas Brothers Maps Pacific Telephone Company, Oakland County Counsel County Auditor-Controller BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21101 (b) ) of the CVC, Declaring the Inter- TRAFFIC RESOLUTION NO. 2415 - 4-Way-Stop section of HAZEL AVENUE (110656) and MIRA VISTA DRIVE (Jio650 a Date: _ FEB 7 197A Four-Way-Stop,East Richmond Heights Area. (Supv. Dist. I - East Richmond _) Heights The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Departeent'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 HAZEL AVENUE (110656) and "IRA VISTA DRIVE (m65H), East Richmond Heights, shall be declared a four-way-stop intersection and all vehicles shall stop before entering or crossing said intersection. FEB 7 1978 .Adopted 4 the B=rd on..._..-....................... Sheri ff California Highway Patrol T-14 BOARD OF SUPERVISORS, CONTRA COSTA COMM, CALIFORNIA Re: Pursuant to Section 22507 of ) the CVC Declaring a Parking Zone ) TRAFFIC RESOLUTION NO. 2417 - EKG - on HAZEL AVENUE (1065B) East Richmond Heights Area. Date: FEB 7 1978 (Sups. Dist. I - East Richmond HeiWas The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section .22507 of the California Vehicle Code, Parking is hereby limited to five (5) minutes at all times for the purpose of loading or unloading passengers only (white curb), along the north side of HAZEL AVENUE (106511), East Richmond Heights beginning at a point 38 feet west of the centerline of Mira Vista Avenue and extending west a distance of 100 feet. T.R. /1791 pertaining to a:.school bus loading tone in the same area is hereby rescinded. FEB 7 1978 .._�. Adopted ay the byoord on---------- - -- .._ Sheriff California Highway Patrol T-14 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21101 (b) of the CVC, Declaring the Inter- TRAFFIC RESOLUTION NO. 2414 - 4-Way-Stop Section of C EDRO LANE (#4657U) and FEB 7 1978 EBANO DRIVE (14657N) a Four-Way- Date. Stop, Walnut Creek Area. (Supe. Dist. III - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Yorks Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012 , the follovin9 traffic regulation is •established (and other action taken as indicated) : Pursuant to Section 21101 (b) of the California Vehicle Code, the intersection of CEDRO LANE (14657U) and EBA110 DRIVE (d4657N) Walnut Creek is hereby declared to be a four-wey stop inter- section and all vehicles shall stop before entering or crossing said Intersection. T. R. 11577 pertaining to the existing stop signs on Ebano Drive pt Cedro Lane is hereby rescinded. FEB 7 1978 A±nMhd:ri the Boast!on__._______ ►---- Sheriff California Highway Patrol T-14 00C30 BOARD OF SUPERVISORS, CONTRA COSTA COMITY, CALIFORNIA Re: Pursuant to Section 22507 of the CYC, Declaring a No Parking TRAFFIC RESOLUTION NO. 2416- PKG Zone on EL CAMINO MORAGA Q2835R) ) FEB 7 1978 Orinda Area. Date: (SUpv. Dist. 111 - Orinda ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recomenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the west side of El Camino Mora" (2835R) Orinda beginning at a point 85 feet south of the center line of Moraga Way and extending southerly a distance of 670 feet. Adopted,�y the Bound on..--- FE 7 1978�---- Sheriff California Highway Patrol T-14 044 W31 In the Board of Supervisors of Contra Costa County, State of California February 7 .' 19 ZL M dwl M MW of Releasing Deposit for Land Use Permit 2153-74, Concord Area. On January 25, 1977 this Board found that the improvements in the above-referenced Land Use Permit were completed for the purpose of establishing a beginning date for filing liens in case of action under the Road Improvement Agreement; and now on the recommendation of the Public Works Director: The Board finds that the improvements have satisfactorily met the guaranteed performance standards for one year after completion and acceptance; and It is by the Board ORDERED that the Public Works Director is authorized to refund to Vangas, Inc. of Fresno, California the $500.00 cash deposit as surety under the Road 'Improvement Agreement as evidenced by the Deposit Permit Detail Number 127949 dated July 25, 1975. PASSED by the Board on February 7, 1978. I hoerby Certify that thi? farwgob a a true and corretd copy of a wdw adw ed on dwz minutes of said Boo rd of Supervisors on that doh afaresaid. Wdnen my hand and dw Sod of tiw, Board of superoison affixed this 7th day of February 19 J. R. OISSON. Clark By ! Clerk Originating Department : Public Works %incir L. oielson Land Development Division cc: Public Works Director - LD Vangas, Inc . H-24 3j 6RIm O. Box 11458, Fresno, CA 93773 M f`;2 In the &mrd of Supervisors of Contra Costa County, State of Colifomia FEB 7 197 wdw Maw of Medical Specialist Contract #26-043 for provision of vascular surgery consultation IT IS BY THE BOARD ORDERED that Contract #26-814 with Robert Swanson, M.D. and Contract #26-815 with Peter M. Braunstein, M.D. are terminated by mutual consent of contractors and County effective October 31, 1977, and IT IS FURTHER ORDERED that the Board Chairman is AUTHORIZED to execute Contract #26-043 with Peter M. Braunstein, M.D. and Robert Swanson, M.D., a medical corporation, effective November 1, 1977 for vascular surgery consultation for County Medical Services, at the rate of $40 per hour. PASSED BY THE BOARD on FEB 7 1978 -,p 1 hereby codify that the foregoing is a true and correct cum of an order MNerWon the n inutes of said Board of Supervisors on the date aforesaid. Witness req► hand and the Sea of the Board of Orig: Human Resources Agency Attn: Contracts S Grants Unit Supervrsors rt'B i 19'8 cc: County Administrator affixed this day of f 19 County Auditor-Controller County Medical Services J. R. OLSSON, Clerk Contractors By /;!�c.�t�� .LG11J Deputy Clerk ,/Acry Cr:i EH:d H-2,F4/77 ism 26 - 04 ,3 4-- C, wu`_t L..a::l• Deoartttent: medical Services Subject: Provision of Special Vascular Surgical Services 2. Parties. The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and pro:::ise as follows: Contractor: Peter Ai. Braunstein, M.D. and Robert Swanson, M.D., a Medical Corporation Capacity: Address: 3000 Colby Street, Berkeley, California 94705 J. Term. The effective date of this Contract is ; November 1, 1977 and it terminates April 30, 1978 unless sooner terminated as provided herein. 4. ^se=ination. This Contract may be terminated by either party by gi ing 30 days adva::ce ►.ritterr notice thereof to the other, or may be cancelled imediately by written cutual consent. 5. Payment. (Board Resolution No_ 76/ 326 ). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the Danner and fora prescribed by County (Demand Form D-75), and upon approval of such demand by the bead of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a and/or b, whichever is applicable] a. [ )a $ 4o.00 per hour of consultation/training session/ b. [ ] $ _ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform speciaX professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciali.ty(ies) : Vascular Surgery 7. Indeuendent Contractor Status. This Contract is by and bebjeen two independent contractors and is net intended to and shall' -not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 8. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department, and be subject to "Prepaid Health Plan Subcontract Requirements" attached hereto and incorporated herein. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Leal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code SecL-:Qns 25227 and 31000; Health nrd Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF 0' A, CALIFO&vIA CO?ITR: 02 Pete moi. un Nie D and Ro�..�� / 1.Schrcdiai l• 10 v gy _R BY/ Chairman, GC::!-C' OF _Cup:!rVsorz,• Designee Racommr maraud ior.. :%ppro�lai Dater. 'y / f,��-,-_ aiDd (�6 Designee NUcrof lmed with [ioord order Contract Number2 V — 0 4 3 Attachment Number 1 PREPAID HE:,L'-{ PLA:y SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract ir76-56983 (County 1029-6091 effective December 30, 1976, taxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., We fare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subco,t.ract requirements (.Article XI Subcontracts) are incorporated into the contract referenced by m.cmi a r above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been fort-ally approved by the State Department of Health, unless the Departeent of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided.each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical recorus • and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. S. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. l in relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if•a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632 New 3/77) -1- In the Board of•Supervisors of Contra Costa County, State of California FEB 7 19-11,03 19 — In the"I= of Approval of. Two Medical Specialist Contracts for County Medical Services IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Medical Specialist Contracts #26-825 with Theodore R. Purcell , M.D., and Harry Newman, M.D. , a medical corporation, effective January 1, 1978 at $80 per radio therapy consultation and #26-824 with Hunter 0. Cutting, M.D., effective December 1, 1977 for special hematology services at $173 per con- sultation, and further it is ORDERED that Contract 026-812 is cancelled effective December 31, 1977. PASSED BY THE BOARD on FEB 7 1978 1 hereby codify that the foregoing is a true aed cored copy of an order encs -A an the sriruks of said Board of Supervisors on the date oforesokL Witness my hand and the Sed of the hoard of Orig: Human Resources Agency Supervisors Attn: Contracts & Grants Unit FEB 7 1,073, 19 County Administrator %A115AIM "_day of County Medical Director County Auditor-Controller J. R. OLSSON, Ckrk Contractors By_ D" Clerk ry Craig EH•qm H-24-4/77 15m �4Y1s a -A-Cartra Costa Count, Standard Form iSEDIC3L SPECI_'x.T IST C0�3T3.0.CT 1. Contract Identification. Contract # 26 - 825 Department.Contra Costa Medical Services Subject: Radiothera.Dy Consultation 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: Theodore R. Purcell , M.O. and State Medical Capacity: Harry Newman, M.O. License # G06353 Address• A Medical Corporation Alta B-Ates Hospital , Berkeley, CA 94705 3. Term. The effective date of this Contract is January 1 , 1978 and it terminates April 30. 1978 unless sooner terminated as provided.herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment. (Board Resolution No. 77/326 ). In consideration of Contractor's provision of services as described below, 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: [Complete either a or b, whichever is applicable] a., [ ] $ per hour of consultation/training session/medical procedure. . b. [X] $ 80.00 per consultations session1j- —,. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical .and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Rad lotherapy If applicable, Contractor shall be subject to Attachment #1 "Prepaid Health Plan Subcontract Requirements" attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. 7. 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. S. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 3104; Health and Safetv Code Section 1451. antreto: 13. 7ar . T s signatures attest the parties' agree 2C00A, CALIFORNIA CONTRACTO Theodor cell , M.D. R. I. Schroder By By , ��;u o` C:;p2;v;;0;s Designee Harry Newman, 925E. Recommended for Approval Dated: y Y0797 1 BY \ (Form approved by County Counsel) :tzdical Directo_ r Health Officer A11icrOfiimed with board off. (�-ink! aw 'i%�'} - �!•�.���� :., v Contract Number2 6 - 0 4 3 Attachment i;umber 1 PREPAID HE:,LT-H PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract 1#76-56983 (County 3#29-609) effective December 30, 1976, Wa:mian-DuE£y Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which t11-.e County provides Prepaid Health Plan (PHP) services, the following subco .tract requirements (Article XI Subcontracts) are incorporated into the contract referenced by num ar above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract 1#76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided.each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical recorr.a • and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if•a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract 1#76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632 New 3/77) -1- �3 Y 35 PREP-NID HEALTH Pldkli SUBCONTRACT RE&WIRn"`--ENTS '. C: tractor will notify the Department of Health and Commissioner of Corporations i _ _ :-►r. the- c-c-atract referenced by number above is amended or terminated. :;^tine given when in the U. S. Registered Mail with first class postage au.►.-eased as Alternative Health Systems Department of Corporations Department of Health 600. South Commonwealth 71 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health doe-s• not constitute approval of the method and amount of compensation specified in the contract. 1�. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. I= Contractor enters one or more subcontracts in order to provide any services or expressed in the contract referenced by number above, all subcontract elements re=uire_ b_: State Department of Health Contract #76-56983, Article XI, Subcontriz4;ts, as specified in this attachment, must be included in such subcontract, except that County i s=ead o: State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained.prior written approval of the other party and State Department of 'Health. .� .. x ....:.. .::�: :-�� mss.:.f .... _. r: .• ... ... .. .... l2.1 ....: ..:'.'_�:_. ..:�'a.'. ,.- :r'_:, :L•:.:� .. .. . . �. �..+ .::'.1:.J:.:.: :,:.....e....:'r a:i;i'.�"�..t�:- "4� ... .):''..... :4i ,."4.1�.. .t.,..•�>1.r.��.�.�1�.`ir i� :i. '7�3"!��•���' �. . .... .. ��':'3.a:x'1',97=�J E;Lr .w}��..i".,r.::°�.' r+� :% `�._• =?��L ..Ll.•:'""• .r {•- �'c't��{i.i:.��.:rr.u£:.�i�Si� :` .._.,. . ^'.y+ F' �. -a r. 'r. T.:, :.r •ern �':r .'lr:.ti it,`'< aa µ:."o -'~ •v•::. .:. Z. -a3 . ! )FG.I r ! .`. :.'tFc71fQ .:':JG� lil..i� r '! •. .._G ....F �1. .;.trt... {2'4. 2 Jliirli :Lr•l.f: 'w3:'.e•!T3'' 0.!'� i n• yr.^ : .::�� 'icy , �-..: .... �.i a�S-�.s[�- ' .�" �t�l. ...... ':... J _ .:�}�' �"!'�"�::��' Y� �{' -'.1' ;'r ri••a..tom i ..�,..: -'�.r.-' ��t.•-• ��Y•'�L�. �1'' .i2.: '}•• .. •Y:r: i-• <_ ':i"- r.• ''t- ..r:.f: "C;,*.i. „ t^ ':t =+' ,. .� ..�. •' ..Ii " . ::.L...a.-,•�V'.`,�Sc:;;�•j,-..,, .� SAS: ':�.it..s- •E_°s3.t _ 5'II:':it. � �'2�! �J�_w•�•.''r:C.cj..:.E:_3:`3 •7.",I'..�y i`' ...f: s:=.�;.i>'iti 1%-) 113f " i '.Ci •3I:r;s'Sti?.:. ,2'Y;;`:'a `+: - _s...• '`.. •� •.... ,,.`,�. f. t. .: .:.. -af:�'r".. ;t. TZ 3 %Irl.. • 1-:�:5' .f. - y ..r�� tp wyif+'.:.�.j. �.. ..:=_:{:r`.f rry1.: . �,�: ;S; :1•x '�`" '.€. .) _� _.l.;a .:..• .I.axra:J_::�1�,t l:;` �-�i,;� r J.... p: l4r :..... 'Ji- 'Q�s'-,a . :.r 1'tsti' J�" .iT.Si•w.� ! ;. .1j!'�..r..`.:.};•.w.r,.,. 3::.+F.....�.: .�:�.::•' .. -*r: :�'}'.•. ! :.. .� s;;i Si''aSL :��.!✓f' .I.nr �ay r - r._�ii.,l. d�'. ..i.t y'�1��.3��:.is.4i�'. 4 4(--.iw .r.v.AryaS� ♦.t+ ^ _ Y• ��� � -� t � JSi'.:��' YS�. ' -:::.. .3. •" .-' �. ..% .3.....1' ...!:-'a.�::r.'..?•.i .f%" •.�C.s'..1'Ls. �.'A':F��'a P,:..,,,.r.: - r;c"t :c•` ^ti -r.:y'r, ..t.i..i .i. - y 4, - �7.:::,:a: _ ! - ":rz:f•• �l:r, r 'y;;�,,"' ,:n. � ,. t�j.fz .:1.•.- .t�:l s3':-E...._J i:;�e;. .ti£.. •;.sl'F�::�.� -t �4fi:'i-S'..a.: :'9.7 '','3..::. .:.1��:,e.r.y. :E`t`.1 a`fa:. ;•.'.i. ;. }� .e.l'3'�,.yati:T..l ai �t 1�S��i�r•-¢T'.�.'J's a •_:.i :€t.,,. =r" � y,f, .. _ ... . .t. . ... _ 'e`^.t�.:s::ai;.. .•i•r...:::4...,i:lfif���3' } i:r , S i)t;.:`3.r:r#s:�...'�C! +���1:.�;iry�-,y'� #j:1t.'.Ci l;:i•: °. •.r.. rs •.aft :��,:,Fi •�'}. .,{�.. i. .rJaz' i, -.... r' •s .. .:. .F s. ..k, f-✓: x.. .. .. (�'.--4632 .Nes 3/77) -2- r . 1, l In the Board of Supervisors of Contra Costa County, State of California FEB 7 197? , 19 In dw Matter of Approval of Two Medical Specialist Contracts for County Medical Services IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Medical Specialist Contracts #26-825 with Theodore R. Purcell , M.D., and Harry Newman, M.D. , a medical corporation, effective January 1, 1978 at $80 per radio therapy consultation and #26-824 with Hunter 0. Cutting, M.D., effective December 1, 1977 for special hematology services at $173 per con- sultation, and further it is ORDERED that Contract #26-812 is cancelled effective December 31, 1977. PASSED BY THE BOARD on FEB 7 1978 1 hereby a wtify that the for�p is a true and corrw copy of an as eion the s*kmm of sold Boord of Svperviwn on the date ofansokL Witness my hand and to Sed of the Board of Orig: Human Resources Agency Supervisors � FE B 7 lila. 19 Attn: Contracts b Grants Unit o County Administrator County Medical Director County Auditor-Controller J. R. OLSSON, Clerk Contractors !!yam qty Clerk 6!6y Cralg EH:am H-24-3/77 15m r'Cantra Costa County Standard Fora 7 MEDI CAL SPECIA IST CONTRACT 1. Coatract Ider_tification. Contract # 26 - 825 Department:Contra Costa Medical Services Subject: Radiotherapy Consultation 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: Theodore R. Purcell , M.D. and State Medical Capacity: Harry Newman, M.D. License n G06353 Address: A ,•ted i ca 1 Corporation Alto Hates Hospital , Berkeley, CA 94705 3. Term. The effective date of this Contract is January 1 , 1978 and it terminates April 30. 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment. (Board Resolution No. 77/326 ). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Fors 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: [Complete either a or b, whichever is applicable] a.. [ ] $ per hour of consultation/training session/medical procedure. _ b. [X] $ 80.00 per consul tationhC@9jpftS session/ gS& 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical .and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Radiotherapy If applicable, Contractor shall be subject to Attachment it "Prepaid Health Plan Subcontract Requirements" attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. 7. 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. S. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 3101; Health and Safety Code Section 1451. :r 13. Signatures. rTssignatures attest the parties' agree nt reto: COWTY OF CALIFOEL-41A CONTRACTOR Theodor cell ,-M.D. A. !.Schroder By By si an, Eoa;-d or Designee Harry Newman, Recommended for Approval Dated: Ae Y /07J By ` (Form approved by County Counsel) Medical Directorbor Health Officer Microfilmed with boat order. f�[ ry Contract Number_ .n Attachment Number 1 PREPAID HEALTH PLAN SL"BCOyTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30; 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article XI Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract_ and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under tern of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract f76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PEP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimus of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632' .'view 3/77) -1- \ PREPAID nALTH PT-AN SUBCONTRACT REQU-I-R=aS 12. Contractor will notiiT the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in t1he U. S. Registered Mail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California .90005' Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. if Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract 176-56983, Article Xt, Subcontracts, as specified in this Attachment, wast be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not sake assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. I v -2 1 V (A-4632 Now 3/77) -2- ' Contract Number y i • Attachment Number I PREPAID HEALTH F"X SLBCOYMCT REQUT14MC—NTS Pursuant to State Department of Health/County Contract #76-56983 (County #E29-609) effective December 30', 1976, Waxaan-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article XI Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has .been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PEP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under tens of this contract Is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years froze termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to Inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. S. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance -committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632 New 3/77) -1- Z PREPAID nALTH Pl-%N SU3COYMCT REQL1_RF_%=S 12. Contractor will notirp the Department of Health and. Commjssioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U_ S. Registered Mail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005' Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. _ 15. If Contractor enters out or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract #76-56983, Article XI, Subcontracts, as specified in this Attachment, must be included iu such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval" of the other party and State Departmant of Health. bf. =r 1 ri'«fir : c .<. _.r_ .., .J ....,, .. _ -- .- i - (A-4632 New 3/77) -2- ' y Contra Costa County Standard Foss A`£DIC.A S?SCiA:.ZST CONT:taCT 1. Contract Identification. Contract v 26 - 824 Department: Contra Costa "edical Services Subject: Provision of Special Hematology Services 2. Parties. The County of Contra Costa, California (County) for its Department named above, and the follo-wing named Contractor mutually agree and promise as follows: Contractor: Hunter 0. Cutting, ld.D. State Medical Capacity: Individual License # C2L9A7 Address: Highland Hospital , 1411 E. 31st St., Oakland, Ca. 94602 3. Tem. The effective date of this Contract is December 1 , 1977 and it termynates April 30, 1978 unless sooner terminated as provided herein. 4. Ter=-nation. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment. (Board Resolution No. 77/ 326 ). In consideration of Contractor's provision of.services as described below, County shall pay Contractor, upon submission of a properly doc—ted demand for payment in the manner and form prescribed by County (Demand Fora D-15), and upon approval of such demand by the head of the County Department for which this Contract is Dade or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable) per hour of consultation/training session/medical procedure. b. [X] $ 173.00 per consultation/Usalutsg session/ 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at tines and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): .HefflatolooY • If applicable, Contractor shall be subject to Attachment #1 "Prepaid-Health Plan Subcontract Requirements" attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. " 7. 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. 8. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the. Contractor_ and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever, Including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Haalth Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. es signatures attest the parties' agreement hereto: GOUTY 0 C TA /C•ALIFO1W1A COk TRACTOR By : _ AkUrWer By Chairman, Cccira c` a.-r:�nq:ors Designee Recommended for Approval Dated: By (Forma approved by County counsel) ;.adical Dir--ctoApr Health Officer !►7� 4� .. :.r, 3/77) MKrofilmed With board O►dsr - Contract Number 2 6 m 8 2 4 Attachment Number 1 PRMPAID HEALTH PLAN SMC0.1Z'3.'LCT REQUIRM�S Pursuant to State Departyent of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seg., Welfare and Institutions Code and a waiver granted under Section•222, P.L. *92603, under, which the County provides Prepaid Health Plan (PFD') services, the following subcontract requirements (Article 81 Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal. State, and local . laws and regulations and State contract referenced_ by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number :above is not effective until it has been formally approved by.the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services ase provided to PIP eorollmss. Any extension or remegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record . system, and notwithstandins General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a -ins of four years from termination of State Department of Health Contract f76-56983 or until any audit or matter under Investigation by the County, State Department of Health, U. S. Department of Health, Education and.Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorised disclosure. 6. Any PEP enrollee's medical records maintained by Contractor are subject to Inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional revive process In relation to servfoes provided to PEP enrollees, and comply with resulting sequis�meats. S. Contractor will submit utilisation reports, in relation to PEP enrollaes, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PEP's grievance •condttee, if Contractor maintains PEP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, . Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. U-4632 :.New 3/77) -1- il9C4 - . PPLE AID HEALTH F"N Sr3C0�IM. CT REQUZ.xL._.. S 12. Contractor will notify the Dtpar=gnt of Health and Comissioner•of Corpo_ations "-- in the event the contract referenced by number above is amended. or terminated. Notice is consi44rod given when in the U. S. Registered Mail with first class postale addressed as follows: Alternative Health Systems Department of Corporations Departzant of Health 600 South Commonwealth 714 P_Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 33. Approval of the contract referenced by number above by the State Department of Health dots not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PH? enrollees in the event the Cou:.ycannot or will not pay for services performed for PEP enrollees pursuant to the contract referenced by number above. 1.3. If Contractor eaters'one or more subcontracts in oidar •ta.provide wy servicas .implied or espressod-'ia the eemtract referenced by number above, all sabcaatract eiemeats required by State Departm ant =sf Oftelth Contract 076-%983,, Article: ZI, Subcontra.--ts, as specified in this Attachment, east be included ire such su`beaatraet, except that Casty instead of State- Department of.Hemltb is responsible- for iepprov*1 and notiffcati,cn responsibilitiars. " ` .16. Contractor shall not make assignaeant and/or deleSation of this subcontract unless County bas .obtained prior written approval of the other party and Scate Department . of Health: r ..1' T. T r, ...., ,. _ ..,•—rte.. ._ -. _ . {A-4632: , New 3/77) -2- l�f2 f� C In the Board of Supervisor: of Contra Costa County, State of California FEB 7 7978 1n the Mon" of Agreement Governing Use of Community Room of Coast Federal Savings and Loan Association #22-089-2 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," #22-089-2 for the County Health Department to conduct its Child Health and Disability Prevention Program Advisory Board meeting on February 23, 1978 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 FEB 7 1978 1 hereby certify that the foregoing is o true and cared copy of m air =Maar on *e minulss of said Soord of Supervisors on the dote ofonsoid. Orig: Human Resources Agency su Wieness my hand and dw Serol of tfio bard of Attn: Contracts b Grants Unit FEB 7 -n wn cc: County Administrator offiixad this dap of - 19 County Auditor-Controller County Health Officer - J. R. OLSSON, Cleric Coast Federal Savings /;' and Loan Association By ��%-� - D" Clerk �'. j Craig SD:dg H-244/7715m I, 00 AGREEMENT GOVERNING USE OF COMMUNITY ROOM OF 2 2 - 089 -w2 - J ._ COAST FEDERAL SAVINGS AND LOAN ASSOCIATION JCOAST FEDERAL) The undersigned warrants that(he)(she)is the duly authorized reprrsentative of C H D P (Child Health and Disability Prevention Program, Health Dept., County of Contra Costa (Organization) and agrees that said Organization shall be bound by the rules and condition_set forth brow governing the use by Organizatioti of Cwst Federal's Community Room at its branch office located at 622 ranrra rnsta Blvd Pleasant H 71� A Reservation date: _Tan 26 1078 Date(s) required: FCh 23, 1978 (LIMIT 4 RESERVATIONS) Time of meeting(s)from S' a NUM(to 30-100 IMPM. Number of anticipated attendees (Minimum group size allowed ). RULES AND CONDITIONS: 1. The undersigned will be responsible for picking up the dc-or kev(s) prior to the meeting and returning same to Coast Federal no later than the following business day-. Date key received initials 2. No food or alcoholic beverages will be Nerved in said Community Room. 3. No games of chance will take'place therein. 4. No admission charge will be imposed for attending meetings held therein. S. Nothing will be taped, glued or nailed to any of the walls of the Community Room. 6. The Community Room will not be used for party purposes 7. No candies 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 dear)and orderly manner. 10. The Organization shall hold Coast Federal and its directors,officers and employers,harmless and shall idemnify said parties from any and all claims against them or any of them, whatsoever in nature,arising out of the use of the Community Room by:laid 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 az a result of said cancellation. 12. Attendees will not park in (wast Federal's customer parking area while attending axetiRp heli during regulw-Caiat Federd business hours. : 13. The Organisation agrees to scale f"ty in accordwi=*th agnW upon allocated ti■re Bard ie this fpeeSteit, and in my case,no later than 10:30 P.M. 14. Organisation assumes r+esponsibWty for the security of facility during use.of Dame. 15. The undersigned will promptly notify Coast Federds Branch Manager immediately if Organization cancels any sche.dulyd meeting. 16. Undersigned certifies that Organization is non-profit in nature and structure and understands that this Community Room is pr wiiddeedd as a service to the community by Coast Federal Savings. Contra Costa County for its H ealth De rat's D PROCRAN N ION (TYPE) n S re t Martinez 94553 ODOR CITU ZIP CODE ChOmman, ct c; - FEB 7 i ' 5 URE OF ORGANIZATION REPRESENTATIVE TITLE DATE . �• C�rodpr 372-2685 NAME OF REPRESENTATIVE(TVPE) BUSINESS PHONE HOME PHONE IDENTIFICATION --- C_�N�a a APPR BV (COAST FEDERAL REPR ATIVE) TITLE DA E nf"W sV8 1 7.76 IMicTofiitctod Wide board OfdW ,• 4 : :.k � ti.,,��..,, f.•..; . ..}' Jt� .:'`J 75i ,i .i. , .. ..ter; .x.•'r;-'..3 "u:i' : .. `-:.: f :.... { •:;1 iSi 111)1-fie... •, .� � .. ., .. .,, ,. FEB 10 1978 I CHILD IftTH & FAQ 14 1976 �w CHILD HcALtH & :- DiS11M M PREVENTION PRWpM1 In the Board of Supervisors of Contra Costa County, State of Calif mda February 7 14 78 . In the M "Or of Approval of Refund(s) of Penalty(ies) on Delinquent Property Taxes. As recommended by the County Treasurer Tax Collector IT IS BY THE BOARD ORDERED that re funds) of penalty(ies) on delinquent property taxes is (are) APPROVED and the County Auditor-Controller is AUTHORIZED to refund same as indicated below: APPLICANT PARCEL NUMBER AMOUNT OF REFUND Fred W. Mary W. Kennedy 105-043-010 $24.83 Mary Reuting 199-170-015-2 93.96 PASSED by the Board on February 7, 1978. I hNAY certify that dw 60 Doiw0 is a tMe and coned a"of on ori► wilwed on dw Minal S of said M-- of soreri Sas 0w iN afeNid cc: - County Auditor-Controller Wdoew "y wwd and tw Sug of dw hoard of County Treasurer-Tax Collector cf'imd ttrus 7th day of February . 19 78 County Administrator Applicant R. OLSSON. Ckrk D!" Ckrk Patricia A. Bell APPLICATION UL .1 S.. COUNTY OF CONTRA COSTA TAX PENALTY a .•' =:=-� d= Ob96 a: su r a IRA TA Cd. Arte Filed THIS APPLICATION MIST BE 50 FILED WITHIN 60 DAYS OF DATE PENALTY IS PAID OF BOARD OF SUPERVISORS Parcel Or Assessment No. / I C'-• t'J.i" -. - r...�r.�ir..rrr.ru_•..�.ri� Applicant '��- LAST RARE FIRST pow ci The Revenue and Taxation Code (Section 2617.0 Provida for cancellation of delinquent penalties as prop" taxes if: 11the delingwut penaltyMea.due to reasonable cause, and 2 was due to cirbeyond the assessee's conir-677 and 3) occurred notwithstanding the exercise of ordinary care, Maw 4 was not the result of willful neglect, ay pxes an rovided the pa~ of tad penalty is Made within 90 days of the first installment delinquency date or within 30 days after the second installment delinquency date an the secured roll. b) payment of taxes and penalty must be Hide within 90 dors of delinquency date on the unsecured roll. I hereby submit this claim for refund of penalty paid for the following reasons: 1 • '1 f ! L r \ ,fit .7 �`-. r 1 ti Q ►.0 YW 21(L3e (' \_ Na,IL 1 i . \ r �r�1��r�Mr�r�grriA♦...�rr�ir�l - I�rr.•rr.r./��,r�rr�q�rrl I Certify (or declare) under] penalty of perjury that the stataments on this application are true and correct. Person signing this application rust be person paying tau, his guardian, executor, or administrator. Sign here tiz Areru;.r Date - /— 7? Application must be filed with Clerk of the Board of Supervisors, 661 Pine5t eW91F46 Martine:, CA 94553 Phone 372-2371. IlAr icrvf`imrd with booed order TO BE COIIPLMD BY COUNTY Application No. * Date Received by Bard Assessee Name on Roll Reuting L Robert D. & Mari Delinquent 1st $1,660.00 Deliequent 2nd ' Tax Amount $1,566.04 Date Paid 1-31-78 Penalty Amount 93.96 Date Paid Other Tax Collector Initial Here The Contra Costa County Bard of Supervisors hereby: approves this application and authorizes the County Auditor to refund the full amount of the penalty to the applicant. disapproves this application. Board of Supervisors 110te . 3 APPLICATION COUNTY OF .CONTRA COSTA-TAX PENALTY Date Filed January 9, 1978THIS APPLICATION MUST BE FILED WITHIN 60 DAYS OF DATE PENALTY IS PAID OF BOARD OF SUPERVISORS Parcel Or Assessment No. 105-043-010 Applicant KENNEDY, FRED W a* MARY 11 T FAME FIRST WIDDLE 2230 Fifth Avenue Concord California 9451 _R & STREET CM STATE zIr PM The Nevenue and Taxation Code (Section 2617.5) provides for cancellation of delinquent penalties an property taxes if: 1) the delinquent penalty was.due to reasonable cause, and 2 was due to cirtaeces beyond the assesseeIs contreT and 3 occurred notwithstanding the exercise of ordinary care, aZU 4 was not the result of willful neglect, a) provided the payment of taxes and penalty is made within 90 days of the first installment delf -quengr date or within 30 days after the second installment delinquency date on the secured roll. b) payment of taxes and penalty must be made within 90 days of delinquency date on -the unsecured roll. I hereby submit this claim for refund of penalty paid for the following reasons: Our Check #762, dated r1ovember 7, 1977, in the amount of $413.93, was apparently lost in the mail as it ties not received in the Tax Collector's Office. The payment, with first installment tax card for Parcel No. 105-043-010, was mailed approximately !November 8, 1977, from our house in Concord, CA. i certify (or declare) under penalty of perjury that the statements on this application are true and correct. Person signing this application must be Person paying tax, his guardian, executor, or aMnistrator. Sign here ,�: January Q_ 178 Application must be filed with Cleric of the Board of Supervisors, 651 Pine Street, Martine=, CA 94553 Phone 372-2371. f' Microfilmed with boort! order' TO BE COMPLETED BY COUNTY Application No. Date Received by Board Assessee Nage on Roll Kennedy, Fred W. and Nary 1t. Delinquent 1st $438.76 Delinquent 2nd Tax Amount $413.93 Date Paid 1-13-78 Penalty Amount 24.83 Date Paid Other Tax Collector Initial Mitre The Contra Costa County Board of Supervisors hereby: approves this application and authorizes the County Auditor to refund the full amt of the penalty to the applicant. disapproves this application. Board of Supervisors Date f ���;49 In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 78 M dw Mahar of UPSPROUT' Community Garden Project Lease Renewals IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute renewal of leases with the Consolidated Fire Protection District for the use of certain property in Martinez, California and Leonard and Angela Picolet for use of certain property in West Pittsburg, California by the Cooperative Extension Service for its UPSPROUT Community Garden Project, teras and conditions being set forth in said leases. Passed by the Board on February 7, 1978. 1 heraby certify trail tlr: I, egnit L a tnn and cored copy of as ardor &*wed on tl» mkwW of said Board of Srpsrviaors on Ow data On , N64. Ori-g: Cooperative Extension W** my frond and dw Seal of*so Board of Service supwviwn cc: County Administrator afmd 7th doy of Eeb=u_ x . 191 County Auditor-Controller Fire District L. & A. Picolet // J• R. OISSON• CMrh 1049 West ftIlY_ Dr . By�;j%� .r L,ap-� , DopAy Clark Walnut Creek. CA 94598 Jamie L. Johnson H-24 4/77 15m 91 W50 Less*e's Copy LEA SE (Contra Casta Cormrzzdty Gardens Project) 1. Lease Identification. Deaartment: Contra Costa County Cooperative Extension Service Subjects UPSP JT Commrdto Gardens 2. Parties. The County of Contra Costa County. California, (Lessee) for its Deoartnent nerved above, and the following ranted Lessor nutually agree and vromise as follows: t:anet Leonard and Angela Picolet Address: 1049 West Holly Dr.- Walnut Creek, CA 94598 3. Tart. Tha effset_vs data of this Lease is February 1, 1978 and tenpirates February 1, 1979 •1nless :,sorer terdrated as provided herein. 4. Lessee's Oblication. In consideration for this Lease. Lessee shall Pay the wrn of One Dollar M.00 to Lessor for the entire tw-R of the Lease. 5• lessor's Obligations. Except for the improvement deeeribd in section 6 of this Lease. Lessor shall let the vacant land described as follows, parcel number 97-050-003, being 2.15 acres of land on Alves Lane in West Pittsburg, California. 6. lrmmvenents. Inproveisents consisting of the followira are located upon the land and are not included in the Leases None 7• Suversedirg Rights. The lard leased hersurder is leased subject to the following superseding easwvents and rightss None �4. Utilities. Water necessary for the irrigation of the crop_ s to be grown on the premises I be available during the terve of this Lease from the facilities of the Gardeners. . 9• Pro.isct. This Lease implements in whole or in part the following described Project: The Contra Costa County Cooperative Extension Service has assigned person- nel to the establishment of eoe_initP vegetable gardens under the Federal Compre- hensive Employaent and Training Act of 1974• These gardens are operated on a ran- profit basis in order to protide food and gardenirng experience for low-income fand- lies and gro+tos. The operation by which this purpose,will be carried out has been labeled "SPSPROUT Community Gardens." 10. General Corditiors. This contract is subject to the General Conditions attached hereto. which are incorporated herein by reference. 11. Legal Authority. This contract is entered into, under and subject to the following legal authoritys Goverment Code 26227 12. Sigratures. These signatures attest the parties' agreemeet hereto. LESS07 LF5SE^� r .rte U t f.0 Cont Leonard B. Picolet / Print 2Tana C irr+an, '.�oar-d of Surnervisors n 1 !' /�=' ATTEST: J.R. OLSSOv, County T Clerk and ex officio Angela Picolet Clerk of the Board Print Name) amity Clerk LEASE (Contra Costa Community Gardens Projeet) General Conditions I. Occumation. Lessee shall be given imediate possession of the demised prea3.ses. 2. Termination. This contract ray be tessinated by either party, as their sole discretion, upon thirty-day written notice thereof of the other. 3. Use* The real property herein leased shall be used for the planting. cal- tivating. irrigating. growing, terAIM, fertilizing. and harvesting of vegetabls crops. including application of herbicides, pesticides, and in;icides and cwwostiig. �• Straetures. Leases my erset a toolbox for storage of shovels, rakes, hoes. cultiva . see aid other tools normally used in connection with the activities mentioned in section 3. go other structures may be constructed vithout prior avore- val. —- —5. blast^. Lessee shall not coeait. or pa-mit others to oommit, on the preadses, •. water. or a misanes, or am other act that could distbarb the quiet enjoyment of Lessor on rsenrved or adjacent property. 6. Hold Harmless. Losses agrees to save. insiemndf j and held barsless Lessor from all bility Z—claims for damages arising from or connected.with Lessee's use . or opm tdse of the leased promises hereunder. 7• Insurance. Lessee agrees to take out and keep in fore* duriig the tees of this Lease at is own eagweoe public liability inomrance covering and insuring all parties hwoto, including the and of the Lessor as an additional insured, against ano accidents or injuriss to perssn or property arising or oecaring in or about the duds- ed premises in the aiiB.A seam of $250.000 for ary one person injured. $500.000 for arW ons accident, and $100.000 for property damage. Lessor shall be supplied with a copy of said policy indicating it as an additional insurad, anti shall also receive notice of premium. 8. Assigarant' and Sublease. Lessee agrees not to aasian this Lease or sublease the promises without first obtairdrg the written consent of the Lessor. 9. Successors. This Lease shall be binding upon the heirs, sueeessors, and Assigns . of Lessor. 10. Kotices. All notice* desired or required to be given shall be given in writing and may delivered by deposit in the United Stites mail, postage prepaid. Notices to the Lessee shill be addressed to Contra Costa County, Cooperative Extension Sear- vice. 960 Fist Street, Pittsburg, Califorr_a 94565• Notices to the Lessor shall be addressed to the Lessor's address designated herein. The effective date of notice shall be the date of deposit in the mils or of other delivery. 11. The Lessee agrees to be responsible for weed abatement, LessN'-a Copy ' LEASE (Contra Costa Convanity Gardens Project) 1. Lease Identification. Demrtment: Contra Costa County C000erative Extension Service Subject: UPSPRMT Community Gardens 2. Parties. The County of Contra Costa Coviaty, California, (Lessee) for its Dena-d~Zent naned above, and the follovirg named Lessor crit tally agree and vro�rise as follows: Contra Costa County tame: Consolidated Fire Protection District Address: 2010 Geary Road Pleasant Hill, CA 94523 3. Tern. The effective data of this Lease s February 1, 1978 and terrirates February 1, 1979 Unless sooner tezrdrated as provided nein. 4. Lessee's Obligation. In consideration for t*ti.s Lease. Lessee shall pay the era .of One Dollar 1. to Lessor for the entire terga of the Lease. S. Lessor's Obligmtions. Except for the impra►ewent described in section 6 of this Lease, Lessor shall let the v a ribed a ll ffl: parcel number 3 O�Z,° wing . res of land on Arthur Road in Martinez, California.. 6. Inprovenents. , Improvenents coasistira of the following are located upon the - lard and are not included in the Lease: None 7• Sawn-sedi Rights. The land leased herearder is leased sib feet to the following xapersedirg easewents and rights: None 8. Utilities. Mata necessary for the irrigation of the crops to be grown on the preedsee i be available during the tern.: of this Lease fro: the facilities of the Gardeners. . 9. Project. This Lease implaaents in whole or in part the followirsr described Project: The Contra Costa CountT 'ooDerative Ex+er►sion Service has assigned Dersor.- nel to the establishment of eae vegetable gardens.under the Federal Compre- hensive Employment and Training Act of 1974. . These gardens are operated on s rx rr profit basis in order to provide food and garderlrg experience for low-incase faed- lies and groups. The operation by which this p-:roose.will be carried out has been labeled "UPSPROUT Comwdty Gardens." 10. General Conditions. This contract is subject to the General Conditions attached hereto, which are incorporated herein by reference. 11. Legal Authors This contract is entered into. under and subject to the following legal authority: Goverment Code 26227 12. Signatures. These signatures attest the parties' agreement hereto. LESSOR MrSST Con s i A. V. Streuli, Fire Chief Print Fane Chairman, ..oazd of SuDervisors ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board 3y evity Clerk IFAS (Contra Costa Coasuurdty Gardens Project) Gene---&I Conditions 1. Occunation. Less** shall be given iaaediate possession of the dodged prem1383e 2. Tereiation. This contract may be terminated by either party, as their sole discretion. upon thirty-day written notice thereof of the other. 3. Use. The real property herein leased shall be used for the planting. cul- tivating. irrigating, growing. terAirg, fertilizirg, and harvesting of vegetable crops, including application of hw bicides. pesticides. and fugicides and co=osting. �+. Structures. Less** may erect a toolbox for storage of shovels. rakes, hoes, cultivatorsss hoses and other tools armlly used in connection with the activities mentioned in section 3. No other structures may be constructed without prior avoro- val. S. Wa_stre. Lessee sball mot commit. or paint, others to com>Adt, on the prodsee, water. or a naaisance, or aay other act that could disturb the quiet enjoyment of Lessor on reserved or adjacent property. 6. Hold Harmless. Lases aarew to save. indemnify and hold hairless Lessor from all limbi ty and claims for damages arising from or connected.with Lessee's use maintersums. or operation of the leased promises hereunder. 7. Insurance. Lessee agrees to take out and keep in force during the teas of this Lease at its awn eogwwo public liability insurance caverir g and ming all parties hereto.- ineludiag the iia; of the Lessor as an additional Irma , against air accidents or injuries to person or property arising or occurirg in or about .the dodg- ed prodses in the mind sum of $250.000 for any one person injured. $500.000 for an7 one accident, and $100,000 for property damage. Lessor shall be supplied with a copy of said policy indicating it as an additional inssurad. and sha11 also receive notice of premium. 8. Assittment' and Sublease. Lessee agrees not to assign this Lase or sublease the premises without first obtaining the written consent of the Lagar. 9. Successors. This Lease shall be binding upon the heirs, successors, and-assigns . of Lessor. 10. Kotices. All entices desired or required to be given shall be given in writ;.rg and amp be delivered by deposit in the Urited States mail, postage prepaid. Fotices- to the Lessee sh M be addressed to Contra Costa County, Cooperative Extension Ser- vice, 960 Fast Street, Pittsburg, CaliforrAa 94565. ?:otices to the Lessor shall be addressed to the Lessor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. In the Board of Supervisors of Gon tno Costa County. State of California ._ February 7 19 ZL In the Mahar of - Authorization for Contract and Contract Amendment Negotiations The Board having considered the recommendation of the Director, Human Resources Agency, regarding certain requests from operating departments for the -,completion -of contracts and contract amendments for the provision of various types of program-related services for the County, IT IS BY THE BOARD ORDERED that the Director, H»sn Resources Agency, or his designee, is AUTHORIZED to conduct contract negotiations with the prospective contractors named below for completion of purchase of service contracts and amendments for the anticipated teras and not to exceed the estimated contract amounts (payment limits) as follows: I. CONTRACTS ANTICIPATED MAXIMUM PROSPECTIVE COdNTY PROGRAM TERM/ EST. AMT. CONTRACTOR DEPARTMENT SERVICES EFF. DATE FUNDING 1. State Department Health Consultation i 3/1/78 - $ 43,000 of Health Tech. Assistance 11/30/78 (1002 EPA for Study of ' Grant) Cancer Incidence 2. County of Alameda HRA/CA0 Bay Area Placement . 11/15/77 - $ 1,947 Social Committee 6/30/78 (75Z State, Service Consultation Service 25Z County) 3. Clinton Bailey Med. Services/ Staff 2/8/78 - $ 300 Mbntal Health Training 3/15/78 (IOZ County, _ 9OZ State Short-Doyle) 4. John Wallace " " 2/2/78 - $ 200 _ 2/23/78 * (same as above) II. CONTRACT AMMUMENTS 1. Rubicon, Inc. Med. Services/ Short-Doyle 2/1/78 - $ 41,716 (#24-728-10) Mental Health Medi-Cal 6/30/78 (Short-Doyle Services Medi-Cal) 2. Phoenix Programs, Inc. " 10/1/77 - $ 103,338 (#24-751-10) 6/30/78 (sem as above) PASSED BY TETE BOARD on February 7, 1978. CERIZRM COPY I eel t1W this M a fill, true a correet copy o1 Orig: Human Resources Agency the original document which 19 on file in my office, Attn: Contracts 6 Grants Unit and that it was passed & adopted by the Board d Supervisors of Contra Cosa Cosntr. California. on cc: County Administrator the date -Doan. ATTEST: J. R. OLSSOY, County County Auditor—Controller Ciert t exofficlo Clefk of said Board of supervfsoes County Health Dept. M Dalaty Clerll.` JE� 1978 County Social Service G - County Medical Services/ i E O iso Mental Health RJP:dg !y7 ;c 4 t In the Board of Supervisors of Contra Costa County, Stats of Col&rnja February 7 , 19 78 In dw Mader of - Release of Park Dedication Fees to the Ambrose Recreation and Park District The Clerk of the Board on January 3, 1978 pursuant to Board policy having referred to the Park and Recreation Facilities Advisory Comittee the request of the Ambrose Recreation and Park District for release of $11,259 to complete the development of Pacifica Neighborhood Park in the Shore Acres area of West Pittsburg; and In a January 25, 1978 memorandum, the Director of Plarming having advised that the Park and Recreation Facilities Advisory Cammi.ttee had reviewed the request and recommends it be approved and the County Auditor- Controller be authorized to release $11,259 from the Park Dedication Trust Fund (3700), in accordance with the June 15, 1976 agreement between the County and the Ambrose Recreation and Park District; IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED. PASSED by the Board February 7, 1978. I hereby oertify Ow tlw for+epoinp is a true and cored copy of an order erNeried on tie exiles of said Board of Supervisors an dw daft A- e-id Orig: Planning Department W't wu my hard and dw Soot of dw Board of Supervisors cc: County Administrator off,ted "7th day of February 1978 County Auditor-Controller Public Works Department Ambrose Recreation and Park District J. R. OLSSON, Clark By � D"PAy Clark N. Pous H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 78 M 110 Maher of Transfer of Park Dedication Fees to County Service Area R-8, Walnut Creek The Clerk of the Board on January 5, 1978 pursuant to Board policy having referred to the Park and Recreation Facilities Advisory Cowittee the request of County Service Area R-8 for transfer of all available Park Dedication Funds to its operating account for acquisition of addi- tional land for Walden Park; and In a January 25, 1978 memorandum, the Director of Planning having advised that the Park and Recreation Facilities Advisory Committee had reviewed the request and recommends it be approved and the County Auditor- Controller be authorized to transfer $18,023 from the Park Dedication Trust Fund (2755), to County Service Area R-8, Walnut Creek; IT IS BY THE BOARD ORDERED that the aforesaid recd■ amdation is APPROVED. PASSED by the Board on February 7, 1978. I hereby nrtify that t10 forepobV is o trw and correct copy of an order enlM+ed on dw MkKdes of said doord of Supervisors on t!0 date aforesaid. WihOsts my mond and dw Sed of d0 Board of Orig: Planning Department SU cc: County Administrator ofRxed " th day of February 1978 County Auditor-Controller County Service Area R-8 J. R. OLSSON, Clerk Public Works Department By PUko , Do" Clerk N. Pous H-24 3/76 15m C5 6 In the Board of Supervisors of Contra Costa County, State of Calif xe is February 7 , 1978 In the At~of Release of Park Dedication Fees to the Oakley Union School District The Clerk of the Board on January 11, 1978 pursuant to Board policy having referred to the Park and Recreation Facilities Advisory Committee the request of Canty Service Area LIB-11 for release of $2,000 to the Oakley Union School District for use in developing terms courts at the Oakley Middle School Park Site in Oakley; and In a January 25, 1978 nemorardm, the Director of Plmmin8 having advised that the Park and Recreation Facilities Advisory Caaittee had reviewed the request and recommends it be approved and the County Auditor- Controller be authorized to release $2,000 from the Park Dedication Trust Fund (2711), in accordance with the July 15, 1975 agreement between the County and the Oakley Union School District; IT IS BY TIE WARD ORDERED that the aforesaid recommendation is APPROVED. PASSED by the Board February 7, 1978. 1 hereby certify that tt+e foregoing is a true and corm copy of an orudmr enlmr W on 111e miles of said board of Supervisors an the dom aforesaid. Orig: Planning Department Witnen my hand and the Sed of the board of cc: County Administrator Supervisors County Auditor-Controller affixed fl>as 7th day of February 1978 County Service Area LIB-11 — Public Works Department J. R. OLSSON, Clerk By— // f'4u-� . Deputy Ckrk N. Pous H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of .California FghrUarX 7_ 19 In dw AA~of Approving Addendum No. 1 to the Contract Documents for the Sheriff's Rehabilitation Center, Kitchen/ Dining Hall Facility, Clayton. (4411-4061) The Board of Supervisors APPROVES Addendum No. 1 to the contract documents for the Kitchen/Dining Hall Facility at the Sheriff's Rehabilitation Center, Marsh Creek Road, Clayton. This Addendum provides for miscellaneous corrections and clarifications to the plans and specifications and does not change the esti- mated construction cost. PASSED by the Board on February 7, 1978. 1 Imebp certify that the fis a true and c= ed cW of an order onlered an t�e wAnWas of said doord of Superviums on the dale ofoaesoid. Originator: Public Works Dept. Witness my hand and d w Seol of the Qowd of Buildings and Grounds supwviso,s cc: Public Works Department affixed this 7th dap of February 19 78 Agenda Clerk Architectural Division J. R. OLSSON, Clark County Sheriff-Coroner (Info) dy/Aw A,d4X �y C1wh Inspector Sandra L. Ael4qn H-24 4/77 15m • ADD'�flDU'1 ;'^ 1 January 31, 1973 Page 1_ of 12 Public lbrks Dnoartment Contra Costa Cou,ity Sixth Floor, Administration Building "artinez, California 94553 KITCHLN/^INI:;G HALL FACILITY SIIERIFF'S REHP.BILITATIOA CENTER MARSH CR1EE1: ROAD, CLAYTO'I EDA No. 07-51 29630 ADDENOU11 10. 1 10: All Prime Bidders of 'Record Acknowledge receipt of this Addendum by inserting its number and date in the 31d Form. Failure to do so may subject bidder to disqualification. This Addenduwu forms a part of the Contract Documents, and modifies the Docum?nts as follows: ATTACIN !TS 1. Description of Alternates 2. Revised Page C-2 of Bid Form Proposal 3. Exhibit X - Sign Details - 6 pages 4. Specification for Metal Toilet Partitions - 2 Pages 5. Septic Tank - Irrigation Line Location - Drawing Al-1 1��l�59 MMaaftned with board ad w.a.4:0�o.Hv:i,±'+ yh.'..a�'6,1�`«J�r�'-.::r.1Fe�tl ii3[E :1 J:,�tAv4'h1 ..r �"t'�%c� F.,. '.'!:. ri�.u'03,w..'ahi:i+.JtY,,.e:.�.i �.r.'v:9w.,_1 a i Hajar 1-..-:• ..:_r,W.L.:_:,,:.a cra4�..cs.+ .v.. KITCHEN/DI,IING MILL FACILITY Addendum 'Mo. 1 SHERIFF'S REHAMLITATION CENTER January 31, 1973 HARSH CREEK ROAD, CLAYTON Page __2_ of 12 SPECIFIC",TID?fS - SECTIM 1C - PROPOSAL (3ID FrJX4) 1, Page C-2, Alternate No. 3: Revise "Deduct the Sum of" to read "Add the Sum of" 2. Page C 2, Alternate No. 4: Revise "Deduct the. Sum of" to read "Add the Sum of" 3. Page C-2, Add "6. Alternate No. 5" as folloris: State the amount to be added to the base bid for the addition of aor'k (Depressed Loading Camp) as shorn on drawings. Add the Sum of dollars (; ) 4. Page C 2, ,'add "7. Alternate fico. 6" as fol lows: State the amount to he deducted for deletion of one air conditioning unit over the Dining Area. Deduct the Suai of dollars (I,' ) 5. A description of Alternates (Ittachment No. 1) is hereby attached for clarity. 6. Revised page C-2 of the bid form proposal (attachment No. 2) is attached for convenience and may be inserted with each yid package. SPECIFiC!ITI01S -SECTIM 1G - GEREPAL CMI)ITIMS 1. "Exhibit X", Sign details are hereby included (Attachment Mo. 3) and made a part of this addendum. a'ECIFICATI9tdS - SECTIOt•I 21 - EARTII'rrK 1. Page 7 of 7, para. 78: Delete the following sentence: "Grades under areas to receive topsoil shall be brought to 1'-G" helow finish grade," SPECIFICATIONS - SECTI111 2E - SITE 111PROVEMENTS 1. Pale 2 of 2, 3. 11aterials: .Add the following paragraph: f. PVC Pipe: 1120 schedule 41 pipe sleeves for use in connecting punting areas. ^#,*d+,d3iti*S.YSY,'4#riT. 'k V�s.sfirlM`i'S`k;;r ' .+.: i _i :S°^{:3•e�niwJ.ilfr t€�'C,W KITCHVI/DI"IIAG HALL FACILITY Addendum Plo. 1 SHERIFF'S REMILITATION CUTER January 31, 1078 "MARSH CREEK MAD, CLAYTON Page 3 of 12 SPECIFICATIU'IS - SECTIUH 3A - FUR`-MORK 1. Page 2 of 3, paragraphs 4.d.1-, and 4.d.2. : Delete both paragraphs. SPECIFICATIUIIS - SECTION 3C - CONCRETE 1. Page 3 of 10, paragraphs 7.g.1 , and 7.g.2.: Delete both paragraphs. SPECIFICATIOAS - SECTIO'! 3F - SANDMASTING 1. Delete Section 3F in its entirety. SPECIFICATIONS - SECTIM 5A - MISCELLPMEOUS METALS 1. Page 1 of 4, paragraph 1, Scope: Delete 1.c. "Steel Beam, Hangar angles and bolts for Movable 9al1 supports. 2. Page 2 of 4, paragraph 3. ?Materials: Add the following: H. Aluminum: (For metal ;.tall surfaces) .042" thick sheet, laminated to gypsum board with U.L. approved adhesive. All ex- posed edges to be hemmed. SPECIFICATIONS - SECTION 6A - CARPEIITRY 1. Pages 2 of 4 and 3 of 4, paragraph 3.g. "Plastic Laminate !Mall Panelling": Delete this item in its entirety. 2. Replace paragrap,i 3.g. with the following g. Prefinished Panels at Toilet "ooms: (1) MATE?IALS (a) Prefinished panels shall )e "marlite" by 11asonite Corporation, or approved alternate; 1/4 smooth sur face factory finished hard board with a thermosetting synthetic resin finish not less than 1-1/2 mils film thickness. Color, as selected, must be constantly uniform. (b) ?loldings shall be vinyl covered aluminum 5y same manufacturer as panels in matching colors as selected. (c) Adhesive shall be IMarlite FT-350 or C-425 conforming to AST11 C557-65. 01%61 aw ,.c ,i a_ srs:•. , .. . rye , KITUEUDIAIM HALL FACILITY Addendum ilo. 1 SHERIFF'S RENABILITATIOA CENTER. January 31 , 1978 MARSH CREEK, CLAYTO'l Page 4 of 12 (d) Fire Hazard Classification: AST11 E34-61 flame spread-25, smoke developed 15, rated fuel contri- bution as tested on face. (2) INSTALLATIO71 (a) Verify that drywall backing surfaces are completed, clean, smooth and ready to receive panels. Commenc- ing installation implies acceptance of surfaces. (b) Install materials in strict accordance with manufac- turer's latest printed instructions. Install appro- priate moldings at all inside corners, between panels, top edge and against wood trim. Coordinate holes, backing etc. :•pith other trades so than the installation will be completed in a worl:manlike manner. Rubber base will be furnished and installed by other trades. (c) Completed aork must be free of scratches, blemishes, adhesive and all foreign matter. 3. Page 3 of 4, paragraph h: Metal Laminated !Tall Panelling. Delete paragraph h. in its entirety. SPECIFICATIOAS - SECTION 73 - Building Insulation 1. Page 2 of 3, 2, Materials: Delete 2.b. "Exterior !Mall Insulation Board System" in its entirety. SPECIFICATIO'IS - SECTION SC - GLASS XID GLAZI"IG 1. Page 1 of 2, paragraph I.a. : Delete "Glazing of all sash 2. Page 1 of 2, paragraph 2.e.: Delete in its entirety. SPECIFICATIOAS - SECTIO:! 30 - SPECIAL DOORS 1. Page 1 of 1, paragraph 2.a.: Change first work from "Stainless" to "Painted". 2. Page 1 of 1, 2.a.3. : Revise "I'lo. 4 satin finish stainless steel" to read "Galvanized steel painted" SPECIFICATIONS - SECTION 9D - CEMENTITIOUS ACOUSTIC PANEL 1 . Delete this section in its entirety. ti 01021 >X4ttK!4 #itt 7 S.4•h t-r v ' . ti` r�M..:k 41. KITME11/3IMIG HALL FACILITY ,addendum :'lo. 1 SIiERIFF'S RE ABILITATIM CENTER January 31, 1973 MARSH CREEK ROAD, CLAYT011 Page 5 of 12 SPECIFICATIMS - SECT12i'l 9E - PAINTING 1. Page 1 of 5, paragraph 2.a.: Revise to read: a. "All exterior and interior exposed surfaces on gypsum board, good, metal , and primed metal , including all exposed electri- cal and mechanical equipment and accessories on exterior of building. Exposed exterior surfaces of concrete and concrete masonry units to receive waterproof sealer only. Interior surfaces of concrete masonry units to be painted. 2. Page 4 of 5, 6. Paint Systems: Add the following: S. Exterior Concrete and Concrete 'lasonry Units: a. Clear tiaterproofing coating, lorr pressure spray applied as per manufacturer's printed instructions; 'iouston #r2 Regular or Seal co 702'1. 3. Page 5 of 5, 6. Interior Paint Systems: Change "interior Concrete" to read "Interior Concrete Block" and delete (except sand blasted finish). SPECIFICATIO;IS - SECTIO'! 9F - GYPSUM ORYUALL SYSTEIIS 1. Page 2 of 3, 3.c.: tletal Studs: Revise as follows: 113-5/8 25 gauge roll - formed galvanized steel channel type at 161" in centers for heights to +14'-0" and 24" on centers to height of +9'-6". Double studs at all openings." 2. Page 2 of 3, 3. 'laterials: Add the following: J. Corner Bead: U.S. Gypsum Co. Durab2ad k. TFR7 Gypsum Co. 200 Series 3. Page 3 of 3, 5. Drywall Panel Erection: Add the folloaing: e. "Provide cover corner bead at all exterior corners and termi- nate exposed dry;•rall surfaces at all dissimilar materials with specified metal trim." SPECIFICATIMS - SE-CTInA 3G - SUSPE"1DED ACOUSTICAL CEILI3GS 1. General : Delete all references to cementitious acoustical, panels. In lieu of these ceiling panels install acoustical panels as described in Section 9G. 00663 KITCIIEM/DI11I11G !-TALL FACILITY Addendum Mo. 1 SHE"IFPS REIIABILITATI0-1 CENTER January 31, 1973 MARSH CREEi: ROAD, CLAYTON Page 6 of 12 SPECIFICATI9:IS - SECTI!*N 10A - TOILET PARTITI0:1S 1. Delete Section 10A in its entirety and replace w th Attachment No. 4 to this Addendum, ""fetal Toilet Partitions" pages 1 of 2 and 2of2. SPECIFICATIOAS - SECTION 19D - OPEP.ABLE 'MALL 1. Delete Section 10D in its entirety. SPECIFICAT_I311S - SECTIO14 11A - FOOD SERVICE EQUIP'.1ENT 1. Page 19 of 25, paragraph 27, Item 14: Revise Security Cabinet to 4'-0" in lieu of 8'-O". 2. Page 20 of 25, paragraph 27, Item 25: Delete Item 25, "one Each Req'd, Three Section Refrigerator, 115 Volt, Single Phase" in its entirety. 3. Page 22 of 25, paragraph 27, Item 39: Delete Item 39 "tine Each Req'd, Spreader Plate" in its entirety. 4. Page 22 of 25, paragraph 27, Item 49: Delete Item 40 "One Each Req'd, Tilting Fry Pan, 208 !colt, Three Phase" in its entirety. 5. Page 22 of 25, paragraph 27, Item 41 : Delete Item 41 "One Each Req'd, Skillet Filler Section" in its entirety. 6. Page 24 of 25, paragrap.i 27, Item 62: Revise "Three-Tier Skate- 4heel Conveyor" to delete Second and Third Tiers. 7. General : All equipment furnished shall be set up for the use of propane gas. SPEC IFICATI01S - SECTIO`1 153 - PIPI1'IG MID PLUMSING 1. Pages 3 of 13, 2.10: Add the following: 6. The Contractor may substitute a single water heating unit in lieu of the trio sho,,m on the draviings. This single unit shall provide the same total capacity as t%..o units specified. 2. Page 4 of 13, 2.1: Add the following paragraph: G . Drinking fountain DFl shall be i-;all mount type ,Hth w". elchair access, without cooling unit. Provide Haws 1119 or approved equal . 00664 Addendum ilio. 1 KISCHE;I/%:IVG IIPLL FACILITY January 31 , 1978 SIiERIFF'S RLIJA3ILITATIn3 CEII''ER page 7 of 1Z 3th;ZSF3 CREES: ;?OAD, CLA'tYTIR SPECIFICAT1103S - SECTIG:3 15C - HE TTIG, VE:3TILATI?3G, AII? CO:I'OITI!1;3I:IG i• Page 5 of 13, 2.3: Vevise paragraph as follo.ls: From E ui ment Food Service FEX1 FE X2 FEX3 Exhaust Ducts ", Flues q...P----- 09 3)uct:lork from Isood to ceiling shall ns andifro 'fans eto outlet class 0 r ; 18 gauge. Gusts above ceiling to shall be 16 gauge galvanized steel (conforming to �3FPA ^G, paragraph 41). Pae 6 of 1J, paragraph 2.4: Revise paragraph as fallm,"Is: 2. 9 Food Service FSI FS2, Su 1 Ducts ormin to Shall he 16 gauge galvanized steel eeloabove c glshallCbefstainless` I1FP!1 �`6, paragraph 41y• Ducts sSeams may he loci: Joint sheet metal . steal , class 3, 2J gaug . 3• Page 5 of 10, paragraph 2.1 .c.: "evise paragraph as 10110"!s: Exhaust Fans shall be as follow" vertirges Spun aluminum, tchen aexhuapustasystemsst l,anon- designed for kitchen sparking with ticventi i atedonnnct troof curb s trough, and adjustable ;+ V!i th louvers. S.P. to 1-inch S.P. th FE, .. 8,.i'JU CFM at 31x'47) ItP�i, 3 tl.P. Greenheck sheave change) UCaE 36-30. ,. 5 P t .0 1-inch S.P. ;pith FI:X=r - b,bou CFM at 3/4 Groenl�'_cl: Sheave change), 570 P'.M.1, 2 'i.P., UCdt 30-20. 1,L9J CFM at 5/8" 5 P tto 314-inch S.P. with FLX_3 � '175 R-111, t/'L !1.P., Greenhectc Ur-uh Sheave change?, 13-5. Pa9e 2 of 10 and 3 of 10 , 2•1• tlechanical Equipment. riorl,q. General - Delete unit ACa in its farentiAC4yunit�.OVAll air quantities~ cions from ?iC-1 to outlets sham so the AM unit total remains sham may 5e dotirnrated proportionately me, Undercut Boar Hamner 13 to alleviate positive pressure the sa in ury Storage area. i,4 fyi �Yt. :z. r.• 1• Y: F-n '•'s' ,' t iQ�• t .tom r 4. y .t. , .ri,' .;-i'S :':n',l +.r:�+t�'.�`:c.,•r4'v; 'Y .^� t�{!. - .. t: .... .'._, ;lj,...: .. ,..•:•q'r: �'yt".vl^s•.y,� '7i .'(pct c„t r:..i ^-a. s�:'r c, ;;k•.r.4,�?�,`t}Lkl,.;yi''. ..,.''_` :i ;:is i":".. t:. .. .. 5;7`......,,...., •.iii-' . .... .. .... .. . KITCHM/DIMMG HALL FACILITY Addendum Ho. 1 SHERIFF'S "RE111113ILITATION CENTEP, January.31 , 1978 1ARSH CREEK !LOAD, CLAYTO!t nage 8 of 12 DRX-IINGS - ARMITECTURAL 1. Sheet '!o. A2: Add the following to General dotes: 117. The topographic survey information is provided to give the Contractors and Bidders benefit of the information available to t'le County and the Architect. The County takes no res- ponsibility for the accuracy and completeness of the topo- graphical information and makes no representation that said information is an accurate representation of the conditions and features of the site. Bidders and Contractor shall satisfy themselves through their own investigation as to conditions to be encountered." 2. Sheet No. A2: Delete chain link top on enclosure at the Emergency Gen3rator Enclosure Plan". 3. Shaet !to. A2: The area representing the depressed loading ramp is described under Alternate No. 5 elsewhere in this Addendum. The base bid provides for A.C. paving and rocs; base at this location. 4. Sheet "to. A3: The Loading Ramp, Loading Ramp Section I/A3, including the concrete ramp and retaining ,Malls, concrete stairs , pair of 6'-0" X 3'-G" gates, required excavation and backfill , pipe handrail , concrete catch basin and grate, and 6" storm drain leading from the catch ' asin to the storm drain on the south side of the structure make up Alternate No. 5. The base bid provides for A.C. paving and rock base at the level of the surrounding area. 5. Sheet `to. A3: Plant Bed [to. 4 is not identified. It is located between the handicap ramp and the parking stalls. Add 6" PVC sleeve under sidewalk extending from Plant Bed ;to. 4 to Plant Bed Pio. 3. 6. Sheet "to. A3: Roof drains not shown connected to storm drains shall be connected to 4" storm drains leading to curb in a per- pendicular direction from the wall face. 7. Sheet 'to. Al: Finish Schedule a. "Dining" is sho%-m taice, delete one reference. b. Delete all references to plastic laminate wainscot and wall panels, and acoustic panels at walls. At Dining 12 plastic laminate and acoustic :call panels are replaced with exposed concrete clock painted at the exterior walls and gypsum board with SGSE finish on the east gall . At Employee Room 44 finish the gypsum board with SGSE and paint the exposed concrete block 09G6 KITC3"IE!I/DI�lI.1S HALL FACILITY Addendum aa. 1 SHEnIFF'S 'REHA3ILITATI03 CE3TER January 31 , 1978 MARSH CREL•K ROAD, CLAYT0'3 mage ,�, of 12 on the east gall . At office ?r5 and Hall #13 finish the gypsum hoard with•SGSE. At Toilet "Rooms i6,7, 15 and 16 finish the gypsum board walls with SGSE, paint the exposed concrete block .-talls and provide 4'-0" high prefinished (Marlite) wainscot. At Janitor #14 install overlay P.W. panels in lieu of plastic laminate. At Dry Storage area "- omit overlay P.W. panels at t'io exposed concrete block ural 1 s. At all exterior walls omit concrete base. Delete painting of exposed concrete tees. c. Delete dote Number 6 under "Remarks" and replace 1.0th "A2 Sheet Aluminum !•tall Finish at Dishwashing Area." 8' Sheet a.4: Detail 6/A4 is part of Addition Alternate Ito. 5. 9. Sheet A4: Floor Plan: Delete "d indicates location of clere- story windows". 10. Sheet A5, Partial Floor Plan: Delete all indications of wall finis} on inside surfaces of exterior !..,al Is. 11. Sheet A5, Toilet Room Elevations: Delete all references to plastic laminate shown on these elevations. toilet partitions are metal in lieu of plastic laminate, %stalls are gypsum board or exposed concrete black at exterior t•talls with a 4'-011 high prefinished (!',arlite) wainscot all around in lieu of plastic laminate. 12. Sheet A6: Dining Elevations: Revise references to Dining 2A and 28 to "Dining 2". Delete acoustic panels and plastic laminate wainscot on west and north wall of Dining. These walls to be ex- posed concrete blocs: painted. 13, Sheet Ab, Office and !employee Room: Delete plastic laminate from all vra 11 s. Ra 1 I s to be gypsum board painted except for east wa l I Of Employee Room Mich WiII be concrete block painted. 14. sheet A6: Dry Storage Room: Delete overlay ply%;rood on gypsum board at north and east .-tails. these %'rails to be exposed concrete block painted. 15. sheet P,6: Janitor 14: Delete plastic laminate panels and replace with overlay plywood. 16. Sheet A7: Ceiling Panel Detail I/A7: Delete "Cementitious Acoustic Panels" and replace with "Acoustic Panels". These panels to be the same as the suspended panels in the kitchen. 17. Sheet V: General : Delete cementitious acoustic panels, Wall in- solation and plastic laminate panels from all details. Extend ceiling finishes to exterior ;call tiMere insulation and panels have been removed. Delete the ward "Ceaentitious" under Legend. " qtr.'- ' i:. /' y .".., �r'l�'�:��.?,Ill...........:.:�:i�u':;'7' .Cil - :+.&:.. -'�... - '. ., .... •"•:��� KITC111:0WOVIING HALL FACILITY Addendum 'Io. 1 SHOIFF'S RE!IASI LITAT I W1 CENTER January 31 , 1978 MARSH CREEL: ROAD, CLAYT1i 1 Page 19 of 12 13. Sheet A7: Details 7 and 8: Where metal studs fasten into the present tees provisions shalI be made for a 1" minimum deflection (slip) joint. 19, Sheet A7: Entry Reflected Ceiling Plan: Delete the word "Painted on the exposed tees. 20. Sheet .47: I-lain Reflected Ceiling ?Ian: Delete all references to "Paint" on exposed concrete tees. 21. Sheet R9, Extirior Elevations: Delete all indications for clere- story windo:vs. These windo:•is to be replaced with poured concrete as shown on structural drawings. 22. Sheet M Sections A, l3, C, and D: Remove all references to cem. acoustic plastic panels and plastic laminate panels. Exterior ;walls to be concrete block painted and on Section A the wall surface to be gypsum board painted. 23. Sheet Al: Section Q: Depressed loading ramp as shown on this Section is Additive Alternate "lo. 5. 24. Sheet IO: Door Schedule: Undercut Door 13 x 1 inch. 25. Sheet All: Door Details: Remove indications of !gall insulation, plastic laminate and acoustic wall panels from these details. Adjust door frame widths accordingly at detail 5 and details 17 through 13. 26. Sheet All: Sections 3 and 11: Delete all references to acoustic wall panels and plastic laminate panels. Revise counter fire door assemblies from stainless steel to galvanized steel painted. 27. Sheet x111: Clerestory :Iindows: Delete in its entirety the following: a. Partial Elevation at Clerestory !-li ndo:vs b. Sections 9 and In 28. Sheet Al2: Laminated !Tall Panel Detail 24/Al2: Delete this detail . In lieu of metal laminated panels laminate the metal directly to gypsum board with an approved I.I.L. adhesive. '.there exposed concrete block occurs apply metal to 3/8 inch particle board whic'i in turn is adhesive applied directly to the concrete block. Special Joints are not required, however any exposed edges must be hemmed. 29. Sheet Al2: Details 1 and 2: Delete these details in their entirety.. 30. Sheet !112: Details 3 and 9: Delete laminated plastic panels, at detail 3 apply resilient base to 3/8" filler and provide metal trim on gypsum board, at detail 9 provide metal trim on gypsum hoard. $1. Sheet Al2: Details 10, 15, 16 and 17: Delete in their entirety. .lo base will be required at concrete block. ;ti.. .•;..,.. .:...`l'..,1...._.T:..:r•5... . ,. ';Y'. si.: .,risT: �a�tv ::1 . (� 'C�.-.' i..l':: :.}':; ...: ......,:...... ..y... ........... ..:. ... arc.,., *.,:y +fin.: ' . 1 KITCiIEi/DI:tIiG {TALL FACILITY Addend+ani tloJanuary 31 , 112 SA IFF'S ^E,iAuILITATIOji MITER page 11 of MRSH CRUX "OAD, CLAYT0:1 ORA:II iGS - STRUCT'URAL re 4eetedg, 1. Sheet 54, Elevations A and B: All clerestory win��jjed 0thlconcrete. therefore all spaces between tee stems are to . e tt�'IittGS FnA'1 SERVICE Ell l3IP:1E'tT 1, General : Del ete t,Ie following items from the drawings: :.4. a. Item 25 - Refrigerator, Pass Through S. item 3 TgjtirdtgrSkillet c. Item 40 d. Item 41 - Sink 'Unit nitA`••tI;IGS - irSEC'i,"„tICAL zent 1, Sheet ,12, General : r Delete unit AC fro EquiCeiling°hasuoutlinedle and oof plan. Revise duct .pork shown on "Plan Above undar the specification section of this Addendum. 2. ed Sheet 112, Alternate :to. 6: Units ofA 2 and a C3 may bhereminnthisnto one unit. Refer to description Addendum. of t 3, Sheet .,2, Equipment ScheduteXhaust fanscFEXc1�i FEX 2candnFEX-3his Addendum for revisions to e Con 4. Sheet i'14, Partial Plan A. Tiro Mater heater ers arovidingre �the hsame tractotalocapacityhasithe etrwo units sple ecified. p y. Sheet `14, Partial Provide Z 3i4” gas drops for convection Plan A: for ovens, provide(1flOverheadsgasolpitchenafeederntoaba(1�1/414"fulls drop for fryers. length. MIS, Revise drinking fount b. Sheet , fountain UFl as Plumbing S described in the specification section of t?lis Addendum. /. Sheet �.1J� nd as Fuel Gas Schwmatic:�, ICitcheaflde2)lrl%galdrops eas de- 1-1/4" full length .jith 2 3/4 drops ( scribed above. tin, 1. .l ..(l•.` - i.: •is •r ,... ..... ,,.....:;,::,,:: . :,:.•;;,,,,,,;,,,,, ++..�:r. 4'iso ''e`' .ri:.. �u:'.Y'�,.. ':F' -:t;^ ,•}�p i,i E`.`. 'rh'•. .,Ss.,, -'a..lc iF{' Y•:t. �fte ax'"„y Y�'4N w KITC111;1/91PIIING HALL FACILITY Addendum 1o. 1 SHERIFF'S CEMAQILITATIC-M CMTE? January 31, 1973 'MARSH CREEK ^OAD, CLAYTON nage 12 of 12 ORNII'l'S - ELECTUCAL 1. Sheet E1 , Panel Changes: a. Delete: Circuit Breakers 1, 2, 3, 4, 5, F, 7, O, g, 10, '119 12, 13, 15, and 17 on Panel 2P b. Delete: Circuit Breakers 21 and 23 on Panel E c. Change Panel 2P to 225A Main 21 ckts and spaces d. Delete: Clain s,,-Titch ground fault interrupter 2. Sheet t-2 - Kitchen Po.•rer Plan levisions: a. Delete: Itells 16, 13, 22 and 24 on kitchen power plan 3. Sheet E-3, Revisions: a. Delete: ADM and associated conduit and disconnect switch on roof plan b. Delete: ,AC#4 from air conditioner control circuit c. Delete: Circuit breakers g, 10, and 12 on Panel It. DRAWINGS - SEPTIC TANK SYSTEM (Sheet ST-1) 1 . See Attachment No. 5. Adds the approximate location of the irrigation line for reference. Actual location shall be verified as necessary by the Contractor. (Refer to Section 2F, Paragraph 4B, 2a4 . nn yyrrs� ..W.h. 1'•:.:-' ..ry .., y:_...,':...�..f...r_ti' "'�• cif'-. =ry r. ATTACA'.1E'1T 111f}. I KITC;'M1/3, MI,'IG MALL FACILITY Addendum No. I SHERIFF'S REIMILIT",TVA CZATER January 31, 1973 t1ARSH CREEK ROAD, CLAYTOA DESC"IPTIO'I 1F ALTVIIII!'M ALTEMATE NO. 1 Add the Septic Tank grain Field indicated on the Drawing ST-1 as Alternate 'Io. 1. This includes all +lork starting aith the 6" pipe leading from the diversion box and including the tao fields in the secondary system. It also includes rerouting of the 6 inch water line. The diversion box is in the base bid. ALTER'IATE ;IO. 2 Replace concrete block exterior walls ,-tith concrete tilt-up panels as indicated on drawings. ALTE"I'l1T"a NO. 3 Add Security Lighting as described on Drawing E4, including cir- cuit breakers, miring from main panel , concrete base, pole and fix- tures. Empty conduit and pull boxes are part of the base bid. ALTER11ATE 'I0, 4 Add the Standby Generator as shottrn on drat•ting E4 and as described in Division IG, Section 16!x, of the Specifications. This alternate in- cludes the furnishing of Vie Standby Generator, Labor and 'laterials for installation and connection to main switch clear and propane stub off. Empty conduit, pull boxes and stub-off from propane is in the base bid. ALTERNATE 'I0. 5 Add the depressed loading ramp including excavation, backfill , gates, concrete, reinforcing steel , catch basin and cerate, 6" connecting storm drain, pipe railing, and all other related tabor and materials requirad for a completed installation. The base bid requires A.C. paving and rock base for this area at level of surrounding area as described in Section 2C of the specifications. ALTER II1TE 1,11l. 6 Provide a single air conditioning unit in lieu of units AC-2 and AC-3. T'te performance of the singl3 unit shall be the sum of the individual performances of units AU-Z and AC-3. The Contractor shall modify and extend ductwork as required to provide air distribution as sho..tn. This alternate trill require a submittal for approval prior to commencing installation. . ATTACK?SENT MU. z KITC1W1JUP1I,1G !TALL FACILITY Addendum !lo. 1 SHLRIFF'S RLMILIT,ATIOPI CUTER January 31 , 1973 MARSH CREEK. ROAD, CLAYT04 4. ALTENIATL 1n. 3: State the amount to be added to the Base Bid for the addition of. work (Security Lighting) as described in Drat-ting L-4. Add the Sum of dollars (s 5. ALTL 11ATL iU. 4 State the amount to be added to the Fuse Bid for the addition of work (Standby Generator) as described in Division 16, Section IGC of the Specifications. Add the Sum of dollars {i ) 6. ALTL."„'1ATL NO. b State the amount to be added to the Base Bid for the addition of work (Depressed Loading Ramp) as shown on drawings. Add the Sum of dollars (� ) 7. ALTOMIATL W. 6 State the amount to 5e deducted for deletion of one air conditioning unit over the Dining Area. Deduct the Sum of dollars ($ ) B. It is understood that this bid is based upon completion of the work within —3 p ralandAr days from and after the date of commencement. C. It is understood, with due allo!rances made for unavoidable delays, that if the Contractor should fail to complete the work of the con- tract within the stipulated time, then, he shall be liable to the Oerner in the amount of Dpghundred dollars 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. U. The undersigned has examined the location of the proposed wort: and is familiar with the Plans, Specifications and other contract docu- ments and the local conditions at the place There 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 respon- sible for any errors or omissions on the part of the undersigned in making up this bid. C-2 :ti y b : }1 •.;,+ .+ ..,•fix: Fa --i yt .. ....t. a•k:-.;, ..:„f<•.::.....:�,�.i:,.`> �,.Aw.l". ii:` .•fish&. .N :.t4`L �'... ..1.. .t. .....:... .: ....:.... .. .. ..:. .„1i}S. :' c:Mh'�14. .4...•J. i, aY` is},,.. ,yr.a�,.t . .r EXHIBIT ;t ATTACHMENT N0, 3 Addendum No. 1 January 31 , 1978 3 Sheets 'Sf Ui j • j h►y • E N r a a .+ bxmhit'a.w7•+rr.,.. ..�^,..l�..(.".l,iR x,; .2 `.t^:'., ....s'+nkti-•ry,.:k�tb+wH.-d"Y:�s�.�„t�*i�ct�011`rt� .:�Fa an?wl'A?'��:r,M1a..t�w�4i.q'.Q.,'bMi:az v _y r', }'�f!4�'” fk.. �.++. Amti.': �,• V rtic^^"�^�''n Y,». Ykfi!!K'w'�, .s....�. .:a;x t y�.�','" �•t!'S^''E 'WSR?x;,x'tK::^"'yr(,'�w'•4Y?`;:at'.k�S}��£m :.<�eva R900 l It 44 .0a b �w , • � V � y.� e h err rv, ,c5t, `'rA 2 4„ t h 4 �! •J i •1. ii 1 t t `�' 4. Number µi �,.- 4I/ Z } ti • b h� 4 n1 40 ov 0: '•� die w ' b i • 41 Number -- - 81 r _ 2x4 4x•i PCST ve �1 '� 1 , Q,fs i; •�1'i � �' i :. '._��i . !:Y:: Number 4 ,a_ -�'� - �. ,� � } �t � YYC. S .�.•`('' i•• x,,y r � � t+ a � b t ? 4;+, ' •:�.. ..wS�,_.4?`` r �t �x:,� ��'r�.t- ,�a«,�le;.-�wa.,p.�a��3�t_;".�•-k �. 1 '+ �. ,.s e.. ' �. �"n >u:.'^+?�a'{`.r,:.,.r�r.�`mr �.....;;. is ,_,szs .�;?kt;c.�+r�7o!�1Y+cr, ` I �Ja,T �1 t� �I I 1 �'n •poi tl 9y, /',i '� jr -- -- N.1=J 1 �vp ri • JC r ��.r:•��'�/.'- "f .'LVu//i'i � `vel,/� Number 50 f7 t<i:-�r.x, a�2}: .rt,.,.•��.� .� y ? sz "s �,. _ L fit i �,, t'„'t.,.lS �'t' �� g ,.W,— t-'. g "C �� µ j �.� +raNCds�n ' �� �v 3 t� h ztilykn <. fin M X y ( Y.. fE `,�-!,A. .lw ::R r.,,�...t ,.k 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 t 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 :.oat 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" ATI AMMIT fin. 4 KITCHEN/DUMIG STALL FACILITY Addendum ,Io. 1 SHERIFF'S REHAUILITATIU;A CENTEP. January 31, 1975 Page 1 of 2 SFCTIMI 19A MLT;L TOILET PARTI TM IS The requirements of Division 1 apply directly to all work hereunder. 1. SCOPE Work included: Perform aii cork necessary and required for the construction of the project as indicated. Such Mork includes but is not limited to the folio,.-ting: a. Partitions and screens. b. Hardware. !Mork Not Included Under This Section: C. Structural supporting members. d. Toilet roan accessories. 2. SUBMITT!1LS a. Submit shop drawings. samples and manufacturers literature for architectural acceptance before fabrication or delivery of materials to the building site. Submittals shall shore plans, elevations, construction details, ,metal gauges, hardware, reinforcing, fittings, mountings and fastenings. 3. GENERAL RLIMI Ei1E'•1TS 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 one of the follo15ring manufacturers: Sanymetal , Mills, Global , or approved alternate. 4. METAL PARTITI03S a. Toilet partitions shall be floor-supported, overhead braced units with uniform flush front appearance and shall include all fittings, hardware, fastenings and finish for a complete installation. 10A 1 of 2 ATTAClIMMIT ?10. 4 KITUMN/DIMING !{ALL FACILITY Addendum tlo. I SHLRIFF'S REHABILITATIn'14 CEIITEB January 31, 1973 Page 2 of 2 b. Panels, pilasters, headrail , doors, shall be cold-rolled, zinc-coated, bonderized, stretcher-leveled steel , finish grade. C. Panels and doors shall not ' e less than i" thick, flush, formed from tao sheets of plate assembled over and cemented to a laminated corrugated fiberboard sound-deadening core, and shall have formed edges interlocked with a rounded steel molding, welded at the mitered corners. Partitions shall be x;20 gauge material ; doors shall be #22 gauge. Partitions shall be attached to walls with adjustable brackets and rigidly interlocked to pilasters with invisible tension hoods. Fittings shall be chrome-plated. Provide solid backing in panels for Grab Bars, toilet paper holders and other accessories as required. d. Pilasters shall he not less than 1-1/4" thick; made from tato sheets of 020 gauge steel , assembled in th? same manner as the doors and partitions. Pilasters shall extend from floor to head- rail . All pilasters shall be provided !lith an adjustable floor anchor and stainless steel or chrome-plated base trim. e. Headrail shall be bolted or screvied to pilasters from the inside. 'lo scre%is shall be visible from t,ie outside. f. Ilard,,are shall consist of standard type gravity hinge villich allot-is the door to remain open at any angle; heavy latch with combination keeper and rub�er-faced strike, and coat hook with rubber bumper. All hardware shall he chrome.-plated, manufactured or furnished by the manufacturer of the toilet partitions. g. All doors, panels, pilasters, Neadrail , shall he thoroughly chemically cleaned, sanded smooth, and finished with rust- inhibitive metal primer and synthetic enamel , baked on. Color shall be as selected and approved by Vie architect from the manufacturer's standard colors. 5. VISTALLATI0111 a. Toilet partitions shall be installed as shown on drawings by the manufacturer or his authorized representative in accordance with the manufacturer's specifications and printed installation instructions. Install toilet partitions and screen in a rigid and substantial manner, straight and plumb, with all horizontal lines level . Pilaster anchors shall be carried through finish floor materials and fills and set' in slab with shoes and adjustable anchors. b. After installation, carefully adjust all hardware and leave in perfect ;-corking order. Doors shall be free in i�inge bind after installation. Clean partitions on completion of work and leave free from imperfections. 10A 2of2 09680 CO ratiThi F r r ".'. �l� � it r— C) 'C RS ¢ Q1 Gts Zw T •rXLr rK 7 r rsrt�-.`��✓ I— p rq 4i } ¢ ,.•-OLr- LAc Aj r. ,ccO c'r rcif La! f .� ✓� Qlcat LL- co C7¢ LLJ /Z<A. AT.�OAI L IA,JE: L I. — PUBLIC w LA-es)W CONTRA COSTA COWORKS DEPA ' t ca-+rr.n rai scar { } � • /-alb p ..nc w ra..•��.c• I � I I I JS' I I l tr 10•A RSO+t04 �A$M ��a .Xmay In the Board of Supervisors ` of Contra Costa County, State of California February 7 , 19 78 In dw A%ow of Approval of Amendment Agreement with Buchanan Airport Hangar Company for rental (by the County) of storage space in T Hangar Building A, Buchanan Field. On March 27, 1972, the Board of Supervisors approved the agreement between the County of Contra Costa and Buchanan Airport Hangar Company for rental by the County of storage space (for airport maintenance supplies) in Hangar Building west end, Buchanan Field Airport, on a month to month basis at $25 per month, commencing March 1, 1972; and the Owner of said hangar storage space has notified the County (Permittee) that the rent shall be increased from the $25 per month to $30 per month, effective December 1 , 1977, as provided in the agreement. On recommendation of the Public Works Director, IT IS BY THIS BOARD ORDERED that said rental increase be accepted;,and IT IS BY THIS BOARD FURTHER ORDERED that the Amendment to said rental agree- ment is hereby APPROVED and the Public Works Director is AUTHORIZED to sign said Amendment on behalf of the County. The County Auditor-Controller is hereby AUTHORIZED to pay in advance the sum of $210 to the Owner, as rental for said storage space for the period of seven (7) months, commencing on December 1, 1977 and ending on June 30, 1978; and the sum of $360 per year thereafter on a fiscal year basis; subject to refund of any prepaid rents in the event of termination of the rental agreement, as provided in said Amendment. PASSED by the Board on February 7, 1978. 1 hereby certify that the foregoing is o true and cored copy of am oder Ml i d on the m➢nulee of sold Board of Supervisors on the dee ofonnokL Witness my hond cod die Sed of the load of Originator: Public Works Department Superwson Real Property Division olBxed "7th doy of February 19_1 8 cc: Auditor Buchanan Airport Hangar Co. J. R. OISSON• Clerk (c/o - R/P) By— � f'D . Deputy CMrk Airport Manager N. Pous (All with copy of Amendment) H-244/7715m J .r AMENDMENT TO RENTAL AGREEMENT - (Buchanan Field - Tee HangarStorage Space) 1. Parties and Purposes. Effective on December 1, 1977, the BUCHANAN FIELD HANGAR COMPANY, P. 0. Box 5400, Walnut Creek, Ca. 94596, hereinafter referred to as "OWNER", and CONTRA COSTA COUNTY, a political subdivision of the State of California, hereinafter referred to as "PERMITTEE`, hereby amend their rental agreement dated March 27, 1972 covering certain storage space in the west end of Tee-Hangar Building "A", located on Buchanan Field Airport, Contra Costa County, California. 2. Amendments. A. Change in Monthly Storage Charge Section 6 of said rental agreement is hereby amended to increase the monthly storage charge for said hangar space from $25.00 to $30.00 per month, commencing on December 1, 1977. B. E.a,iner of Payment, Section 6 is hereby further amended to contain the following provision for advance payment of said rent: Io consideration of any delayed payment accruing from the effective date of the rent increase, Permittee will pay in advance the monthly storage charges for the period of seven (7) months, commencing December 1, 1977 and ending on June 30, 1978, the sum of $210.00 based upon the rate of $30 per month within thirty (30) days after the effective date of this Amendment. Permittee may, thereafter, at it's sole discretion, pay the annual fiscal- year storage charge of $360.00 per year, based upon the monthly storage charge of $30 per month, within thirty (30) days after the effective date, commencing on July 1, 1978, or pay $30 per month rental in advance due on or before the first of each month. V.krofitmed with board ordK ' -2- It is understood and agreed that in the event of termination of said rental agreement by either party, before the expiration of any paid-up period of rent, the prepaid rent shall be prorated and for any period the rent paid after the effec- tive termination date shall be refunded to the Permittee within thirty (30) days after said termination date. 3. Effect. Except for the Amendment agreed to herein, the rental agreement of March 27, 1972 remains in full force and effect. Dated this ZA day of 1978. Buchanan Field Hangar Company Contra sta County Owner d its Re e 8 c -Public Works ctor Approved as to Fora Joh B. Clausen, County Counsel By Deputy In the Boar d- of &per4ui m of Contra Costa County, Stout of Go is - SEA ? I919 MdwM NW of Agreement with Cullinane Corporation J . On the recommendation of the County Auditor-Controller, IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement with Cullinane Corporation for the product, EDP AUDITOR, for use by the Internal Auditors in auditing infor- mation processed and stored in the' County' s computer, at a cost of $5,000, plus tax. Passed by the Board FEB 7 1978 1 hemby cs+ofy that A* fwspoiw0 is o snw +and co ed oar of as ardor iis @J on the w;wwtmofsaWenntiiof&*onimmon "ck*oo6nIasaid. Orig . Dept. - Auditor-Controller Wift"� myhwdandA*UWofthoDoardof cc : (c/o Data Processing) S++P"+rr+ „ 10-71 Auditor oft"d this day of F F F ! l9 Contractor Data Processing Administrator J. R. OLSSON, Chris Doputy Clark cr H-24 3/76 ism t 111{01 Cuffinane n AGREEPWT The Cullinane Corporation, hereinafter called "Cullinane", is pleased to submit this Agreement for the use of Cullinane pro- ducts and services. This Agreement specifies the terms and con- ditions for the installation and use of Cullinane products and the services and considerations to be provided by Cullinane to County of Contra Costa Auditor-Controller's Department hereinafter called the "User", and provides for the use of Cullinane products on the User's computer(s) located at as needed to perform the audit function. The products and services to be provided are as follows: ANNUAL THREE CREDIT LICENSE TRAINING RENWAL MDNTH UPON ,SYSTEM FEF. DAYS FEE TRIAL ACCEPTANCE EDP-AUDITOR $ 5,000 5 $1,000 Yes Add-on to CULPRIT Date of Submission 9.27-7.9 wcW4ry Office pawk 20 Wiiw S&m%,Wdlak,,Miam 01181,Td(617)2376600.Tekx:92-2411 jIrnW with board ordw TERMS AND CONDITIONS A. SYSTEMS(S) 1. Charges provide for the use of the System(s) and on- site education, guidance, telephone consultation, and assistance in the use of each System. 2. User agrees to limit access to any and all System ma- terials and/or documentation to those employees or consultants who must have access to such information in order to use the System(s) . The User will not dis- close any information to any third party without prior written permission from Cullinane. 3. The rights granted herein are restricted to use solely by the User and may not be assigned, transferred, sub- licensed or otherwise disposed of by the User without prior written permission from Cullinane. 4. This Agreement is for the use of the Cullinane System(s) on any number of CPU's at a single site operated by the User unless specified otherwise. S. Additional sites within the same organization in North America may acquire the same Cullinane System(s) at a discount. Additional sites installed within six months of the first installation acquire the System(s) at 65% of the fees in effect at the time of the secondary in- stallation. After six months, installation at addition- al sites may be acquired at 75% of the fees in effect at the time of the secondary installation including re- newal fees. 6. Additional sites within the same organization located outside North America are at a rate of 75% of the ini- tial site fees in effect at the time of installation including renewal fees. 7. Educational institutions may acquire Cullinane System(s) at 85% of the current fees. B. MAINTENANCE - Cullinane agrees to provide program corrections for any System error reported and determined to be in its System(s) documentation or operational procedures in the most expe- ditious manner possible and at no cost to the User. Should the error be found not to be in Cullinane's System(s) , doc- umentation, or operational procedures, the User will be billed for any travel and living costs incurred by Cullinane. C. LIABILITIES Cullinane will respond as indicated in Section B to any er- ror condition. The User agrees, however, to hold Cullinane harmless for any loss incurred by the User due to any error condition in any of its System(s) or operational procedures including those provided by Cullinane. D. INSTALLATION, TRAINING, AND SUPPORT 1. Cullinane will conduct on-site training and consulta- tion in the amounts specified for up to 25 people. Such training and consultation will be scheduled at a convenient time to the User. 2. Actual travel and living costs related to installation, training, and support, and shipping charges for docu- mentation are billable to the User for all Cullinane Systems. 3. Additional on-site training beyond that specified in this Agreement is currently available at a rate of $600 per man-day plus reasonable travel and living expenses. Consulting services are currently available at a rate of $450 per man-day plus related expenses. 4. Cullinane will provide telephone consultation on the use of the System(s) at the .User's request at no extra cost. S. Manuals provided with each System include Installation (2) , System (2) , and User (10) . 3 6. The User may video or audio tape for his own use any training session provided by Cullinane and may repro- duce any documentation manuals and coding sheets for his own use as long as all titles, logos and copy- rights are also reproduced. Additional copies of manuals and coding sheets in excess of those provided under this Agreement may be purchased from Cullinane at standard rates plus shipping charges. E. ADDITIONAL CONSIDERATIONS 1. Trials The User has the option to return the System(s) at the completion of a trial period without further obliga- tion other than payment of the trial fees and associated travel and living costs for installation and training. 2. Billing Billing will commence when System(s) installation has been completed. Payment is due when invoiced. Payments made by the User shall be exclusive of sales, use, or other taxes (whether Federal, State, or Local) except those based on Cullinane income and personal property, and if such taxes are paid by Cullinane, they shall be billed to and paid by the User. 3. Annual Renewal Fees The User agrees to pay the annual renewal fees as speci- fied. These fees entitle the User to use- the System(s) , acquire at no charge all new releases of the installed System(s) , new documentation, telephone consultation on the use of the System(s) , maintenance, and membership in the appropriate User Association(s) . Non-payment of the _required fees constitutes a cancellation of the System(s) . Fees are due and payable on the anniversary date of the installation of the System(s) and are in- voiced for each full or partial year of System(s) use after the first. 4. Source Code Availability When source code is not provided as part of the System(s) , Cullinane agrees that, if for any reason it cannot pro- vide support for the System(s) and the User's operation is seriously impaired as a result, Cullinane will make a copy of the current source code available to the User. The User will not sell, provide .services, or make avail- able the source code to any other party without written permission from Cullinane. 41 g � j F. GENERAL TERMS 1. Cullinane certifies that it has title to or a propri- etary right to license its System(s) and holds the User harmless from any claim of infringement of any copyright or patent on any System(s) t-r:vered by this Agreement. 2. The User is automatically eligible to become a member of the User Association(s) of the System(s) it uses. 3. The System(s) shall at all times remain the property of Cullinane subject to the provisions of this Agreement. 4. This Agreement shall be governed by the laws of -the State of California. 5. Terms and conditions set forth herewith will remain in effect and open for acceptance for 90 days from the date of submission unless extended in writing by Cullinane. Signature and receipt by Cullinane on or before the final acceptance date will constitute an Agreement. This Agreement shall not be valid and binding until accepted" by an authorized User representative and by an authorized representative of Cullinane Corporation. ACCEPTED BY: PROPOSED BY: FIRM CONTRA CULLINANE CORPORATION SIGNATURE SIGNATURE OFFICER NAME der NAME TITLE Chairman C Bcm-d t - TITLE Vice President � vJ;. iy,,v,a DATE .FEB 7 1978 DATE-September 278 1977 ACCEPTED BY: CULLINANE CORPORATION SIGNATURE OFFICER TITLE DATE 0000 5 J In the Boord of Sup�nrao�s of Contra Costa County, Stats of Calilanio FF8 7197° . 19 In iM Ai~of The Contract for an Independent Audit by Gilbert Vasquez & Company of the Head Start Program WHEREAS, the federal government requires that Contra Costa County arrange for an audit of its Head Start Program; and WHEREAS, the audit must be completed by April 30, 1978; and WHEREAS, the Acting Auditor-Controller has solicited proposals from four CPA firms; and WHEREAS, the Acting Auditor-Controller received and evaluated two responses; and WHEREAS, the Acting Auditor-Controller recommends that the proposal submitted by Gilbert Vasquez & Company, CPA's, San Jose, California, be accepted by Contra Costa County; NOW, THEREFORE, IT IS BY THE BOARD ORDERED that its Chairman is AUIMRIZED to sign for the County the Contract for Auditing Services with Gilbert Vasquez & Company for an amount not to exceed $2,750. PASSED by the Board on FEB 7 1978 1 hwSby uriifY *,A* iM In 19W is a lrua and cared any of aw ardw mmbMd oo *a oii�MM of said board of Srponrisors an fly do* Nift I d. Wbam my hmwd aid do SMI of flr baud of Orig. Dept. : Auditor-Controller �p,s cc: County Administrator aAinsd s doy of FEB r f ,9 . 19 Community Services Adm. Contractor c/o Auditor J. R. OLSSON, Cwk / �y iy y�%l-� ��� -� C1sr1t H-24 3/76 15m Contract for Auditing Services Contra Costa Countr Number 31033-00 1. Contract Identification. Department : Office of the County Auditor-Controller Subject : Independent, certified audit of the County's Head Start Program for the period from January 1, 1977 through December 31, 1977. 2. Parties. The County of Contra Costa, California (County) and the following named Contractor mutually agree and promise as follows: - Contractor Gilbert Vasquez S Company Capacity Partnership Address 675 North First Street, Suite 611, San Jose, California 95112 3. Term. The effective date of this Contract is F and it terminates April 30, 1978, unless sooner terminated as provided here n. 4. Pa eat Limit. County's total payments to Contractor under this Contract shall not exceed 2.750.00 . S. Count 's Obli ations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, sub- ject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that workWe—scribed in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated•berein. 7. Conditions. This Contract is subject to the Conditions attached hereto, which are - incorporat_e rWrein by reference. S. Promo ect. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: County Had Start Action Plan 1977. 9. Le al Authority. This Contract is entered into under and subject to the following legal authorities: The Economic Opportunity Act of 1%4 as amended by Title V of the Headstart, Economic Opportunity, and Community Partnership Act of 1974, 42 U.S.C.32921, et sen! (P.L. 93-644, 88 Stat. 2301); California Government Code 331000 and 353703. 10. Si signatures attest the parties' agreement hereto: COUNTY OF CALIFORNIA CONTRACTOR 7ay .R.f.Sch:odet (Pirma; lout of Supervisors By - � ,. •, Designate olf f is a captity in 'bustobs Attest: J.R. Olsson, County Clerk and affix corporation seal) State of California ) By - County of Santa Clara ) ss. M?— rang Deputy ACKNONfLBDGEMENT (CC 1190.1) The person signing above for Contractor known Recommended By to me in those individual and business capa- cities, personally appeared before me today and acknowledged that he/they signed it and ' / r that the corporation or partnership named �-Gf7''• rPo Pa P ti g Auditor-Controller above executed the within instrument pursuant to its bylaws or a resolution of its Board of Directors. F ved: unty Counsel Dated: 1 _u - –_ eputr CIAL SiAt Notary Public Deputy County Clerk KAREN a NOTA>:►MLK-CAIIPOmNA "WIPAL Ono" IN SANG GAM COUNff a� My Coa+iisio� ArprM IS, INI ' W � D PAYMENT PROVISIONS (Fee Basis Contracts). Number 31033-00 1. Subject to the Payment Limit-of this Contract and subject to the following Paysent Provisions, County will 'pay Contractor the following fee: A sus calculated from the number of hours actually expended by Contractor's personnel in the provision of services hereunder at the fixed hourly fee rates for Contractor's personnel, as follows: Partners, Principles, and Managers.....= 45.00 Supervisors........ .... ................i 35.00 Senior Staff Accountants...... .. ......._ 5:00 ' Staff Assistants'' $ 19.00 - Clerical Clerical and Secretarial Staff... ......_ 12.00 2. Contractor shall be paid after satisfactory acceptance of the audit report by the County, which, at its discretion, may make its acceptance contingent upon satisfactory acceptance of the audit report by the U.S. Department of Health. Education and Welfare. 3. In the event that this Contract is terminated prior to Contractor's satisfactory completion of the independent audit, no pa)went shall be made to Contractor and he shall not be relieved of liability to the County for any damages that may be sustained by the County by virtue of any breach of this Contract by Contractor. Contractor also agrees to pay the full amount of any liability within thirty (30) days of demand by the County. SERVICE PLAN Number 31033-00 1. Contractor shall perform an independent audit of the Head Start Program operated by the County. The period to be audited shall be January 1, 1977 through December 31, 1977. 2. Such audits are to be made for the express purpose of satisfying the County's obligation under Title V of the Headstart, -Economic Opportunity, and Community Partnership Act of 1974. The audit guide is the "Federal Domestic Assistance Catalog No. 13.600, Guide for Audits of Head Start Program Grants, Department of Health, Education, and Welfare, Washington, D.C. 20201, Revised January 1977." Contractor agrees to perform said audits in such a manner and fashion so as to satisfy the County's audit obligation to the U.S. Department of Health, Education, and Welfare. 3. Contractor shall periodically report to the County through the County Auditor-Controller on the progress of the Contractor's examinations, findings, and conclusions. 4. Contractor shall prepare the final written audit report in the format prescribed by the U.S. Department of health, Education, and Welfare. S. Contractor shall complete performance of the independent audit pre- scribed herein to the satisfaction of the County no later than April 30, 1978. On or before said completion date, Contractor shall furnish the County with five (S) complete copies of the certified audit report, shall send eight (8) copies directly to the Department of Health, Education, and Welfare, Attention: Regional Audit Director, SO United Nations Plaza, Room 174, San Francisco, California 94102, and shall submit one (1) copy directly to the Department of Health, Education., and Welfare, Attention: Office•of Grants Management, SO United Nations Plaza, Room 41, San Francisco, California 94102. 6. The County reserves the right to recall Contractor for any sub- sequent work that may be required by the U.S. Department of Health, Education, and Welfare to satisfy the County's obligation for independent audit and Contractor agrees to perform any such subsequent work to the satisfaction of the County. Initials: . . . . Contractor County Dept. 00694 n CONDITIONS Number 31033-00 1. C2nliance with Federal R irements. Contractor shall comply with all Federal regulations, gu elines, bulletins, and circulars applicable to The Economic Opportunity Act of 1964 as amended, including Title 4S of the Cod# of Federal Regulations, as published in the Federal Register, Vol. 41, No. 88, Wednesday, May S. 1976; Vol. 40, No. 126, Monday, June 300 1975; Vol. 38, No. 181, Wednesday, September 19, 1973; as may be revised and amended; and which are incorporated herein by reference. 2. Chang" in Federal Re lations. If the regulations promulgated pursuant to the Act are'amended or revised, Contractor shall comply with them or will notify the County within 30 days after promulgation of the or revision that it cannot so conform, so that the County may take appropriate action including termi- nation of this Contract, if necessary. 3. Examination of Records. Contractor shall give to the U.S. Department of Health, catioa, and a are, the U.S. Comptroller General, and the County$ the right to examine all records, books, papers or its related to this Contract and shall retain all records for a period of three years. 4. Compliance with Law. Contractor shall be subject to-and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. S. - Di s tomes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Goverment. 6. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 7. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior wiitten consent of the County Administrator or his designee,. subject to any required State or 8. Confidentialit . Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confidentiality, including, but not limited to, the identity of persons served under this Contract, their records, or services provided thea, and assures that: a. All applications and records concerning any individual made or kept by Contractor or. any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service, b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. _1- CONDITIONS 9. Nondiscriminatory Services. Contractor agrees that all goods and services under this ontract shall a available to all qualified persons regard- less of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 10. Amendments. This Contract may be amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors. 11, Indemnification. The Contractor shall defend, save harmless and indemnify the County wn& its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 12. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate o-insurance evidencing workers' compensation insurance coverage for its employees. C, Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by thea shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 13. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States Mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made: Finance Building, 625 Court Street, Room 103, Martinez, California 94SS3. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 14. Termination. This Contract may be terminated by either party, it their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. -2- wo9� In the Board of Supervisors of Contra Costa County, State of California Februart► 7 19 Ig,. Hearing on the Appeal of the City of Walnut Creek from Action of the Board of Appeals on Application for Land Use Permit No. 2012-77, Walnut Creek Area. The Board on January 17, 1978 having denied the appeal of the City of Walnut Creek and upheld the density approved by the Board of Appeals with respect to Land Use Permit 2012-77 (Beacon Point Associates, applicant) , and having referred the proposal back to the Planning staff to review the overall project design with the developer and the City Planning staff for subsequent recommendation to the Board at this time; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that the applicant had submitted two site plans but the City and County failed to reach an agreement on Which plan should be approved or modified and, therefore, having recommended that the matter be continued to February 21, 1978 at 10:50 a.m. to allow the applicant to prepare detailed drawings With the understanding that further continuation may be necessary if the design review has not been completed; and IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED. PASSED by the Board on February 7, 1978. I hereby awtify Mid the in egoinq is o true and correct a" of an ardor snowed an dw s+i�wlas of said load of Supervisors on the dote ofaasaid. 1A/il mm any hand and die Seta of dw bard of CC: City of Walnut Creek Beacon Point Associates 7th February 19 78 M. Huguet Director of Planning County Counsel (4.,,q, OLSSON Clerk �. �► Dep"tr ClWk nda Amdahl H-24 4177 15m a y� In the Board of Supervisors of Contra Costa County, State of California February--Z . 19 7JL 4 lir Maher of Appointments to the Housing Element Advisory Committee. The Board having established a twenty-member Housing Element Advisory Committee to assist in revising the Housing Element of the County General Plan (each member of the Board to nominate four persons for appointment) ; and Supervisor J. P. Kenny having nominated the following persons for appointment: Mr. Joseph Formica, 3421 Belmont Avenue, E1 Cerrito 94530 Ms. Magdalena S. Cantu, 5500 Barrett Avenue, El Cerrito 94530 Ms. Audrey L. Davis, 205 Market Avenue, Richmond 94801 IT IS BY THE BOARD ORDERED that Mr. Formica, Ms. Cantu, and Ms. Davis are APPOINTED to the Housing Element Advisory Committee for terms ending on or before April 1, 1979. PASSED by the Board on February 7, 1978. 1 booby certify dm* do faopoiao b o true and cored cope of as order wowed on ll�t UNWOas of said Board of Sgwrvisors on the dolt oF, ,id. CC: Mr. Formica Witness my bond and the Seal of tlr Board of Ms. Cantu 7th February _ 19 78 Ms. Davis Y Director of Planning County Auditor-Controller R. OLSSON. Clerk County Administrator �\ Public Information Officer BY aputy Clerk Ronda Amdahl H-24 4/77 15m IN THE BOARD OF SUPERVISOR OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Composition and Terms ) of- Off_ce of the Citizens ) February 7, 1978 Advisory Committee for ) , County Service Area P-4 ) Supervisor R. I. Schroder having recommended that the Board confirm the composition and terms of office of the Citizens Advisory Committee for County Service Area P-4 as follows.: Term Member Expires Mr. Eugene S. Jones December 31, 1978 115 Canon Drive Orinda 94563 Mr. Harold F. Keenan December 31, 1978 8' La Campania Orinda 94563 Mrs. Stephanie L. Mann December 31, 1978 3 Darnby Court Orinda 94563 Mr. Jack MrcAvoy December 31, 1978 .7 Hilldale Court Orinda 94563 Mr. Michael Brooks Carroll December 31, 1979 70 Estates Drive Orinda 94563 Mr. Carter S. Wells December 31, 1979 831 Santa Maria Way Lafayette 94549 Mrs. Phyllis Stambaugh December 31, 1979 138 Crestview Drive Orinda 94563 -- ---- Vacancy-highschool student December 31, 1979' IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on February 7, 1978. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal CC: . Citizens Advisory Cte. of the Board of Supervisors affixed via Service Area this 7th day of February, 1978. Coordinator Service Area Coordinator J. R. OI�SSON, CL County Sheriff-Coroner County Administrator By Public Information Officer Rona Amdahl ' Deputy Clerk IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hearing on the ) Draft Environmental Management ) Plan of the Association of ) February 7, 1978 Bay Area Governments. ) The Board earlier this day having adopted Resolution No. 78/122 accepting as its initial position' the recommendations of County Planning staff with respect to the Draft Environmental Management Plan of the'Association of Bay Area Governments, pending a hearing later in . the day; and This being the time fined for the hearing and the Board having received a February 1, 1978 update of the Staff Analysis and Recommendations filed with the Board on January 5, 1978, relating to Volume 1 of said Plan; and Mr. A. A. Dehaesus, Director of Planning, having commented on certain components of the Plan; and The followtag persons having appeared to comment and/or, suggest amendments, deletions, and additions to the ABAG Plan, and to urge that a general time extension be sought in order that an adequate review of the Plan might_ be made _at. the local level: _ Ms. Paula Gordon, an individual-(statement submitted); Mr. Paul Cahill, President, Regional Citizens Forum (did not appear - statement submitted); ' Mr. Alfred J. Luhks, Jr. , `Chairman, Executive Committee, Bay Area League of Industrial Associations (statement submitted); Mr. Harold F. Downie, representing the Antioch-Pittsburg Nichols Industrial Association (statement submitted); mr. William^Leonard, Vice-President, Hoffa!ah Company (no statement submitted) ; Ms. Billie Bowles, Vice-President, Regional Citizens Forum (statement to be submitted) ; Mr. Carl Oscar Johnson, an individual .(stated'_his _ objections had been covered by previous speakers) ; Mr. Doyle_Williami, representing the Coalition of Labor and Business (COLAB) (statement submitted). Mr. Ron Butler, representing erating Engineers Local No. 3 (no statement submitted; Mr. Earl James Clemons, an individual(statement submitted) ; Mr. Jay P. de I'Eau, Executive Vice-President, Walnut Creek Area Chamber of Commerce (statement submitted) ; Mr. William P. Sargent, Jr. , Chairman, Environmental Committee, Rossmoor Residents Association (statement submitted) ; Mr. Paul Hughey, representing the Contra Costa County Development Association (no statement submitted) ; Ms. Theresa Dietrich, Contra Costa County Chairwoman of the American Independent Party and member of the -Regional Citizens Forum (no statement submitted) ; Mr. Charles Kinney, representing the Associated Building Industry of Northern California (statement submitted) ; Mr. Richard Kolm, Manager of Distribution Engineering, East Bay Municipal Utility District (statement submitted) ; Mr. Michael J. Dougherty, representing the Union Oil Company s (statement submitted) ; Mr. Frank Farley, representing the Bay Area Members of the Western Oil and Gas Association (statement submitted) ; -Mr. Forrest Bottomley, representing the Western Oil and Gas Association (statement submitted) ; Mr. Henry Simonson. a businessman (no statement 'submittedk and Ms. Sharon Johnson, representing the Leagues of Women Voters of Diablo Valley and Richmond, having appeared and submitted a statement in support of. the general concepts of the ABAG Plan;. and The Board having discussed the matter, having reaffirmed its action earlier in the day adopting its resolution setting forth its initial position with respect to said Plan, and having adopted Resolution No. 78/136 requesting a general time extension for review of the proposed plan and preparation of a new plan review schedule for consideration of the plan elements in sequence; and IT IS BY THE BOARD ORDERED that the Director of Planning is REQUESTED to review the statements presented by the aforementioned and submit a report thereon to this -Board. PASSED by the Board on February 7, 1978. 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 7th day of February, 1978. J. OLSSON, CLERK By � on _,�la Amdahl Deputy Clerk CC: Director of Planning Public Works Director County Administrator County Health Officer County Counsel i r In the Board of Supervisors • of Contra Costo County, State of California FEB 7 Lgit3. , 19 In d+.At~of Amendment to Agreement with Bro part, Inc. IT IS BY THE BOARD ORDERED that Supervisor Robert Schroder, Chairman, is AUTHORIZED to execute on behalf of the County a contract amendment with Bro-Dart, Inc., for provision of an increase volume of leased books at the Thurman G. Casey Library (Ygnacio Valley Branch) at a total cost of $229.24 per month plus applicable taxes starting March 1, 1978. The foregoing order was passed by the Board.on FEB 7 1978 cc: County Librarian County Administrator County Auditor-Controller Contractor- % Library I 1ur1p► certify dm* deo forego- 9 is a true and con copy of an cedar samrod on Ow ndiwlss of amid •oarrd of srpwviron on dw dale oforwid. W*nw my hand and des Seal of Ow Board of supwviews affixed this of FEB 1 73-70 doY � ]9 J. R. OLSSON, clerk sy % v (_ l Deputy Cleric X'.c Crcg 14 K 0"3 ]LOW ;�s1 CONTRACT AMENDMENT AGREEMENT 1. Identification of Contract to be Amended. Department: County Library Subject: Book Service Effective Date of Contract: December 18, 1975 2. Parties. The County of Contra Costa, California, for its Department name ve, and the following named Contractor agree and promise as follows: Contractor: Bro Dart, Inc. Capacity: Private corporation Address: 1609 Memorial Avenue, Williamsport, PA 17701 3. Amendment Date. The effective date of this Contract Amendment Agreement is Harch 1, 1978 4. Amendment S ecifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Remaining Contract Provisions. All other Contract terms and conditions not amended ereby shall remain in full force and effect. 6. Signatures. These signatures attest the parties' agreement hereto. COUNAOKIOSTA, CALICONTRACTOR: BRO DART, INC. R.1.Schroder By C rman, Boar or-supervisors r Attest: J. R. D_sson. County Clerkassistant 5g t Designate o icia capacity in business and affix corporate seal? By Deputy ry 026 Form Approved: [SEAL] . ` John B. Clausen, County Counsel By ,�-h c> W GZ � f• - l Just W. Louie, Deputy Miuofilmed with board order AMENDMENT SPECIFICATIONS Paragraphs 1, 3 and 5 of the Agreement, dated November 18, 1975, between Bro Dart, Inc. and Contra Costa County for McNaughton Book Service at the Thurman G. Casey !Memorial Library are amended to read as follows: "l. Bro Dart, Inc. shall ship to the Thurman G. Casey Memorial Library 350 books, called the "Basic Collection". Shipment shall take place within 30 days after receipt of the list of books chosen by the County Librarian. " "3. Additional book shipments will be delivered to the afore- mentioned library at an average of 35 books per month, except for the months of July and December, which shall be half quota months. These books shall be chosen from the monthly list supplied by McNaughton Book Service. Any book priced at $10.00 or more will be identified on the selection list with an asterisk and will count as two books toward the monthly quota. " "5. Payment for the service rendered hereunder shall be made at the rate of $229.24 per month which includes applicable Federal , State and/or local taxes. The first payment shall be made after receipt of the first shipment. If prepayment of the full amount is made, a 2 percent net discount will be given. " M the Board of Supervisors of Contra Costa County, State of California FEB 71978 , t9 in the#Awl r of Approval of Contract #35072 with Urban and Rural Systems Associates for the Evaluation of two OCJP Projects for the Probation Department 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 biaif of the County, Contract #35072 with Urban and Rural Systems Associates, a Partnership, for evaluation services of two OCJP Projects, Intensive Supervision: Alcohol Counselling of Selected Offenders, A-2966-1-77, and Saturation, Supervision and Surveillance, 2971-A and B, for the Probation Department for the period January 1 , 1978 to March 31 , 1979 at a cost not to exceed $12,474, ten percent County funds. PASSED by the Board on FEB 71978, I hereby cor* that the far-on 9 is o irm and co~spy of an order Mlrrrd on the mkwies of sold Board of Supervisors on the dale aforwoid. VMimm my hand oad dM Seal of Ow Board of Orifi: Probation Department Supervisors FEB 71978 cc: Probation Department �� � day of 19 Attn: W. C. Donavan, Jr. -- Contractor c/o Probation Department J. R. OLSSON, CMrk County Administrator , Deputy Clerk County Auditor-Controller _ H-243/7615m STA:-DARED CO'NTREACT (Purchase o.Services) 1. Contract Identification. Number 35072-3036/3033-2310 Department: Probation Subject: First Year Evaluation of Projects 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: Urban and Rural Systems Associates (URSA) Capacity: Partnership Address: Pier 1h San Francisco, CA 94111 - (415) 398-2040 3. Term. The effective date of this Contract is January 1, 1978 and it terminates _:arch 31, 1979 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 12,474 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described In the Service Plan attached hereto which is incorporated herein, by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Proms t. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Office of Criminal Justice Planning Grants, #A-2966-1-77 and 2971-A b B Intensive Supervision: Alcohol Counseling of Selected Offenders; Saturation, Supervision and Surveillance 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Government Code X26227 and 31000 10'. 'Si g:►at6H)s, These signatures attest the parties' agreement hereto: ,'COUNTY OF C sadA CONTRACTOR r R. 1.Schio8i7 By a.rmaat • oard of Supervisors (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) 9State of California ) BY*- y County of Contra Costa ) ss' Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommendee epart nt known to me in those individual and t business capacities, personally appeared before me today and acknowledged that he/ BYt':ey signed it and that the corporation OEsiSrree or partnership naered above executed the within irstrument pursuant to its bylaws or a resolution, of its board of directors. Forex Approved: County Counsel Microfilms with Mid 3 � i J By Jt j ?UU-. i '1 2 r= I�o.a:.: .,�_c/s.eputy COLA, ty e_i M aofilmad with Soard an Cinfb".:• Costa County Standard Fors GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Lay. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the-United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled iasdiately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Nodifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) Lantra o osta county ..Ca11QatQ ,.Oco"t.' -1, . GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Cover nment. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State.of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts' of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of' the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of Interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4616 REV 6/76) -2- 00 AU _.---- ...__. -------5 -- ~ GENERAL CONDITIONS (Purchase of Services) 19_ Incemzi£ication. The Contractor shall defend, save harmless and indemnify the County and its oziicers, agents and employees from all liabilities and claims for dauages for death, sickness or injury to persons or property, including without limi- tation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contracto'c hereunder, resulting from the conduct, n=gliaert or otherwise, of the Contractor, its agents or employees. 19. Insurance. during the entire term of this Contract and any extension or nodification t:tereof, the Contractor sh--il keep in effect insurance policies meeting the following insurance rea- xements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- Mobiles, naming the County and its officers and employees as additional insureds, with a ainimn combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. iiorkers@ Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its emplorems. c. additional provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute priauy insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other policies held by then shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. ?notices. All notices provided for by this Contract shall be in writyng and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, 6S1 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shill be the date of deposit in the mails or of other delivery. 21. Pr-lacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit ray term of the General Conditions. 22. Nonrene�--al. Contractor understands and agrees that there is no representation Mg. or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. r ,. SPECLAL CONDITIO`S Number 35072-3036/3038-2?' I. Item 19: Insurance of the General Conditions is hereby deleted. II. Office of Criminal Justice Planning Standard Contract Provisions (Rev. 7-76), Exhibit A, is hereby incorporated by reference and made a part of this contract. The Office of Criainal Justice Planning conditions and our General Conditions are to be read together, except that when these provisions conflict the conditions of the Office of Criminal Justice Planning Contract shall govern. - _ o y -1 {[) Contra Costa County Standard Form PAYMENT PROVISIONS (Fee Basis Contracts) Number 35072-3036/3038-2310 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee: [Check one alternative only.] [ a. . $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. $ after completion of all obligations and conditions herein and as full compgnsation for all services, work, and expenses provided or incurred by Contractor hereunder. [x] d. This is a fixed price contract for products. Payments for both projects shall be cede in accordance with "Attachment 'A': Statement of Work". Upon submission and acceptance of each final report, payment will be made up to the maximum of the amount listed in the reimbursement column which corresponds to the particular final report submitted. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Fora D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. (A-4619 REV 6/76) n `11 0 !►�� USED FOP MEGOT 1 AT I O?1 P."OSES ONLY tlOt to bC used as a b-7!;i:. For payment ESTIMA T EE PRS J:I=*L :::';!D:1t T January 1 , 1973 - Marc:,,h 31 , 1979 C'_::FCT* LABOR Supervising Partner: N. Cay Est. 4 days P $135 per day $ 540 ect Director: J. Fagan, PhD. Est_ 40 days @ $81 per day 3,240 Alcohol Treatment Specialist: S. Katzman Est. 10 days @ $71 per day 710 Project Secretary Est. 10 days @ $35 per day 350 TOTAL, DIRECT LABOR $ 4',840 OVERHEAD i - @ 93% of Direct Labor 4,501 CONSULTANT P. Biernacki, Ph.D. j Est. 6 days @ $100 per day 600 TOTAL, CONSULTANT 500 TRAVEL AND PER DIEM Travel: Est. 3000 mi. @ 17t/mile 510 Per Diem Est. 30 days @ $4 per day 120 t TOTAL 630 OTHER DIRECT EXPENSES Telephone: Est. $10/no. x 15 mos. 150 Xerok: Est. $10/no. x 15 cos. 150 Computer: Est. $20C 200 Printing: Est. $300 300 Post-age: Est. $25 25 Miscellaneous: Est. $154 154 TOTAL, OTHER DIRECT EXPENSES 979 TOTAL COSTS 11,550 FEE @ 80 924 TOTAL CONTRACT $ 12,474 ti SERVICE PLAN This contract is between Contra Costa County, California, its' Probation Department, hereinafter referred to as County, and Urban and Rural Systems Associates (URSA) , a Partnership, hereinafter referred to as Contractor. Contractor will structure the work performed under this contract into six Inter-related tasks for each of two projects: "Intensive Supervision: Alcohol Counseling of Selected Offenders", (ISACSO) ; and, "Saturation Supervision and Surveillance" (SSS) : Task 1 - Orientation to Contract _ Task 2 - Refine Evaluation Design Task 3 - Orient Project Staff and Administrators to Evaluate Design, Procedures, and Use of Instruments Task 4 - Data Collection Task 5 - Data Analysis Task 6 - Reporting Task 1 - Orientation to Contract Within one week after award of contract, the Contractor's Evaluation Director and key staff will be prepared to meet with the Program Director in charge of the ISACSO and SSS projects and such other staff of the Probation Department as appropriate. The purposes of that meeting will be: 1. To introduce the members of URSA's Evaluation Team to key iaeibers of the ISACSO and SSS project staffs (to the extent that they are identified at the time the evaluation contract is awarded). 2. To obtain from the Program Director and other key staff of the Probation Department, any background information and data related to project intent and goals, the structure of the Department, operational procedures, or other relevant areas. i .3. To obtain information about the kinds of data the Probation Department currently collects and/or intends to collect that is relevant for the ISACSO and SSS projects; and to review existing data files and data collec- tion formats. 4. To establish protocols for obtaining access to data and for contacting project staff. S. To discuss procedures for assigning offenders to experimental and control groups in each project, and to discuss the Implications of establishing control groups. 6. To obtain information about the proposed schedule for training staff for the ISACSO and SSS projects and for implementing the projects. 7. To establish a schedule and procedures for reporting evaluation findings and conclusions to the Program Director and to key staff of the ISACSO and SSS projects. Task 2 - Refine Evaluation Design Immediately following the Orientation Meeting (Task 1), the Contractor's Evaluation Director will begin refining the evaluation design. The purpose of this task will be to develop a practical and feasible design for accomplishing the projects' evaluation objectives as expeditiously as possible and without unduly burdening project staff with data collection duties. Refinement of the evaluation design will involve: 1. Establishment of final procedures for accomplishing random assignment of offenders to experimental and control groups, and for selecting sub-sets of offenders as samples for follow-up or other evaluation-related needs. - 00"12 . SERVICE PLAN - Page 2 2. Final specification of the key questions that the evaluation will be designed to answer vis a vis each of the projects and their relationship to the Probation Department's overall goals. 3. Identification of the kinds of data needed to address each of the key evaluation questions and specification of the form in which each piece of data will be collected. 4. Identification of the potential source for each piece of data required e.g., project files, Deputy Probation Officer, offender, offender's family, test scores, community agency files, etc.) to the extent possible existing data sources will be used, and the availability of data and willingness of various sources (e.g., schools, agencies, etc.) to provide data will also be assessed as part of the process of refining the evalua- tion design. S. Selection of instruments for collecting data on the social adjustment of the offender. To accomplish this, contractor's staff will meet with staff of the Probation Department's Psychological Clinic to review and select appropriate instruments for assessing social adjustment. 6. Development and/or refinement of instruments for recording and organizing various kinds of project data. As noted above, six types of instruments will be used to structure data collection for each of the two projects: Instruments for collecting data on the screening and intake function. Instruments for collecting data on the delivery of treatment interviews. Instruments for collecting data on offender outcomes (e.g., changes In behaviors, attitudes or information) vis a vis recidivism, alcohol and drug use and abuse, restitution, family functioning, etc. Instruments for structuring observations and evaluating process. Instruments for structuring follow-up data.collection on sample of experimental and control groups who will be followed up after temination of services in the ISACSO and SSS projects. Instruments for structuring analysis of the project management, staff trauma, and cost factors. As noted earlier, to the extent possible, contractor will use or adapt data collection instruments and formats that the Probation Department already uses. 7. Establishment of timing and frequency requirements for each type of data needed. That is, some pieces of data will need to be collected more fre- quently than other kinds of data. For example, data on supervision contacts may need to be recorded for each session, while data on recidivism may need to be collected only at the time an offender is terminated or at the conclusion of the follow-up period. 8. Establishment of procedures for analyzing data. Data analysis efforts will be focused on providing answers to the key evaluation questions defined and specified as part of the evaluation design. 9. Establishment of a schedule for and procedures for providing feedback on evaluation findings and conclusions. t - SERVICE PLAN - Page 3 Task 3 - Orient Project Staff and Administrators to Evaluation Design, Procedures, and Use of Instruments Following review of the refined evaluation design and any modifications required after review, Contractor will meet with the staff of the ISACSO -and SSS projects to orient them to the overall evaluation design, the proposed procedures and schedule of evaluation activities, the use of each of the various data collection instruments, and the frequency of collection for each piece and type of data. At the time of that meeting, Contractor will provide the Probation Department's Project-Director, each of the DPO's assigned to the ISACSO or SSS project, and any other staff who will be involved with data collection, with a "User Manual" for the Client Data Record System. The User Manual will provide a brief overview of the evaluation design, copies of all relevant data collection forms, and instructions on when and how to use and fill out each form. Task 4 - Data Collection Data collection efforts will begin at the time staff training begins for the staff of each of. the projects. However, intensive and regular efforts will begin following approval of the refined evaluation design and be conducted in accordance with the procedures and schedules specified in the evaluation design. Each of these data collection efforts will be carefully structured through the use of data collection guides including: detailed topical interview guides file review formats standardized instruments, and observational checklists Task S - Data Analysis The data analysis plan will be structured around five different analytical processes. The basic tasks associated with each of these processes are outlined below. - Contractor will develop a product for each of the analytical processes. Interim reports and one final report will be made as scheduled in attachment "A". 1. Preliminary analysis of and report on r ram functioning This analytic process Will be based on: : intensive debriefing of field research teams after first visits to each site and observation of program process; : coding and analysis of observation data The report will be developed in two parts: : structured site visit reports by each field research team; preliminary identification and description of key program functioning variables and characteristics. 2. Preliminary analysis of program records to identify "successful" and unsuccess ul ' approaches and report on findings. This process.will involve: . the coding and analysis of interview data and data culled from the program records as collected by field teams; the development of program functioning indices to calculate "success" or "lack of success" in areas wuch as retention rate, graduation rate, achievement of treatment objectives, achievement of program objectives; the identification of successful and unsuccessful programs; . the preparation of an interim report detailing these findings SERVICE PLAN Page 4 3. Combined analysis of program functioning characteristics and "success" rates ani' development of progran typologies or models'. Building on the previous steps, this effort will involve: the statistical analysis of data from processes I and 2 above, to determine the correlations between program functioning variables and achievement of client objectives: based on these findings, the identification of successful (and unsuccessful) programs. 4-. Analysis of client outcome data. This analytical process will include: : the coding and analysis of data from client interviews conducted by the field research associates; : the coding and analysis of data from interviews with program staff as conducted by the field research team; ' : the coding and analysis of data from intake, service delivery, and termination records and other records as available from experimental and control subjects: 5. Analysis of correlations between program functioning and client outcomes and preparation of final draft report. The final analytical process will be to determine the correlation between program functioning characteris- tics and client outcomes. These findings will be incorporated to identify the attainment of overall project (and individual component) objectives, and the reasons why (or why not) objectives are achieved. Task 6 - Reporting_ Reports will be prepared and submitted according to the schedule stated in Attachment "A". ATTACHMENT "A": STATEMENT OF WORK EVALUATION PROJECT E1 : SATURATED SUPERVISION AND SURVEILLANCE PROJECT DELIVERABLE MONTH REIMBURSEMENT Orientation and Research Design (Draft) 2 --- Research Design (Final) 3 $ 1,500 Interim Report (Draft) 7 --- Interim Report (Final) Q 19250 Final Report (Draft) 13 Final Report (Final) 14 1 ,724 TOTAL - PROJECT 1 $ 4,474 EVALUATION OF PROJECT /2: INTENSIVE SUPERVISION: ALCOHOL COUNSELING OF SELECTED OFFENDERS Orientation and Research Design (Draft) 2 --- Research Design (Final) 3 2,500 ! Interim Report (Draft) 9 Interim Report (Final) 10 2,500 Final Report (Draft) 14 '-- Final Report (Final) 15 3,000 TOTAL - PROJECT 11 $ 8,000 TOTAL CONTRACT $12,474 NOTE: ReimbuAAexwxta due on. Laet day o6 month. Monde .iA detutwixod by ei6ective daze of conte t. EXHIBIT "A" Contract #35072-3036/3038-2310 OFFICE OF CRIMINAL JUSTICE I UAI?:ItiG STIu'r'DA�?D CONTRACT PROVISIONS 1. Grant Awards. The (Subgrantee) CONTRA COSTA COUNTY, CALIFORNIA PROBATION DEPART�04T hereinafter referred to as Sub- grantee, and the Office of Criminal Justice Planning, hereinafter referred to as OCJP, entered into grant awards, No. A-2966-1-77 and No. 2971-(A and B), both dated January 1, 1978, hereinafter referred to as "grant awards". Funds for this Agreement are made available, in whole or in part, by the grant awards and the brant awards are incorporated in this Agreement. The Sub-rantee will retain ultimate control and responsibility for perfo==ance under the grant awards. The Contractor shall only be bound by those provi- sions of the grant awards that are pertinent to performance by the Contractor under this Agreement. 2. Assignment or Subcontracting. No performance of this Agreement or any portion thereof may be assigned or subcontracted by the Contractor without the express written consent of Subgrantee and any attempt by the Contractor to assign or subcontract any performance of this Agreement without the express written consent of Subgrantee shall be null and void and shall constitute a breach of this Agreement. When- ever the Contractor is authorized to subcontract or assign, he will include all the terms of this Agreement in each such subcontract or assignment. 3. Assurance of Compliance with Civil Rights Laws. The Contractor will comply with Title VI of the Civil Rights Act of 1964, as amended, and all requirements imposed by or pursuant to regulations of the Department of Justice and the Law Enforcement Assistance Administration (hereinafter referred to as LEAA) issued pursuant to that title, to the end that no person shall, on the grounds of race, creed, color, sex, or national origin be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under this Agreement or under any projet _, program, or activity supported by this Agreement. The contractor will comply with Justice Department Equal Employment Regulations in federally-assisted programs (28 CFR Part 42, Subpart D) to the and that employment discrimination in such programs on the grounds of race, color, creed, sex, or national origin shall be eliminated. The Contractor recognizes the right of the United States to seer judicial enforcement of the foregoing convenants against discrimination. 4. Maintenance and Infection of Contractual Records. The Comptroller General of the United States, or any of his duly authorized representatives shall have access to and the right to examine, audit, excerpt and tran- scribe any books, documents, papers and records of the Contractor which in the opinion of the Comptroller General may be related or pertinent to this Agreement. Such material must be kept and maintained for a period of three years after termination of the grant award or until an audit is completed by OCJP and LEAH and all questions arising therefrom are resolved, whichever is sooner. LEAA and OCJP or any of their duly authorized representatives shall have access for the purpose of audit and exarli,lation to any books, docwiitents , papers and recdcds of the Contractor ti,hich are related or partir,_nt to this Agreei,i�_,:tt. The books, docuipenLs, papers and records of the Contractor to_ which LEAH and OCJP or any of their duly authorized reores�ntatives shall have access to under the provisions of this paragraph shall not include any such materials which set forth the cost of the goods sold or leased under a fixed-price contract for off- the-shelf items resulting from a formally advertised procurement as defined in the LEAA financial guidelines. 5. Copyrights and Rights in Data. Where activities supported by this Agreement produce original computer programs, writing sound recordings, pictorial reproductions, drawings or other graphical representation and works of any similar nature (the term computer programs includes executable computer programs and supporting data in any form) , the OUP, the LEAA, and Subgrantee reserve the right to use, duplicate and disclose, in whole or in part, in any manner for any purpose whatso- ever, and to authorize others to do so. If any material described in the previous sentence is subject to copyright, the Subgrantee reserves the right to copyright such and the Contractor agrees not to copyright such material. If the material is copyrighted, the OUP and the LEAA reserve a royalty-free, non-exclusive, and irrevocable license to reproduce, publish, and use such materials, in the whole or in part, and to authorize others to do so. 3 i l , r i 6. :publications. Before publishing any materials produced by activities supported by this Agreement, the Subgrantee or its contractor (the contractor) shall notify OUP 90 days in advance of any such intended publication avid shall subr►it 20 copies of the rnaterials to be published. Within 60 days after any such materials have been received by OUP, OUP shall submit to tha Subgrantee its corralients with respect to the materials intended to be published. The Subgrantee or its contractor shall determine, within 10 days after receipt of any such comments, whether or not to revise the materials to incorporate the comiments of OUP and shall advise OUP of its determination within 15 days after such comik-nts have been received by the Subgrantee or its contractor. Ir the Subgrantee or its contractor determines not to incorporate any of the eomiiients of OCJP into the text of the materials, it may publish the :materials provided that the initial preface or introduction to these materials as published contain the following: A. A credit reference reading as follows: "The preparation of these materials was financially assisted through a federal grant from the Law Enforcement Assistance Administration and the California Office of Criminal Justice Planning and under Title I of the Crime Control Act of 1973." B. A disclaimer statement reading as follows: , "The opinions, findings, and conclusions in this publication are those of the author and not necessarily those of OCJP or LEAA. OCJP and LEAA reserve a royalty- free, non-exclusive, and irrevocable license to reproduce, publish and use these materials. and to authorize others to do so. A copy of these materials may be obtained from OCJP or LEAA upon payment of the cost for reproducing the materials." C. The comments of OCJP in full, unabridged, and unedited. If the Subgrantee or its contractor wishes to incorporate some or any of the comments of OCJP in the text of the materials, it shall revise the materials to be published and resubmit them to OCJP which shall prepare co;mients on the resubmitted data within 30 days after receipt thereof. Within 10 days after receipt of these comments, the Subgrantee or its contractor shall determine whether or not to accept or adopt any of the coun�ents on the revised materials as resubmitted to OCJP and shall advise OUP of this determination within 15 days after receipt of the comments of OUP. Thereafter, the materials may be published or revised in -accordance with the procedures set forth above for the publication of materials on which OCJP has submitted its comments to the Subgrantee or its contractor. If OCJP has not submitted its comments on any materials submitted to it within 90 days after OCJP has received any such materials, the Subgrantee or its contractor may proceed to publish the materials in the form in which they have been submitted to OCJP but shall include the credit statement and the disclaimer statement set forth above, but without any further comwen- fYj9. 7. Patents. If any discovery or invention arises or is developed in the course of or as a result of work performed under this Agreement, the Contractor shall refer the discovery or invention to Subgrantee and CUP. The Contractor hereby agrees that determinations of rights to inventions or discoveries made under this Agreement shall be inade by LEAH, or its duly authorized representative, who shall have tine sole and exclusive powers to determine whether or not and where a patent application should be filed and to determine the disposition of all rights in such inventions or discoveries, including title to and license rights under any patent application or patent which may issue thereon. The determination of LEAA, or its duly authorized representa- tive, shall be accepted as final. The Contractor agrees and otherwise recognizes that LEAA, OCJP, and Subgrantee shall acquire at least an irrevocable, non-exclusive, and royalty-free license to practice and have practiced throughout the world for governmental purposes any invention made in the course of or.under this Agreement. 8. Contractor Work Hours and Saft1l Standards. If this Agreement provides or payment In excess of $Z,5M ($2,000 for construction contracts) and involves the employment of mechanics or laborers, the Contractor agrees: a) That each mechanic or laborer will have wages computed on the basis of a standard work day of eight hours and a standard work week of forty hairs. Work in excess of the standard work week or day is permissible provided that the worker is compensated at the rate of not less than one and one-half times the basic rate of pay for all hours worked in excess of eight hours in any clanedar day or forty hours in the work week; b) That no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation (29 CFR 1518). These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or trans- mission of intelligence. 9. Clean Air Act. If this Agreement provides for payment in excess of. 00,000, the Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970 (42 USC 1857, et seq.) and the Federal Water Pollution Control Act (33 USC 1251 et seq., as amended. 10. Security and Privacy A. The Contractor agrees that, except as provided by federal law other than the Crime Control Act of 1973 (42 U.S.C. Sections 3701 et sec .), none of its officers or employees shall use or reveal any research or statistical information furnished by any person and identifiable to any specific private person for any purpose other than the purpose for which it was obtained. Copies of such information shall be immune from legal process, and shall not, without the consent of the person furnishing such information, be admitted as evidence or used for any purpose in any action, suit, or other judicial or administrative proceedings. 09 i 20 B. Criminal history information: (1) The term "criminal history information" includes records and related data, compiled by late enforcement agencies for purposes of identifying criminal offenders asalleged offenders and maintaining 'as to such persons sunuriaries of arrest, the mature and disposition of criminal charges, sentencing, confineirsent, rehabilitation and release. (2) If the Contractor utilizes "criminal history information", the Contractor shall comply with the following: All criminal history information cc-lected, stored, or disseminated shall contain, to the maxima extent feasible, disposition as well as arrest data where arrest data is Included therein. The collection, storage, and dissemination of such information shall take place under procedures reasonably designed to insure that all such information is kept current therein; the Contractor shall assure that the -security and privacy of all information is adequately provided for and such information shall only be used for law enforcement and criminal justice and other lawful purposes. In addition, an individual who believes that criminal history information concerning him contained in an automated system is inaccurate, incomplete, or maintained in violation of the Crime Control Act of 1973, shall, upon satisfactory veri- fication of his identity, be entitled to review such infor- mation to obtain a copy of it for the purpose of challenge or correction. C. Any person violating the Securitl and Privacy provisions of this Agreement or of the Crime Control Act of 1973 [42 U.S.C. Section 3771(c)] or any rule, regulations, or order issued thereunder, shall be fined not to exceed $10,000 in addition to any other penalty imposed by law. D. The- Contractor assures that the foregoing provisions of this Security and Privacy clause shall be incorporated into all of its subcontracts. 11. Termination • A. The performance of work under this Agreement may be terminated by the 5ubgrantee in accordance with this clause in whole on 30 days written notice to the Contractor, or from time to time in part on 10 days written notice to the Contractor: (1) Whenever the Contractor shall default in performance of this Agreement in accordance with its terms and shall fail to cure • such default within a period of ten days after receipt from the Subgrantee of a notice specifying the default; or .(2) Whenever for any reason the Subgrantee shall determine that such termination is in the best interest of the Subgrantee. � w, Of ,21 Any such termination shall be effected by delivery to the Contractor of a notice of termination specifying whether terasination is for de- fault of the Contractor or for the c:oiivenience of the Subgrantee, the extend to which performance of work under the Agreement is ter- minated, and the date upon which such termination becomes effective. B. After receipt of a notice of termination and except as otherwise directed by the Subgrantee, the Conti-actor shall: (1) Stop work under the Agreement on the date and to the extent specified in the notice of termination; (2) Transfer title to the Subgrantee (to the extent that title has not already been transferred) and deliver in the manner, at the times, and to the extent directed by the Subgrantee, the work in process, completed work and other material produced as a part of, or acquired in respect of the performance, the - work testi nated. C. The amount due the Contractor by reason of termination shall be determined as follows: (1) If this Agreement specifies payment on the basis of reirburse- vent of costs, without any fee or profit margin, there shall be included all costs and expenses reimbursable in accordance with this Agreement not previously paid the Contractor for the satisfactory performance of this Agreement prior to the effective date of the notice of termination, whether the termination is for the convenience of the Subgrantee or the default of the Contractor. (2) If this Agreement specifies payment on any basis other than stated in paragraph ll.C.(1) above, and (a) If the termination is for the convenience of the Subgrantee, there shall be paid a percentage of all sums to which the Contractor would be entitled on completion of all work under the Agreement equivalent to the percentage of the completion of all the work contemplated by the Agreement; (b) If the termination of this Agreement is for the default of the Contractor, the total sum payable shall be such propor- tionate part of all sums to which the Contractor would be entitled on completion of all work under the Agreement as the total amount of work delivered to and accepted by the Subgrantee bears to the total work called for by this Agreement. D. In the event of a partial termination, the portion of the sum which is payable with respect to the work under the continued portion of the Agreement shall be equitably adjusted by agreement between the Contractor and the Subgrantee, and such adjustment shall be evidenced by an amendment to this Agreement. - n� ;22 i i i 12. j§ Utes A. 11hen the Contractor and the Subgrantee fail to agree as to whether or riot any work is within the scope of this Agr`enient, the Contractor shall nevertheless iranediately perforin such work upon receipt from the Subgrantee of written order to do so. Within 15 calendar days after receipt of succi order, the Contractor may submit a written protest to We Subgrantee, specifying in detail in what particulars the Agreement requirements were exceeded, and the approximate change in cost resulting therefrom so that the Subgrantee will have notice i of a potential claim which may be filed by the Contractor. B. Failure to submit such protest within the period specified shall constitute a waiver of any and all right to adjustment in Agreement price and Agreement time due to such work, and the Contractor there- after shall not be entitled to any adjustment of Agreement price or time therefor. for any such work which is found to exceed the Agreement requirements, there shall be an adjustment in Agreement price and Agreement time on the same basis as for any other change in the work. 13. Covenant Against Contingent Fees The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agree- ment or understanding for a commission, percentage, brokerage, or con- tingent fee, excepting bona fide employees or bona fide established eoarnercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty the Subgrantee shall have the right to terminate this Agreement in accord- ance with the termination clause and, in its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 14. Validity. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 15. California Law. This Agreement shall be governed according to the laws of the State of California. 16. Exclusion from Competition. Requests for proposal or invitations for bid issued by the grantee or a subgrantee to implement the grant or subgrant project are to provide notice to prospective bidders that the LEAA organizational conflict of interest provision is applicable in that contractors that develop or draft specifications, requirements, statements of work and/or RFPs for a proposed procurement shall be excluded from bidding or submitting a proposal to compete for the award of such procurement. See LEAH Guideline Manual N 7100.1A, Chapter 3, paragraph 49e. b f)fy . f • y In the Board of Supervisors of Contra Costo County, State of California FEB 7 1978 , 19 M fit Mafftr of Approval of Contract -#35073 and #35074 with Judithann David, Ph.D. , for Staff Training in Crisis Intervention and Advanced Crisis Intervention 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 #35073 with Judithann David, Ph.D., for Probation Staff Training in "Crisis Intervention" from February 15, 1978 to March 8, 1978 at a cost not to exceed $360.00, County funds, and Contract #35074 with Judithann David, Ph.D., for Probation Staff Training in "Advanced Crisis Intervention" from February 9, 1978 to March 20, 1978 at a cost not to exceed $720.00, County funds. PASSED by the Board on FEB 7 1978. 1 1weby awtify tial dw forpoiq N o fm and cornet appy of aw aider ' on *@ mWen of said hoard of Supwvbors on tit daft afarwid. Orig: Probation Department %Vft s my hand aid do Stat of dw board of cc: Probation Department supwvims FEB 7 1978 Attn: W. C. Donavan, Jr. day of _ fq Contractor c/o Probation Department County Administrator ✓ �.� J. R. OLSSM, Clsrh County Auditor-Controller C6& g► Dtpufy H-24 3/76 15m i_ !24 STANDARD CONTRACT (Purchase Qf SpdtiaT ervices) 1. Contract Identification. Number 35073 Department: Probation Subject: Crisis Intervention 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: 190 Purdue, Kensington, CA 94708 3. Term. The effective date of this Contract is February 15=1278 and it terminates March 8, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, uponTive-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed$360.00 6. Count '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: $ 20.00 per service unit: kX) hour; or ( ) session, as defined below; or ( ) calendar (Insert: day, week or month) NOT TO EXCEED a total of 18 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Crisis Intervention for County-selected persons in the time, place, and manner requir y 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. ll. Siqnatures. T e sign ures attest the parties' agreement hereto: COUNTY OF ' N S CALIFORNIA CONTRACTOR SdF By f By.d,.1:.:74.t rman, Board of Supervisors s i j Attest: J. 'R.. •Olsson, County Clerk (�Lz Designate Official Capacity Deputy Recommended by Department By (Form approved by County Counsel) Micrafiknod with board order STANDARD CONTRACT (Purchase cf Sp cial Services) 1. Contract Identification. Number 35074 Department: Probation Subject: Advanced 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: 190 Purdue, Kensington, CA 94708 3. Term. The effective date of this Contract is February 9 1978 and it terminates -�Fiarch 20, 1978 unless sooner terminated as provided herein. 4. Te"ination. This Contract may be terminated by the County, at its sole discretion, upon ive-day advance written notice thereof to the Contractor. _ 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed .00 6. Count, '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 0-15) 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: $ 20.00 per service unit: Q(X) hour; or ( ) session, as defined below; or ( ) calendar (Insert: day, week or month) NOT TO EXCEED a total of 36 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Advanced Crisis Intervention for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. 8. Indeaendent 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. Siqnatures. TheseAi tures attest the parties' agreement hereto: COUNTY OF N. A, CALIFORNIA CONTRACTOR / . t.SchroderB By XJ Joc Chairman, B ard! of Supervisors . r Attest: J. R. Sisson, County Clerk Designate Official Capacity Deputy Recommended by Department By —� � - �� (Form approved by County Counsel) Microfilmed with board order V • In the Board of Supervisors of Contra Costa County, State of Calif ornio FEB 7 1978 In dw Matter of Approval of Nutrition Project Subcontract with the City of E1 Cerrito IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #22-065-1 with the City of E1 Cerrito for Nutrition Project services during the period July 1, 1977 to September 30, 1978, at a cost of $1,385 in Federal Title VII Nutrition Program funds. PASSED BY THE BOARD on FEB 1°7$ I h«.by cwWy F0 890M is a trues and corred Copy of M Misr W*Mvd Cin the ssbW"of said bad of Supervisors on the daft aformid. Witness my hand and the Seed of the bard of Orig: Human Resources Agency Super►aors FEB 7 1973 Attn: Contracts 6 Grants Unit affixed "-&Y of 19 cc: County Administrator County Auditor-Controller County Health Dept. J. R. QLS50N, C1ak Contractor Oepuly Clerle 1Jl Craig�, EHzdg H-24 4177 15m Contra Costa County Standard Form STANDARE CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 2 - U65 Department: Health Subject: Contra Costa County Nutrition Project for the Elderly Meal Service 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: CITY OF EL CERRITO Capacity: Political Subdivision Address: 10890 San Pablo Avenue, E1 Cerrito, California 94530 3. Term. The effective date of this Contract is July 1. 1977 and it terminates September 30. 1978 unless sooner terminated as provided herein. I. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 1,385 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Pro ect. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Nutrition Project for the Elderly under Title VII of the Older Americans Act. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: 42 USC Sections 3045ff 10. Signatures. The signatures attest the parties' agreement hereto: COUNTY CALIFOR111A CONTRACTOR By R. I.Schroder By !'a►.`: ,:` Chairman, Board of Supervisors (Deaigoa a official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) By `.- County of Contra Costa ) ss. . Craig Deputy ACKNOWLEDGEKENT (CC 1190.1) The person signing above for Contractor Recommended by D artment known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By \�-�= Cec{, they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: FOR.ki APPROVED, B HRA Contracts A•tai^istr3tar Y Dai�ree Deputy Notary Public/Deputy County Clerk (A-4617 REV 6/76) Microfilmed with board or&r m qs Contra Costa County Standard Fors PAYMENT PROVISION (Cost Basis Contracts) Number 22 _ V b v — jL 1. Payment Basis. County shall in no event pay to the Contractor a sus in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be , only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [ ] a. S monthly, or [ ] b. S per unit, as defined in the Service Plan, or [Z] c. An amouat equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Programs Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are odly those which are deterained in accordance with: [Check one alternative only.] [g] a. General Services Administration Federal Management Circular PM 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles fbr determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and ford prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will sake payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) (1 l 14.9 SERVICE PLAN 2 U65 - 1 Number ' Service Provisions CITY OF EL CERRITO hereinafter referred to as Contractor, shall serve nutritionally balanced meals in a comfortable, congenial atmosphere and provide supportive social services pursuant to County approved program schedules for the County Nutrition Project for the Elderly, daily on every Monday through Friday, during the period of this Contract, excepting those days that are national holidays. Contractor shall be subject to specifications relevant to its performance included in the Application and Approval Documents under Title VII of the Older Americans Act which is incorporated herein by reference. Contractor shall be subject to and comply with the work program, attached hereto which is incorporated by reference as Appendix A. Contractor shall provide meals for service under this Contract from food caterer or caterers designated by the County in writing. Contractor shall solicit support from local agencies, clubs, groups and individuals in an attempt to integrate the Nutrition Program into the community. Contractor will place primary emphasis on reaching those isolated individuals who, because of limited financial resources, are unable to prepare for themselves well-balanced, nutritious meals. As vacancies occur in the meals program, staff shall attempt to fill these openings with persons that meet the above criteria rather than on a first come, first served basis. A registration system and waiting list will be used to insure maximum utilization of the Program by persons described above. Supportive services specified in Appendix A may be utilized by persons unable to participate in the meals program. Pavment for Service "The Budget of Estimated Program Expenditures" referred to in the Payment Provisions is incorporated herein by reference as Appendix B. The monthly payment for reimbur- sable expenditures to Contractor referred to in the Payment Provisions will be less the amount of income collected for meals during said month, which will be deducted from total Contractor expenses in arriving at the net amount due. A separate checking account (Income Account) will be established by the Contractor which will be apart from any other Contractor accounts, in which shall be deposited all payments for meals received from participants. The Income Account will be used only to transfer funds to the Contractor's General Account. Other than cash disbursements from any Petty Cash fund, all of Contractor's project disbursements will be by check, drawn upon the Contractor's General Account or any special account specifically for this project. All disbursements from the Contractor's General Account for the Nutrition Project shall be clearly identified as such. Initials: - _trac.or County Dept. n9;30 Contra Costa County Standard fora PAI?UXT PRMISIDMS (Cost Basis Contracts) 22 - U65 - 1 Number . , 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Licit of this Coatract, County will pay Contractor: [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [Z] c. An amount equal to Contractor's allocable costs that are actually incurred each mmnth, but subject to the "lodiet of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. . Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [y] a. General Services Administration Federal Management Circular FM 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment E (Standards For Selected Items of Cost), and, subject to said Attachments A and E, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allorability of selected items of costs of providing those services set fortb in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- �'�29 Contra Costa County Standard Form PAYMM PROVISIONS (Cost Basis Contracts) Number 5. Bight to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in wbole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Costractor, but subject to the Paymsat Limit of this Contract. If said cost report shows that the payments wade by County pursuant to Paragraph 2. (Payment Amounts) above smai d the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit say such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, thea Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, than County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. (A-6618 REV 6/76) _y SERVICE PLAN Number^�'Q2 U 6 5 - 1 — Service Provisions CITY OF EL CERRITO hereinafter referred to as Contractor, shall serve nutritionally balanced meals in a comfortable, congenial atmosphere and provide supportive social services pursuant to County approved program schedules for the County Nutrition Project for the Elderly, daily on every Monday through Friday, during the period of this Contract, excepting those days that are national holidays. Contractor shall be subject to specifications relevant to its performance included in the Application and Approval Documents under Title VII of the Older Americans Act which is incorporated herein by reference. Contractor shall be subject to and comply with the work program, attached hereto which is incorporated by reference as Appendix A. Contractor shall provide meals for service under this Contract from food caterer or caterers designated by the County in writing. Contractor shall solicit support from local agencies, clubs, groups and individuals in an attempt to integrate the Nutrition Program into the community. Contractor will place primary emphasis on reaching those isolated individuals who, because of limited financial resources, are unable to prepare for themselves well-balanced, nutritious meals. As vacancies occur in the meals program, staff shall attempt to fill these openings with persons that meet the above criteria rather than on a first come, first served basis. A registration system and waiting list will be used to insure maximum utilization of the Program by persons described above. Supportive services specified in Appendix A may be utilized by persons unable to participate in the Deals program. Pavment for Service "The Budget of Estimated Program Expenditures" referred to in the Payment Provisions is incorporated herein by reference as Appendix B. The monthly payment for reimbur- sable expenditures to Contractor referred to in the Payment Provisions will be less the amount of income collected for meals during said month, which will be deducted from total Contractor expenses in arriving at the net amount due. A separate checking account (Income Account) will be established by the Contractor e which will be apart from any other Contractor accounts, in which shall be deposited all payments for meals received from participants. The Income Account will be used only to transfer funds to the Contractor's General Account. Other than cash disbursements from any Petty Cash fund, all of Contractor's project disbursements will be by check, drawn upon the Contractor's General Account or any special account specifically for this project. All disbursements from the Contractor's General Account for the Nutrition Project shall be clearly identified as such. Initials: litrac,.or County Dept. 09;30 APPENDIX A IWORK PROCU ru■ber 22 — 065 — 1 I. ADINUZISTR,ITION Contractor agrees to: A. Staff 1. Recruit, hire and train paid and volunteer staff as needed and budgeted to provide administration, seal service and supportive services. Con- tractor's job descriptions for its staff must include those duties and responsibilities listed in the job descriptions submitted as part of the County Brant application to the State Office On Aging. 2. Supervise staff in the carrying out of those activities as defined in Title VII of the Older Americans Act and as specified herein and ensure that participants are treated courteously and warmly. 3. Facilitate and coordinate activities with county-assigned staff with" the project. B. Pro=ram P1a�f�• 1. Participate with the County in program plaasimp and financial exploratiom. C. Records 1. Maintain records of participants and operation, wbicb shall be open to inspection by authorised representatives of the County, State and Federal Governments, using forms required by the County. 2. Keep books on all expenditures and income related to the project. Maintain Cash Disbursements, Payroll and In-Kind Resources Journals- 3. Provide the County with program and financial reports as requested. These include but are not limited to: Weekly.Report of participant characteristics and number of steals served (due Thursday afternoon); Monthly Narrative Report (due 5th of the following month); monthly financial report (due 5th of the following month); and annual progrs and financial report (due 10 days after the end of the project year). II. TEALS SERVICE Contractor agrees to: A. Contretate Serve congregate meals 5 days per week at 1 site(s): - Number of Meals Daily 35 Fairmont Recreation Center 6510 Stockton Street E1 Cerrito, California 94530 Meals may be reassigned by the Project Director to any other County Nutrition Site dependent on the success of Outreach efforts and the established need. B. Hose Delivered Contractor will not deliver more than 107 of total seals to participants' homes. Participants are eligible to home-delivered seals only when they are regular participants at a congregate seal site and are temporarily ill or incapacitated. Contractor shall complete and keep on file form INP-29 Congregate Waiver for each participant receiving a hose-delivered seal. Initials: tractor . -1- i APPENDIX A WORK PROGRAM saber 2 ` U C. Staffing Use staff (as budgeted in Appendix B) and volunteers primarily for the delivery of Heal service and secondarily for provision of supportive services (III A). Staff and volunteers will be permanently or temporarily reassigned to meal service whenever necessary and appropriate. D. Meal Delivery 1. Order meals from food caterer designated by County with.72 hours notice and will accept delivery of seals at the site designated. 2. Insulated food containers provided by the County shall be assigned to the Contractor. Contractor shall thoroughly clean food containers after meals and prepare them for pickup by the food caterer for bis use in preparIft for the nest delivery to the Contractor. 3. Certify the number of seals and acceptability of the food supplied by the food caterer using form #NP-35, MQN. This fon will be submitted to County each Friday afternoon and cover food service for Woodsy through Friday for that week. 4. Maintain a close working relationship with the food caterer and County Nutritionist, including coordination of food service training of the Contractor's staff and volunteers by the food caterer and County Nutritionist. III. SYFPORTrVE SERVICES A. Contractor agrees to provide the following supportive services in conjunction with meal service subject to direction of County: 1. Outreach 2. Recreation 3. Escort 4. 'Transportation S. Food shopping assistance B. Contractor agrees to provide tine and place for the following services to be offered by County assigned staff: 1. Nutrition education ' 2. Information and Referral 3. Health and Welfare counseling IV. SITE COUNCILS Contractor will develop and staff a site council for each site; the s Mbershir to consist of at least 51Z of those persons receiving seal services. Site Councils shall meet once monthly and follow the guidelines establish d and stated in the Project Council ByLaws, which is incorporated herein by reference. Minutes of Site Council meetings shall be forwarded to the Project Director by the last day of each month. Contractor shall also appoint non-participants who are knowledge- able in the needs of the elderly and/or active in senior affairs, not to exceed 49% of the total membership. Contractor staff shall attend all County Project Council meetings. Initials: ,..ntractor County Dept. -2- 01:► 32 SPECIAL CONDITIONS NuabR2 — 065 The General Conditions, paragraph 8, Modifications and Amendments, is amended by addition of the following paragraph. c. Budgetary Amendments. Adjustoents between budget category amounts and each category line item may be made, up to an amount not to exceed 10% of the total category line item amount, subject to the contract payment limit. The Contractor crust request such change in writing 30 days in advance, and the change must be approved by the Project Director. Initials: - itr for County Dept. .. ...inti.. ` .. APPEMDEX E BUDGET OF ESTIMATED PROGRAM EXPENDITURES Nutrition Project for the Elderly Number 22 - 065 - 1 Personzal & Benefits Federal Local Nutrition Coordinator $ Site `.anager(s) Aide Traiaing Replacement Personnel & Sick Relief Vacation Accurals Fringe Benefits Dining Site Volunteers Total Personnel & Benefits $ -0- Staff Travel $ Other Costs Tr?,� Seminars anJ Conferences $ Participant Transportation 700 Management Accounting Telephone Office Supplies, Postage Insurance (Auto, personal liability, bond) Rent Utilities Janitorial Special Events (Parties, Films, Decorations) 166 Consumable Supplies (Condiments, cakes) 444 Kitchen Supplies 75 Vehicle Overation Total Other Costs 1,385 Summary Personnel $ -0- Staff Travel .-01 Other Costs 1.385 Total $ 1,385 Less Revenue - 4,866 `'ET CONTRACT COSTS $ - 3,481 Petty Cash Fund Authorized Initials: -:wntractor County Dept. Contra Costa County Standard Fora GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited. to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. _Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A=4616 REV 6/76) Contra Costa County Standard Form r GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract -is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in 'the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as a-u-therized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4616 REV 6/76) -2- n s� �q�� %tl0 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. the Gemety, its 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. "37 (A-4616 REV 6/76) -3- I�! j In the Board of Supervisors of Contra Costa County, State of California FEB 7 191$ t4 in dwr hkwo r of Contract #20-116-1 with the City of San Pablo for Area Agency on Aging Services IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to ab cute Contract #20-116-1 with the City of San Pablo for provision of mobile information and referral services for the Social Service Department/ Area Office on Aging, during the term December 1, 1977 to June 30, 1978, with a payment limit of $7,091 in Title III Older Americans Act federal funds. PASSED BY THE BOARD on FEB 7 1978 I Imeby cwtify dint dro fe, gnisp is a tnm and corred cW of on order oa i d a*** rain ss of said Soord of Supwvisors on *so dam ofonnoicL Orig: Human Resources Agency Wi �p tr— m y hand and dM Soul of dM road of Attn: Contracts to Grants Unit EB 7 1978 cc: County Administrator oft wd "—day Of—, 19 County Auditor-Controller County Social Service/ J. R. OL.SWN, Clwk Office on Aging Contractor !!y r Drputf► Gterlt RH:dg H-24 V77 15m tit l3S Contra Costa County Standard Form STANDARDCONTRACT (Purchase of Services) 1. Contract Identification. Number 20 - 116 • x Department: Social Service Subject: Area Agency on Aging--Omnibus Two Mobile Information and Referral Services 2. Parties. The County of Contra Costa California (County), for its Department named' above, and the following named Contractor mutually agree and promise as follows: Contractor: CITY OF SAN PABLO Capacity: Political subdivision Address: 13817 San Pablo Avenue, San Pablo, California 94806 3. Tern. The effective date of this Contract is December 1, 1977 and it terminates June 30, 1978 unless sooner teroiaated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 7,091 5. County's Obligations. County shall sake to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the teres and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Pro ect. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Area Agency on Aging Project for FY 1977/78. A 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: 42 USC §320 et seq.; 45 CFR 8903.0 et seq.; and California Government Code 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COIS\'TY OF CALIFORNIA CONTRACTOR By R'1.Schroder By u ate. rman. Board of Supervisors (Designate f lclal'Aspacit9, in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) as. By County of Contra Costs,JV ) Craig Deputy - AC (CC 1190.1) The person signing above for Contractor Recommended by D partment known to me in those individual and business capacities, personally appeared j before me today and acknowledged that he/ B /'r they signed it and that the corporation gn rp Designee 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 APpROVM- By HRA CORtracts Admu,;U; / Deputy Notary Public/Deputy County Clerk (A-4617 REV 6/76) "Aicrofilmed with %ara order f 39 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 20 - 116 _ 1. Payment Basis. County shall in no event pay to the Contractor a ssm in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments is accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County Will pay Contractor: [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or fx] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service-Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [XI a. General Services Administration Federal Management Circular PMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Fora D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-1-618 BEV 6/76) -1- 1.)140 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number Z��l� • 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, shoving the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report share that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) abave, County will remit any such excess amount to Contractor, but subject to the Payment Licit of this Contract. If said cost report shown that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment counts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments aide pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. S. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying -to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. (A-4618 REV 6/76) -2- � f),� , 1 SERVICE PLAN Number 20 - 116 During the term of this Contract, Contractor will provide information and referral services to older persons in San Pablo through the use of a mobile center; the program to be called Omnibus Two. 1. Program Objectives. a. To provide information on community resource file to 500 older persons in the City of San Pablo. b. To provide 200 referrals to older persons in the City of San Pablo. c. To provide follow-up service for each referral made. 2. Program Components. Contractor will: a. Organize an advisory committee of approximately five (5) people, the majority of whom shall be age 60 or older with representation from the local Committee on Aging, to establish policy related to Contractor's service. b. Use a City-owned, properly licensed and insured mobile vehicle, Omnibus II, as a base for dispensing information and referral service and move this vehicle to at least 10 locations during the term of this Contract. c. Advertise available program services through all media, including flyers and newsletter. 3. Personnel. Contractor will: a. Employ and train one full-time employee to assume working responsibility for direct Information and referral service provision. b. Recruit and train volunteers to provide information and referral services. c. Use one city employee as overall supervisor and program monitor. a d. Appoint liaison staff person to attend meetings of Local Committee on Aging. 4. Omnibus II Service. •Contractor will: a. Provide information and referral service by personal contact or telephone by program personnel stationed at Omnibus II. b. Utilize West County resource file of Sen;or Information Service of Area Agency Office on Aging, and supplement that file with appropriate resources provided In San Pablo. c. Coordinate service with West County Senior Information Service and provide Information for activities and plans for serving older persons in San Pablo. d. Utilize services of other community agencies as needed and appropriate. 5. Program Reporting. Contractor will: a. Monitor and evaluate services in the manner and at times required by County, but at least after three months of service. b. Maintain fiscal and other records in the manner and form required by County. 6. Budget of Estimated Program Expenditures. State of California Office on Aging "Manual of Policies and Procedures," February 1975, will prevail in setting fiscal guide- lines, including standards for allowable costs. As'specified in the Payment Provisions, payment for services is subject to the "Budget of Estimated Program Expenditures" attached hereto, and incorporated herein by reference. Initials: 6,J Contractor County Dept. DRAFT BUDGET OF ESTIlMATED PROGRAM EXPENDITURES nn CITY OF SAN PABLO- - OMNIBUS II 20 . . s • 1 NUMBER Contract Local Share Other er / n-K n gesetces' County) Personnel Driver Leader (approx. 40 hr./wk. @ $4.77/hr. x 30 Mks.) $5,750 Fringe @ 19.5% 1,121 Volunteer Time $788 $2,410 Supervision SOD Travel T (training, conferences, and workshops, etc.) 120 Printing b Supplies 100 Vehicle Maintenance 100 totals $7,091 $788 $3AD Contract Payioewt Limit $.7,091 Required Minims Match 788 Title III resources (inc. match) 3 ,8'13 Other Resources* 3,660 Total Project Resources *Includes Resources dedicated to project but in excess of required 10% match for earning Title III Federal funding. Initials: B60 (94 Contractor County Dept, Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. -4 "(A=4616 REV 6/76) -1- ' Contra Costa County Standard Form . GENERAL. Co'-IDITIUNS (Purcna3e of Services) 9. Disputes. Disagreements between. the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract .is`made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Us to County and shall be governed and construed in accordance with the laws of the State of California. b. Any action -elating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulf'_'_ this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractcr. =ze Contractor shall not enter into subcontracts for any work contemplated under th-4s Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of interest. Contract^r ^=om_sec and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recer.t7y adopted bylaws and also a complete and accurate list of its governing body (30' ard o: Directors or Trustees) and to timely update said bylaws or the list of its govern;ng body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, 'including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency-in c^^nection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor acrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as G•_~'terized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color; national origin, or ethnic background, and that none shall be used, in whole or is part, for religious worship or instruction. (A-461.61 MV 6/76) -2- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the , agents a* mpleyees, 9* any other ev entisy. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts b Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. io (A-4616 REV 6/76) -3- ►'y t In the Board of Supervisors of Contra Costa County, State of California FEB 7 1978 In the Maly.of Approval of Blue Shield Hospital Agreement IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Agreement 126-951 with Blue Shield of California (California Physicians' Service) as compliance with Knox Keene licensee requirements for Blue Shield of California for health care providers. PASSED BY THE BOARD on FEB 7 1978 1 hereby certify that the forrBoinp is a hue and correct copy of as ander «i! ed on the e>kwrw of soil Board of Supervisors on the date aforesoid. Orig: Human Resources Agency Witness my hand owd the Seal of the Board of Supervisors.Attn: Contracts & Grants Unit a�Bx d � ofFEB 7 1978, 19 County Administrator � County Medical Director County Auditor-Controller J. R. OLSSON, Clerk County PHP Administrator Contractor By Deptb C6rk cry Ga H-2tt 7 15m ��� A AA# it 416c i;T►u,AN lT i►T►���a�~��f►�l� A A�I�i ��� 1�'�' c BLUE SHIELD OF EfILIFU19NIfi _ G _ HU5FITHL i Im HIGHEEMENT _ 4,G - c _ M c .r c G CALIFORNIA PHYSICIANS ' SERVICE San Francisco, California G C h crofilmed with board order n�►;48 � r I. General. This Agreement is entered into this day of 19 , between Hospital and Blue Shield of C31ifr;r11i3. The Knox-Keene Act and Regulations thereunder are applicable to this Agreement_ Blue Shed will prcvlde Hospital with information concerning such Act and will promptly notify Hospital of any ne•.v or modified rules or regulations undeF•the Knox-Keene Act which will directly affect Hos- pital. This Agreement is drawn in consideration that Blue Shield provides service benefits, including payment for hospital services to its subscribers in accordance with the terms of its various ser- vice contracts and that such payment to hospitals adopting this Agreement will be on an accurate and timely basis without an assignment (written, oral, or otherwise) from the patient. Blue Shield acknowledges and understands that Hospital will rely for provision of covered services and pay- ment therefore upon the accuracy and validity of telephone verification of eligibility and informa- tion set forth in Blue Shield's current code manuals and any additions thereto shall be promptly replaced or updated. Blue Shield shall also be responsible for any loss suffered by Hospital as a result of an incorrect identification of an enrollee's coverage classification. 11. Prohibition of Patient Collections. The hospital agrees that it will not attempt to collect from Blue Shield's subscriber for any of those services covered under the subscriber contract. III. Financial Stability and Arbitration. Blue Shield has established a segregated fund with an appropriate banking entity at San Francisco, California. The segregated fund contains cash or equivalent (liquid securities), as defined in the Knox-Keene Act, equal to 90 days of annual pay- ments to hospitals under this Agreement. The amount of the segregated fund shall be computed quarterly by Blue Shield as of March 31, June 30, September 30, and December 31st of each year, and the sum so computed quarterly shall be adjusted and reported in writing to the Califor- nia Hospital Association within 45 days. Disputes with respect to hospital's billings shall be resolved by a binding arbitration proceeding in accordance with the rules of the American Arbitra- tion Association at the election of either party. The custodian of the segregated fund is authorized to make payment to hospitals when properly instructed by arbitration. IV. Coordination and Protection of Other Party. Blue Shield agrees to resolve, settle or otherwise dispose of all claims or actions by its subscribers concerning the interpretation of its service con- tracts or benefits payable thereunder. It is agreed and understood that nothing contained in this Agreement shall require Hospital to arbitrate or otherwise handle in any particular manner or dis- pose of any claim or action (malpractice or otherwise) by a patient against Hospital arising out of services performed by Hospital. Blue Shield and Hospital agree to make all reasonably practicable efforts, consistent with advice of counsel and the requirements of their respective insurance policies (or other coverage)and carriers, to coordinate the defense of all claims in which the other party is either a named defendant or has a substantial possibility of being so named. V. Patient Care Evalwtion, Utilization, and Payrnent of Services. Blue Shield shall make pay- ment to the Hospital for covered (as determined in the applicable Blue Shield Subscriber service contract) hospital services at the Hospital's current customary charge for such services. Such payment by Blue Shield shall be made within 30 days of receipt by Blue Shield of the properly completed claim from Hospital. These rates shall be calculated by use of the Hospital's standard method of computing daily service rates for all other patients receiving like hospital services. It is agreed that no modification in such daily service rates charged by the Hospital for Blue Shield subscribers-patients shall be effective until after 30 days prior written notice is given by Hospital to Blue Shield. Blue Shield agrees that it will make payment based on a verification of eligibility and contractual benefits at the time of admission provided Hospital has implemented the "Guidelines for Hospital Patient Care Evaluation" as developed by the California Medical Association and the California Hospital Association and endorsed by Blue Shield. A system which in the opinion of Blue Shield or CHA substantially complies with the aforementioned "Guidelines" is acceptable. )MJ In the event of a question or dispute between Hospital and Blue Shield under this provision, or any other dispute concerning utilization of services or emergency care, recourse will be initially to Hospital's utilization committee. In the event Hospital's utilization committee's determination is questioned by Blue Shield, recourse would then be to the local medical society peer review com- mittee and then to the California Medical Association Appeals Committee for a final determina- tion. (Rates of Hospital shall not be subject to this provision.) Blue Shield shall have financial audit rights as required by Knox-Keene Regulations. All non- covered service disallowances or reduction in payments will be set forth in the Explanation of Benefits attached to the payment check to the Hospital.It is agreed that the Hospital is entitled to payment for covered services (as specified in the applicable Blue Shield Subscriber's service con- tract) actually rendered to a Blue Shield subscriber. The Hospital shall have the right to direct payment from Blue Shield. In the event of problem cases which may arise from time to time as a result of need for clarification involving other carrier obligations, Blue Shield agrees to make advance payment within 30 days from receipt of a pro- perly completed claim for such cases which have not been finalized, with the understanding that any adjustments which may result at the conclusion of such case reviews will be made by the Hospital based upon actual payments received by it. Blue Shield will be solely responsible for col- lection and coordination of other benefits with whatever assistance may be reasonably necessary from Hospital. VI. Billing Forms Documentation and Releases. The Hospital shall bill Blue Shield on a periodic basis in a manner and on such forms which are acceptable to both Blue Shield and the Hospital. Blue Shield agrees to accept billings upon Form UB 16 or any successor form approved by CHA. The Hospital also agrees to furnish on request information reasonably required by Blue Shield to verify the services and charges made in order to pay filed claims properly. If Blue Shield desires additional information not ordinarily provided, Hospital shall make a reasonable effort to obtain and provide such information to Blue Shield. Any substantive additional expenses which Hospital may incur in providing such additional information shall be reimbursed by Blue Shield as mutually agreed upon by Hospital and Blue Shield. Blue Shield warrants that prior to requesting a patient's medical record it has or will obtain effective releases from its subscribers (or their legal represen- tatives) authorizing Blue Shield to obtain their medical records and shall hold Hospital harmless from any liability in connection therewith. VII. Cooperation of Parties. The Hospital and Blue Shield agree to meet and confer in good faith with each other on common problems including, but not limited to, utilization of services, prob- lems concerning claims or billing procedures, and information and forms provided to Hospital for use in conjunction with Blue Shield subscribers (patients). The Hospital and Blue Shield each agrees to advise the other promptly of any material change made in its management, ownership or licensing which may have an effect on this Agreement such as loss of license or entering into receivership. Vlll. Limit of Agreement. Hospital and Blue Shield's responsibilities and obligations are limited to those set forth in this Agreement or as mutually amended or supplemented by a written amend- ment or written supplement. IX. Independent Contractors. In the performance of the work, duties, and obligations devolving upon each of the parties hereto, it is mutually understood and agreed that each party, its agents, servants, and employees are at all times acting and performing as independent contractors and that neither party hereto shall consider itself or act as the agent, servant or employee of the other party. 0"a`i50 X. Advertising.It is understood that the name of Hospital is the sole and exclusive property of Hos- pital and that Blue Shield shall have no right to use said name in any advertisement or otherwise without the expressed written consent of Hospital. Hospital hereby expressly consents to Blue Shield including Hospital's name in any document prepared by or for Blue Shield for the purpose of a simple and unqualified listing, by area or otherwise, hospital members of Blue Shield subscribing to this Agreement. XI. Legal Actions. if any legal action is necessary to enforce the terms of this Agreement, the pre- vailing party, as determined by a court of competent jurisdiction, shall be entitled to reasonable attorneys' fees in addition to any other relief it may obtain. X11. Notices.Any notice required to be given pursuant to the terns and provisions of this Agreement shall be in writing and may either be personally delivered or sent by registered or certified mail in the United States Postal Service, return receipt requested, postage prepaid. addressed to each party at the addresses set forth in this Agreement. X111. Effect of Termination. As of the date of termination of this Agreement, whether by recision or otherwise, it shall be considered of no further force or effect whatsoever and each of the parties shall be relieved and discharged herefrom, except that: (1) Blue Shield shall remain liable for all covered services rendered by Hospital after such date until such time as: (a) appropriate transfer of subscriber receiving inpatient services at the date of termina- tion is achieved: or. (b) an alternate source of payment for such services, acceptable to Hospital, has been found. (2) Each party shall be responsible for the costs of completing any arbitration proceedings initi- ated pursuant to Section 111 hereof, including requests for such arbitration which may be initiated with respect to disputes arising between the parties after the effective date of ter- mination. (3) The Hospital shall maintain such records and provide such information to Blue Shield or the Commissioner of Corporations as may be necessary for compliance by Blue Shield with the provisions of the Knox-Keene Act and Rules thereunder. XIV.Term. The initial term of this Agreement shall commence on the date that it is first written and shall remain in effect on a year-to-year basis thereafter, except that either party may terminate this Agreement for cause and failure to correct such cause within 15 days after initial written notice of the proposed t ation is given. Either party also may terminate this Agreement withou a ti giving 90 days'written notice to the other.The terms of this docu- men r A_1 Schwder BY� BY nature and Tide Nam nd Title ce President Cliairrdan, Board of Supervisors Contra Costa County BLUE SHIELD OF CALIFORNIA Name of hospital TWO NORTH POINT SAN FRANCISCO, CA 94133 651 Pine Street Street and Number ATTENTION: Ralph H. Appel ., Martinez, California 94553 City State Zip Code FOR:$ APPPOVED J0M S. C:AL'Sff�, Counh Catuts�l Hospital License Number 0701 00924th C4600 Microfilmed with board Oraer . C � In the Board of Supervisors of Contra Costa County, State of Calgarnio Feoruary 7 , 1978 In dwf Mostar of Amendment to Agreement for the Energy Crisis Intervention Program State Economic Opportunity Office Contract 77007072 The Board of Supervisors on September 13, 1977 having AUTHORIZED.the execution of an agreement between the State Economic Opportunity Office and Contra Costa County under which the County Office of Economic Opportunity provides Special Energy Crisis Intervention Program Outreach and Eligibility Services in the county; and The Hoard of Supervisors having AUTHORIZED the execution of an amendment to the agreement between the State Economic Opportunity Office and Contra Costa County to continue County participation in the Energy Crisis Intervention Program until September 16, 1977 and to increase the amoun` of tunds available to the County to $77,428; The Board of Supervisors hereby AUTHORIZES the execution of Amendment No. 2 to the agreement between the State Economic Opportunity Office and Contra costa County to increase funds to assure that any adjustments made by the State in the Payment Authorization certified by our office for future credit to Contra Costa County households will be covered after the funds have been reallocated to the Meatherization Program, to increase the amount from $77,4"78 to $97,428. PASSED by the Board on February 7, 1978. Orig. Dept: OEO cc: County Administrator Auditor-Controller State OEO c/o OLO I hereby certify that the fa epoir is a true and carred copy of ae order Me ad on the a�intates of said hoard of Supervisors an the dose aforesaid. Witness my had asd the Seal of the Board of supwvisws day of ? 1978. �9 _ ad UMW this- . J. R. OLSSON, Clark Sy // (jt,"z. Deputy Clerk ry Cra;g H-243/7615m ❑ CONTRACTOR S ANDARD AGREEMENT — :TTS GG ENC AL � ❑ STAT[ A6[NCr CTAT[ OF.CA4IFORMIA STD. 2 (REV. 11/75) ❑ DEPT. OF 61EM. SER. ❑ CONTROLLER THLS AGREEMENT, made and catered into this 164hday ofbw, ' 1917 p in the State of California, by and between State of California, through its duly elected or appointed, ❑ qualified and acting ❑ TITLE OF OFFICER ACTING FOR STATE AGENCY EmPkj;�7w PR*MD&PtrbmentMUyR[R Director - CSE00 ate F 7 bereo f ter called IkIAM awd CSI OIPPN,Z Or beleaftet called the Contractor. WITNESSETH: 'That the Contractor for and in consideration of the covenants, conditioas, agreements, and stipulations of the State hereinafter expressed, does hereby ague to furnish to the State services and materials, as follows: (Set forth service to be rendmrd by Contractor,anwmmt to be paid Contractor.time for performance or campieban.and ateuc b pians and specifieotioes,if(my.) 110. 2 Agn+s�s�t NO. 77007072. tab as August 1. 1977 and azm fid on AuWaa 31, 1977 L Drew i wdw amts$ as tallows: 1. The an ouNt in ftMpq& 3 is chan"d ftm $77,429 to $97,429. All air I and condltkM sl&ll rsrin undgmaged. The provisions on the reverse side hereof constitute a part of this agreement. IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, !tie date first above written. STATE OF CALIFORNIA CONTRACTOR AGENCY CONTRACTOR " 1 w a IM I STAT[ w [TMte A C*00"ATIC, Ca� 8� 2000004Cgr office ►A w" ► zMrAMIC BY (AUTHORIZED SIGNATURE) BY (AU �. ► ► BOW TITLE TITLE eoxe Of st,p«ttiWs ADDRESS martinez,Caidotrrxa 94553 ICONTINUED ON SMEETS EACH BF_ARING NAME F NTRA RI AMOUNT ENCUMBERED APP ROPRI♦ _FUN D OeporrrR«rt of GBRBroI Services Ufw ONLY UNENCUMBERED BALANCE ITEM CHAPTER STATU TE3 FIf:AL YEAR •��. Iw Cwr..sl.� [ti Cu�.Swwwc[ FUNCTION Aon. OrCw[wSln� [w cru AwAwC[ LINE ITEM :.L_LO TM ENT T.B.A. NO. hereby certify upon my own persunal knowledge that budgeted fund: are available for the period and purpose of the expenditure stated above SIGNATURE OF ACCOUNTING OFFICER DAT[ ► 1 herby certify that all conditions for exemption set forth in State Administrative.Manual Section 1209 kave been complied with and this d(Icument is exeelpt from review by the Deportment of Finance. SIGNATURE OF OFFICER 31 GNING ON BEHALF OF THE AGENCY DATE ► 01th !" r - r 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, materialmen, laborers and any other person, firm or corporation furnishing 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 damage by the Contractor in the performance of this contract. 2. The. Contractor, and the agents and employees of Contractor, in the performance of this agreement, shall act in an indepea►dent rapacity and mot is ulcers or employees or agents of State of California. 3. The State may terminate this agreement and be relieved of the payment of am--consideration to-Contractor should Contractor fail to l><•rform the covenants herein contained at the time'and in the manner herein provided. In the event of such termination the State may proceed-xvith the-`- work- he--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 agr-ement;: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 put. S. Time is the essence of this agreement. 6. No alteration or variation of the terms of this contrict shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement 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 provided. • • In the Board of SupenKam of Contra Costa County, State of California February 7 , 19Z8 M the AAaNer of Request to Place Measure on June Ballot. The Board having received a January 25, 1978 letter from Ms. "lice Lorenzetti, on behalf of the Citizens Advisory Committee for County Service Area LIB-11, requesting that a 10 cent maximus tax levy be placed on the June ballot for maintenance of the Oakley Park Swimming Pool; IT IS BY THE BOARD ORDERED that the aforesaid request is APPROVED and the matter is REFERRED to the Elections Department. T"ASSED by the Board on February 7, 1978. I hereby certify deaf the fore0oinp is o true-ond correct copy of an ander i i A on dw wimon of said 800rd of Supervisors on flue dole oforemoid. cc: 'a. Lorenzetti � Wilrws_ rely haw and dw Sed of the ioord of Elections pervison Public :-forks Director allixed this 7th day February 1978 County Administrator J. R. OLSSON, Clerk BY - L/ Deputy Clerk Ma raig H-24 4/77 15m > > 15a 0 In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 7_1_ In dw Motlsr of Solid Waste }lana lenient. _he Board having received a January 31, 1978 letter from Mr. -Leonard L. Battaglia, President, West Contra Costa Sanitary District, advising of the District's intention to investigate and accomplish resource recovery, t�nergy alternatives and other solutions to solid waste and wastewater solids handling and requesting Board assistance in obtaining grant funding to initiate studies and projects relating to solid waste management in the west county; IT IS BY THE BOARD ORDERED that the matter is REFERRED to the Public Works Director (Environmental Control) and the Solid Waste Commission. PASSED by the Board on February 7, 1978. 1 hw by certify tN* dw► fa 9ninp k a true and coned copy of an aider wed on dw akwlMs of said #cord of Supwviwn on " dale W*ftm my hand and dwi Sed of die bard of cc: lest Lantra Coates Sanitar��� District Public Works Director 7th A no February 1978 Environmental Control County Health Officer ;� R. �� �� Director, 'Auman Resources -'� Agency By ' Do" Ckwk County Administrator ary XLAM2-g Solid Waste Corimi ssion via ?'W H-24 If77 15m ,14",56 In the low of Sup�vaors of Contra Costa County, Stat of Ca"v io Tebru mi 7 , it ZL Is lir Awmer of Proposed Amendment to Health _ and Safety Cods for Inclusion in 1.979 County Legislative _ Program. The bard on January 24, 1972 harins requested County Obunsel to submit proposed amendments to the 1Malth and Safety Cods for inclusion in the 1972 County Legislative Progra to delete the " uirement that taxes be levied on tax-exempt property in County Sanitation Districts; and The Board having received a January 27, 1978 memorandum from Hr. John B. ^lausen, County Counsel, transmitting proposed amendments to Health and Safety Code Sections 4747, 4796 and 4IS7 vhich would provide that distriiart tame vill be legally similar to general county taxes rather thea special or local assessments; IT IS BY THE BOARD ORDERED that the proposed amendments are INCLUDED in the 1970 County Legislative Program. PASSED by the Board on February 7, 1978. I Iweby cwNfy d+al tI» faesoino k o *w a W cooed ah► of as Oder smkmW oe d» war& n of said 800rd of Supwvimn on " dot afw«oid. Wanm nay hood and do Sooi of dr bard of cc* ''ounty Counsel Supurrison Public Works Director arumd phis 7th &y of February 1978 County Auditor-Controller County Administrator Sanitation District No. 7-A �' R. OISSON. Chrk c/o Mr. W. Gallagher dye oopwr C$W* Mary 8 H-24 4177 15m In the Board of Supervisors of Contra Costa County, State of CdWavria February 7 19 M In the Mwiw of Request of D. C. and H. C. Wiedemann for Partial Cancellation of Land Conservation Contract No. 20-75, San Ramon Area. The Clerk of the Board on October 12, 1977 having referred to the Director of Planning for recommendation the request of Doris C. and Howard C. Wiedemann for cancellation of five acres included in Land Conservation Contract No. 20-75 (1945-RZ) ; and The Director of Planning having submitted a January 24, 1978 memorandum recommending that the aforesaid request be approved and advising that the cancellation fee is $12,500 for the five-acre parcel (50% of the cancellation valuation set by the County Assessor); IT IS BY THE BOARD ORDERED that, pursuant to Government Code Section 51284, March 7, 1978 at 10:55 a.m. is FIXED as the time for hearing on the request of Doris C. and Howard C. Wiedemann for partial cancellation of Land Conservation Contract No. 20-75. PASSED by the Board on February 7, 1978. I Iwreby certify *sat tlr foregoing is a tnm and correct copy of ow ad= «Mond on t!w nwm*s of said Board of 5"ervaors on the daft aforasoid. cc: D. C. & H. C. Wiedemann Wiknem my hand and do Seal of dw Board of Director of Planning Supervisors County Assessor affixed this ?th d" of February 19_8 County Counsel County Administrator Ann Wiedemann Kaplan J. R. OMM. Clerk Bank of America,N.T. & S. ply ClerkTrustee Diana M. Herman H-24 4/77 15m RECEIVED CONTRA COSTA COUNTY PLANNING DEPARTMENT JAN 2 6 1978 J. aarsar C= aoAM a 206MOM TO: Clerk of the Board DATE: January 24, 1978 , FROM: Anthony A. Dehaesus SUBJECT: Letter from Doris C. and Howard C. Director of Planni Wiedemann regarding cancellation of contract of land within Agricul- tura Ibis is in reference to the letter from Doris C. and Howard C. Wiedemann regarding cancellation of the Land Conservation Contract on a five acre portion of a 464.87 acre parcel that was placed under contract by rezoning application 1945-RZ on February of 1975. the subject property is described as five acres of Assessor's Parcel 210-040-35 fronting on the northeast side of Alcosta Boulevard approximately 2,800 feet northerly of Bollinger Canyon Road, in the San Ramon area. the applicants propose to sell the five acre parcel to the Church of the Nazarene for establishment of a church facility. Approval of this request to cancel the contract is required by the Board of Supervisors. Pursuant to Government Code Section 51283, the County Assessor has set a Cancellation Valuation for the subject five acres of $25,000. Ike cancellation fee shall be an amount equal to SO% of the cancellation valuation. In this case the cancellation fee is $12,500. It our recoa■iendation that the cancellation of the Land Conser- vation Contract on the subject five acres be accepted and direct the Clerk of the Board to record said cancellation with the County Recorder at such time as the cancellation fee is paid. AAD:plp Mkxofiiln sd with 600rd order °"``c° of CONTRA COSTA COUNTY ASSESSOR 834 Corot Street Ma bwz, Califomia 94553 JAN 18 1978 January 16, 1978 J. t assay CLEM BOARD OF wPERVO s OMA GO. 70: Contra Costa County Board of Supervisors Attention: Geraldine Russell, Chief Clerk FROM: E. F. Wanaka, County Assessor By: Janes D. Giacoma, Principal Appraiser SUBJECT: Cancellation Valuation of Portion of Land Conservation Contract 120-75 (1945-RZ) Reference is made to the October 6, 1977 request of Howard C. & Doris C. Wiedemann for the cancel- lation of a portion of Land Conservation Contract J20-75, covering a five acre parcel of their land. Pursuant to Government Code Section 51283, the County Assessor hereby certifies to the Board of Supervisors the following value for the purpose of determining the cancellation fee: Cancellation Valuation: $2S,000 The cancellation fee shall be an amount equal to 501 of the cancellation valuation. In this case, the cancellation fee is $12,500. Kindly advise this office of the recording of the certificate of cancellation by date and Recorder's book and page number. JDG/lc cc: Anthony Dehaesus, Planning Charles Coday, Planning Donald L. Bouchet, Auditor E. W. Leal, Treasurer P. W. Lamborn, Land Conservation Committee - Howard C. $ Doris C. Wiedemann e.e. 1)0'x'60 ' 7 October 6, 1977 RECEIVED Honorable Board of Supervisors Contra Costa County Andministration Building O CT 4, Martinez, California 94553 J. RE: Application 2161 RZ CLEpc a:Swrx Church of K&zarena -:-Supervisors: As owners of subject property we hereby request A-4 zoning contract on 5 acres of land covered by the above captioned application be cancelled. Very truly yours, ris C. Wiedemann Howard C. Wiedesmmn 3686 Norris Canyon Road San Ramon, California 94583 Phone 837-4948 cc: Planning Dept.: y Mr. Dehaesus Mr. Coday Nazarene Church In the Board of SupwVism Of Contra Costa County, Stare of California 19 V In dwi Mohr of Recommendation of Grand Jury that Crisis Resolution Center be Discontinued Immediately. The Board having received a January 30, 1978 letter from Mr. David K. Flynn, Foreman, expressing the 1977-1978 Grand Jury's concern with respect to- the operation of the Crisis Resolution Center at Juvenile Hall, and urging the immediate closure of said facility; and Mr. Arthur G. Will, County Administrator, having advised that this matter was already under review by the Probation Depart- ment and having indicated that a full report would be filed for Board consideration; and Chairman R. I. Schroder having requested that the County Administrator respond to the Grand Jury acknowledging their communication and advising of actions currently underway; and The Board having discussed the matter IT IS ORDERED that same is REFERRED to the County Probation Officer and County Administrator for report. PASSED by the Board on February 7, 1978. 1 Imeby osrlifr drat dw fn gwmg is a true and cored copy of an order trMwtd on the r&r**ss of said Board of Srprwimn an fht daft afonsmil . cc: 1977-78 Grand Jury Want" my horrd and drt Stat of do Board of Mr. D. J. Flynn, Foreman SuPw11Os County Probation Officer offi=d ",_ th dop of E hr„ar.q_, 19,E County Administrator County Counsel _ R. OLSSON, Clark Helen C. Marshall H-24 4177 15m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA CO(JTY, STATE OF CUZMRNIA In the Matter of Award of Contract ) for Landscape Construction of ) Danville Off-Street Parking District) F-PhrualZX ,7 LQA No. 1973-4, Danville, California ) Project No. 5873-2282 ) Bidder TOTAL MM-NT Bond Amounts Kal-Co Landscaping $6,485.00 Labor, i Mats. $ 3,242.50 5 Kimberley Drive Faith. Perf. 6,485.00 Moraga, California 94556 The Public Works Director having advised that this project is considered exempt from Envirorurertal Impact Report requirements as a Class IN Categorical Exemption under the County Guidelines, and this Board concurring and so finding; and The above-captioned project and the specifications therefor being approvede bids being duly invited and received by the Public Works Director; and Rhe Public Works, Director recam ending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS BY THE BOARD 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; .and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Departurent 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 or other required documents, and the Public works Director has reviewed and found them to be sufficient, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDEPW that, in accordance with tha project specifications arid/or upon signature of the contract by the Public works Diractor, 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 Eehruar11 71k 197A 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 7th day of February , 19 78. )riginator: Public works Depa-trent J. R. OISSG'N, Clerk Buildings b Grounds Division Public works Difector County Auditor-Controller Contractor al vuo Deputy Clerk N. ous c --m. q .? (Re:-. 9-77) .� 4 1.13 C1 CONTRACT (Construction Agreement) (Contra Costa Countv Stancard Form) i. SI'cCI.;L le:7I:S. These special terns are incorporated below by reference. [Public 71gency] Coot" C&Sta Chu KAI-Co laMscaiv♦ay (Contractor] 5 Kimbwly 0MV69 NWW. CalitOM14 94M (Complete Tenal name (52) Effective ::.,ate: FjjjTjjWY 220 1417a [See 54 for starting date.] (�3) The Nor;;: WAt1'uctia" Of l awswi" in tie Oav111. Off-strut "UM liintawaa District, all to mordwes Ida tM PIN$. inrl W Md spdfication pr+a0+r'M by or fbr the hil is YKks Nreco" mad in MOD, a With the WeptM bid pr"sal. (§4) Cor-pletion .ir,a: [strike out (a) or (b) and "calendar" or "working"] (a) By [date] April 30, 1970 (SS) Liquidated Dar..agc3: S 2s.29 per calendar day. (56) PubZ c ngene�j ': ;gent hrlie Yorks 01Aesar (57) Contract Price: $ Public Acercu, By: (President, Chairman Or Other L.- iF Designated Representative) hil is Yaks O1rft1N r ( � Contractor, hereby also acknowledging awareness of and compliance with Labor Code SlS61 concerning ';;o kers' Compensation Law. f By: (CORPORATE .Accs gnu e o is apacit irVt a usiness SEAL] By: Designate official capacity in the b usiness Note to Contractor (1) ":secure acknowlc!,:gnent form beZov, and (J) if a corpora- tion, affi- Corporate �'eaL. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California (by Corporation, County of -'_lam-,da > s" Partnership, or Individual) The person(s) signing above for Contractor, known to rue in individual and business capacity as stated, personally appeared before rv,- today and acknowledged that he/!W executed it and that the corporation or partnership naµ.%d :above executed it. Dated: �Iebruury [NOTARIRL - SEAL) Notary" ua is - -7 -- - - - - - - - - - - --- - - - - - - - - - - - FORid APPRO«D by �..Y:Gri►� i.............. (Page 1 of 4) Microfilmed with board order (CC-1; Rev. 11-76) 3. WORK CONTRACT, CHANGES. (f By their signatures in Secti �--. , effective on the above date, these parties promise anG agree as set forth in this conn'"ct, incorporating by these references- the material ("special terms") in Sec. 1. (b) Contractor shall, at his own cost and exuense, 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:'tie parties; and tae 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 toProceed; 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 tine fixea 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 'zGency's actual damage from any -delay its performance hereof, it is agreed :1fat Contractor�vilh pay as liquidated damages to-the ;PubUc Agency the reasonable sun, specified in Sec: '1, the result of the parties',;'reason4ble 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 wor?; 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. Purstiant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated danages 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: hi'tdMTED •DOCUMENTS. . .Tba plans, drawings and specifications or special provisions o e ic .Agency s call for bids, and Contractor's accepted bid, for this work are hereby incorporated into .ti— z�'scontract; and they are intended, to,”-co-9perate, 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 e::hibited, mentioned and set fortis in both, to the true intent and meaning thereof when taken all together; and. differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYMENT. (a) For iii;s: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 the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the a:aount 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. S. PAYMENTS WITHHELD. (a) The Public Agency or its ayent 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 theentire (Page 2 of 4) work, it shall issue a certifee to the Contractor and pay Amlance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been 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. INSURANCL. (Labor Code S51860-61) On signing this contract, Contractor must give clicAT gency (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. lu. BONDS. On signing this contract Contractor shall deliver to Public Agency for approvalgood 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 itureunder. 11. FAILLRL TO PLRFO101. 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 loMlaws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs.. 1735, 1777.5, i 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 i 1813, concerning prevailing wages and hours, shall apply to this agreementas 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 n ustria ations 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 tuese 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 ti►erefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no wo-Man employed at any time on this work by the Contractor or by any sub- contractor shall be required or permitted to wort: longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRLNTICES. 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) 17. Pltk LREJCE FOR MATLEILkA The Public Agency desires to the industries and 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. ASSIG11=1T. 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 assigrament. 19. NO WAIVER BY PUBLIC AGLNCY. Inspection of the work and/or materials, or approval of work and/or materials inspect e , 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. BOLD HARI:1.1;SS 6 INLUUJITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilitieg 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 su ere , 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 natters covered by this contract and attributable to the contractor, subcontractor(s) , or any officer(s) , agent(s) or enployce(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 prepareu, supplied, or approved any plan(s) , drawing(;) , specification(s) or special provision(s) in connection with this work, has insurance or other indetunification covering any of tnese matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. ENCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6705, if applicable—, Ty--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) (CC-1; Rev. 11-76) - AE'� � V �+5' •Yi 'r { N NAME AN;"4 u r rSS OT'AGENr_.v GEOtZGT :P$GOINWCOMPANIES AFFORDING COVERAGES t•. 2310 Central Ave. coseernr �ilemeda, Calif li"ER A Hanover Insurance Company w .COMPANY KnER, B Northwestern National Clearance Co. . =r NAME ANG rn:)RE55 0t=.:tNSURCD .�,„ ;° .,: >•aPANr C California Compensation.& Fire Co. THWDORE K. KALIVAS.DBA KAL-CO 'LAADSCAPI nEa 5 Kimberley Drive >fmAtJv D Moraga, ,Calif. 9556 }`Eq TETTER - This is to certify-that policicsot.insurant^e Jtsted"heft, , !�►,c� }i%n i�+.tu 46 the insured named above and arc in forceat This time. .; tim is3 of t tabifity,in Thousands(000),,,.: COtlPANt •TypC OF,iNSURAiJC -: i:0! "?;'1!?tdl+}k ., EXP1itAT+ON DATF AGGREGATE LETTER OCCURRENCE GENERAL LIABiLf7 eaDnv iwuRv s 300 - s 300 A c r� $GL 83 X31 50 3/23/g0 'r x tlPErr►YDAtdAt i ` s 300 s� 300 EA}(�'h, t7}EWsr r [ EBPEOSiOtt AND ON k 5 UNDER "hOUND}tA7D r ;y P{ibOUC'TSXOMPI.t i{ > rti k r tnj 't t I!'�� tiPfRAY10N5}lF7t 3 `.k" .s'�„" V'dNTR w' UAL i}Javt r+.E � s`�r r �OPCatAIi6F S S �� A E BRbAO..EDR61 PF{Jti • a X a xcolAiiiitlEa T ;] DAMAGi A4 e;x4 9'e s L' 1 iYDEPE1DENj y PERSpN:.L INJUfiY, $ ^r i _ � a AERSOfik1 iNJUitY L c 300 IfiRR AUTOMOSILE LlAB' +rt X= dxr+rritl COAuiENStYE 'f1r 1GL�;83 31,5o Y �.� }'�`"}�iat�F;}s�nii}r s 300 } 11 �, -r' ,� ,;-�� � `{eke,;•trt�auN�tr{�sl �' �J 1�1:NEQ ' d��.e _ �`t 4 '� G �;"� ..+��'f•..+`., �t � � o- t- 1 }tT t I)AM T kckF 2 � { •° GUhlbiNFf�x,, B UMt�RFtE7+ FORM11 d �tCL��51 19 52 3/23/7$ n> pRt)eee7vDaMAGE` 1000] s 1,000 r? +QTN�,t?{'IA UAltiHrt _ ij�~ ._a COM}IINED ,. rortti, - 1' j ;Y+ORKERS'COhtPENSATtON a �. , s STATUTORY t C and 7?ir 107104 5/2,/78 jF�NfPLOYERS'LIABit rT Y x 100 is� Kc"rc"s' OTHER w � � � f 4i DESCRiPT10OF ERATIU OPN$+IOCATi N' 7 tJEHICEES } ,Landscape Gardening Cancellatrort: Should }T y"cf the a6&6,dmc:6 -`A.no}ie}es tie 0ncetted�before tate exftiratto:t,date thereof the Tsswng corn a pany w{fl ertd+3avot o majl 0__Aad s writf>tt }, t}c toy he betowr named Cori:f cal+:holder:bur fa}tsJre to ' I sock noti,c shalt trnpose nc�ol�l3FatEa}i err Juin}it'i.ty of apy kind upon the cvm ny =.,.. NAtAE!fell ntti)i+. ,wr Lt}t7}r1t AFf iff}t1)ER: MarC �l. ;CONTRA COSTA COUNrY PUBLIC W6,ItS DEPARTMENT '� _ -6th FLOOR, :$TDMINISSTR�gATION BLDG..'< 1.Y11u 11�C+L� CIWIfe 74553 Al}iltORlr .+EPRCSEflTA1NC 7. , lL Mi Imw with boardH:ordr ar(utt) rF F. 75 1 b •a . O FREMONT INDEMNITY COMPANY ♦, THE FREMONT BUILDING LOS ANGELES. CALIFORNIA CALIFORNIA PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: PUBLIC WORKS BOND No. 92.058 That we Theodore K. Kalivas DBA Kat-Co Landscaping— 5 Kimberly Drive, Moraga, California 94556___ __ _ as Principal, hereinafter called the Principal, and FREN10NT INDEMNITY COMPANY California c�r;roration. duty authorized to transact a surety business in ,r:therState ^ n f Calll� ua. as Surety. hereinafter cn!Ied Surety. are held and firmly bound unto q CONTRA COSTA COUNTY as Obligee, hereinafter called Obligee, SIX—THOUSAND—FOUR—HUNDRED—EIGHTY-FINE AND no/100 ---------------- III the sum of Dollars. $6,485.00 for the payment whereof the Principal and Surety bina themselves. their heirs, executors, administrators. successors and assigns.- jointly and severally by these presents. WHEREAS, the Principal and Obligee have entered Into a certain contract In writing. hereinafter called the contract, dated February 22, 1978 for- CONSTRUCTION OF LANDSCAPING IN THE DANVILLE OFF—STREET PARKING MAINTENANCE DISTRICT, ALL IN ACCORDANCE WITH THE PLANS, DRAWINGS AND SPECIFICATIONS PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCORDANCE WITH THE ACCEPTED BID PROPOSAL. a copy of which is or may be attached hereto, and which is hereby referred to. NOW. THEREFORE, The condition of this Obligalion is that if the Principal shall well and truly perform the work con- tracted to be performed under said contract. then this obligation shall be void. otherwise to remain III full force and effect. This bond shall inure to the benefit of the persons herinabow, specified only so as to give a right of action to such persons or their or their assigns in any suit brought upon this bond Any notice to Surety shall be addressed to or served upon It at 1709 west Einhll+Street . Los Angeles, California. SIGNED, SEALED AND DATED this 27TH day IIf FEBRUARY 19 78 Theodore K. Kalivas DBA Kal–Co Landscaping PREMIUM: $78.00 PRINCIPA� FREMONTSINDEI N17'Y COMPANY STATE OF CALIFORNIA By COUNTY OF Alameda SS W•J•OIR Tft ORNEY IN FACT 27th February 78 ON THIS DA. Or _—_ •l BEFORF CIE- Alice M. Fleming A 6,.vI •'I A•,D FOR THE COUNTY ANn STATE AFORESAID RESIDING THEREIN OULI CO•-'r.•Iss•Ors+t: AND SVCOR•: �LI:s'?r4ALL Ar-++CAHF.n_ W, J. O'Reilly— ?f"' 'Reil y r..!".4•yr1a@rEQ0 -- r,r,rr•. * •,.I, rG pF +H+; ♦r�Gt.r.i'r :r. r'arT :+ FREM ONT INDEMNITY OFFICIALAL !D•wPAN'• r..+, [7gngRaTrO•. THAT [<[_J-+'.', T••F brTH+r: IN STRu•AENT AND ALSO Kr+OWN 10•re TO BE THE PERSON OW-C, E>F C7 •TEO THC Ni T , I•.ST RU•AENT ON BE- 0p, E- ALICE M. FUMING HALF OF THE CORPORATION THEREIN ED AND ACKNOWLEDGED TO ME THAT NOTARY PUBLIC•CALIFORNIA SUCH CO l�PRA Tr ON EC�/T/YnE Swe.•E, COUNTY OF ALAMEDA _`�L.. t�C�yyl(�t..Y NOTARY PUBLIC IN ANO MyCommisslon E■pir"O.t.29.1979 FOR THE STATC OF CALIFORNIA COUNTY OF Alameda n r.e SUR cis Microtilmeo with board order 01)r1_) r'My �FREMONT INI� ` . ' EMNITY COMP�4PlY.,= HOh1E OFFICE— LOS ANGELES.CALIFORNIA ' POWEIt OF Ar1'0ItNEY .KNOU'ALL MEN UY THESE.I'IiI:SIiN1'S: That. FREMONT INDEMNITY COMPANY ,I/v t DARYL R. FAI LOR its Senior Vice President. in putsuancr:of sutLurity},ranted by Itesulotion of its hoard of Directors at a meeting called and held on lite 18th day-of Fel:utlry.1972,which said licwlulion Lias nut hawn.amended or rescinded and of which the following is• . . true,full and complete copy: . "KE SOLVED:That lite President or any Fier-f'rrsidcnl clay from lin►r la little.aplaaitil Allurneys•in-Fact to repres-Lnl and act for and on behalf of the Conspany.Paid rithrr Ilse. 1're.idrnt ter any Vire-Pre%idrnt.lite Board of ilirectors or Executive Committee may at any time remove such Atturneys•in-Fact and revoke.lite Power of Attorney given him or her;and be it further "IMSOLVF.D:11hal lhe. Allorneys-in-fart r»ay br 1:;vete (sill puwt•r Io execute fur and in elle name of and on hehalf•of live - Cotnpany any anal all Islands anal undr:rlaking% as else husinrs.of tile.0intpany may rreluire,and any suet hands ter under- takings executed by any such Atlurneyin-tact shall be as hinding upon lite Conspany as if signed by lilt President and sealed and attested by lite Secretary." does hereby nominate, constitute and appoint W.J. O'REILLY . its true and lawful Attorney-in-Fact,to make,exectslc.seal and deliver for and on its ltrhalf.as surely,and as its act and deed. ANY AND ALL BONDS AND UNDERTAKINGS IN WITNESS WHEREOF the said Senior Vice President Itas hereunto subscribed Isis name and affixed lite corporate seal of Ilse said.-FREMONT INDEMNITY COMPANY,this 9th day of August 'A.D.. 1976 FREMONT INDEMNITY COMPANY Lty STATEOFCALIFOi NIA Senior Vife Plesident Daryl R. Failor COUNTY OF LOS ANGELES} On this 9th day of August A.D., 1976 . iarfore lite sulase:riber. a Notary Public of the Stale of California,in and for lite County of Lets Angrirs,dell}cotnittlspultlyd and IiUallflrtl,camr tile ablavr named Senior Vice President,of' FREMONT INDEMNiTY COMPANY . (o me lecrsonally known to be the individual and officer descrihed in and who executed lite pTpceding inslrunsrat, and he acknowledged liter esecutiwt of the same.and bring by site duly sworn,deposeth and sailh. that he is the said officer of the Corporation afesrr:Nsid, and that lite sera!affixrd to lite prere•dieig instrument is the Corporate Seal of Ilse. Said Corporation. and that lite said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authurity and direction of lite.said Corporation. iN WiTNESS WI IP.KEOF.I have hrrruntts srt my hated and affixed my Official Seal,at he City of Los A cies.the day and year first above written. ••••••••o•�••••••••..�.••o•••• • OFFICIAL SCAL - NANCY L. OKALIOTO ""— i NosAUY runLic-CAW OnNIA• (SEAL) 'a"" y rautcn•AL orrsrk sN i �"e1 LOS AIIGL-LCS COUNTY • • latae} 1'u sec • tlty Commission Spires May 21.1918 • 1,the undersigurtl. Assistant Secretary of Flt 'MONT INDEMNITY COMPANY,do hereby certify that the original I' WL•:It OF ATTO11NEY,of which lite foregoing is a full,true and correct copy,is in full force and effect. ' iN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary,and of iaed the Corporate Seal of the Corporation,this 27 th day of February 19 78 M;croffi ned with bcmrd order gas: lit sec toy B rt T. Tagami o FREMONT INDEMNITY COMPANY THE FREMONT'BUILDING LOS ANGELES. CALIFORNIA CALIFORNIA PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: PUBLIC WORKS (C.C.3247) 80NO NO 92,058 That we Theodore K. Kalivas DBA Kal—Co Landscaping 5 Kimberly Drive, Moraga, California 94556 ___.___ _.. __ ,as Principal, hereinafter called the Principal,and FRENIONT INDEMNITY COMPANY , a California corporation, duly authorized to transact a surety business in the State of California, as Surety, hereinafter called Surety, are held and firmly bound unto (w Orel C0>1&1A WSTA_X4Ub= - - -- - ---- ,as Obligee,hereinafter called Obligee, in the sum of SIX—THOUSAND—FOUR—HUNDRED_EICHTY—FTVF AND nn11 no------------- Dollars, $6,485.00 for the payment whereof (lie Principal and Surety bind themselves,their heirs,executors,administrators, successors and assigns,jointly and severally,by the=m presents. WHEREAS, the Principal and Obligee have entered into a certain contract in writing,hereinafter called the contract,dated February 22, 1978 CONSTRUCTION OF LANDSCAPING IN THE DANVILLE OFF—STREET PARKING MAINTENANCE DISTRICT, ALL IN ACCORDANCE WITH THE PLANS, DRAWINGS AND SPECIFICATIONS PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCORDANCE WITH THE ACCEPTED BID PROPOSAL. a copy of which is or may be attached hereto,and which is hereby referred to, NOW, THEREFORE, THE CONDITION OF THIS OBLIG!�1`I1011 IS that if the Principal or his subcontractor fails to pay any of the persons named in California Civil Code, Secti-in 3181,who are directly employer, by the Principal or his suh- contractor or who turnish labor, materials, provisions. Inw.ender or supplies directly to the Principal or his subcontractor or if the Principal or his subcontractor fail to pay ars;ounis due under the Unemployment Insurance Code with respect to work or labor performed by any such "Claimant", then the Surety hereon will pay for the same in an aggregate amount not exceeding the sum herein specified, otherwise, this a":i:_tation shall he null and void. In case suit is brought upon this bond the Surety will pay a reasonable attorney fee to be fiac:; !)y the court. This bond shall inure to the benefit of the persons hmeinahnve specified only so as to give a right of action to such persons or their or their assigns in any suit brought upon this bond. Any notice to Surety shall be addressed to nI served upon it at 1.709 West Eighth Street, Los Angeles, California. SIGNED,SEALED AND DATED this 27TH_ _ day of FEBRUARY___ —,)9 76 Theodore K. Kalivas DBA Kal—Co Landscaping PREMIUM: Included PRINCIPA� ` FREMONT)INDEMN TY COMPANY STATE OF CALIFORNIA t ' ` Alameda SS W.J.O el I y AT RNEY FACT COUNTY OF J� ON THIS 27 rh D/%Y OP re_IXrUa19 _Z8 BEFORE.ME�•_• Al i EQ M. Flemialg A NOTARY PUBLIC IN AND FOR THE COUNTY AND STATE AFORESAID. RESIDING THEREIN DULY COPd miss10NED AND SWORN PERSONALLY APPEARED W. J. O'Reilly OFFICIAL SEAL KNOWN TO ML 10 RE TF4E ATTORNEY IN FACT OF FREMONT INDEMNITY COMPANY. Atl(a M. fLFMIt+lG THE C'_)PPn"A I ION THAT EXECUTED THE WITHIN INSTRUMENT AND ALSO KNOWN r0 ME TO RE TF1 F. PERSON WF10 EXECUTED THE WITHIN INSTRUMENT ON BEHALF NOTARY PUBLIC•CALIFORNIA OF THE CORPORATION THEREIN NAMED AND ACKNOWLEDGED TO ME THAT SUCH COUNTY OF ALAMEDA CORPOf,2f1 ION EXF('UTE THEAME. MVCommission EsDlres CCL1l.19]fi / NOTARY PUBLIC IN AND FOR THE STATE OF CALIFORNIA COUNT"Y OF Alameda (� SUR C20 M' rOf1!rnerl with board or j,r = •- �R�CfV�C�fV 1- IN!�EMNITY COMPANY.;' HOME OFFICE— LOS ANGELES,CALIFORNIA • POWFAl. 01: ATI.OILNEY KNOW ALL UIF,N UY MESE I'll SENTS: That, FREMONT INDEMNITY COMPANY ,l.y, DARYL R. FAI LOR its Senior Vice Pre%idrnl, in lour:•uance of authority�•,,raffled Ly lirsulution of its Roard of Dirrelnrs at a meeting called and held on the 18th dn`v-of Felxuary,1972,which said Resolution I1as not becn.anlended or rescinded and of which the following is is . . true,full and cotnlfletc copy- "RE SOLVEU: opy:"RESOLVEU:That life President or any Vice-President may from little to lime.appoifit Atltorneys•in•Fact to represent and act for and on brhalf of the Conoliany,and rither life Prrsidrnl or any Vire-I'residenl,the Ifuard of Directors or Executive Committee may at any time remove such Attorneys-in-Fact and revoke lilt Power of Attorney given him or her;and be it further "RISOLVElh-That lite Alturneys•iu-Fact ►vtay [or give-1k full puwrr to execute for and in the name of and on behalf-of list - Company any and all bund% and undertikiii as the hnsint:s%of the.Company may rrqutre,and any such bonds or undrr• takings executed ivy any such Atlurney-its-Fact shall he as binding upon the Company as if sigued by the President and sealed and attested by lite Secretary." does hereby nominate, constitute and appoint W.J. O'REILLY its true and lawful Attorney-in-Fact,to make.execute,seal and deliver for and on its:behalf,as surety,and as its act and deed: ANY AND ALL BONDS AND UNDERTAKINGS IN WITNESS WIIEREOF lite said Senior Vice President Inas hereunto sulswibed his flame and affixed the corporate seal of the said.-FREMONT INDL.'4NiTY COMPANY,this 9th I day of August A.U.. 1976 FREMONT INDEMNITY C034PANY i BY STATE OF CALIFORNIA 1 Senior Vice Maiden& Daryl R. Failor COUNTY OF LOS ANGELES) m On this 9th slay of August A.U., 1976 . before lite Subscriber,a Notary Public of life State of California,in and for the County of Los Angeles,duly commissioned and qualified,came like ahoy named Senior Vi Ce President,of FREMONT INDEMNITY COMPANY , to life- leet-mmally known to he the individual and officer described in and who executed Ilse ptPceding instrumr.ut, and he acknuwlyd;;ed lite rv,rcution of the sante,and bring by me duly sworn•delsomils and sailh. that lie is lite said Officer of the Corporation aforrmid, and that the seal affixed tO life prcerding instrument is the Corporate Seal of life Said Corporation. and that the said Corporate Sral and itis signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS Wllt.IIFOF.I have herruntry slot mt•hand antl affixed my Official Seal,at a City of Los A eles.the day and year first above written. •••••••������•••••••••••••��•• • orrIC1AL SICAL - NANCY L. OKttrt10TO NOIA14Y1111MIC•CALIrottN1A0 (SEAL) • ;'`•"j PRINCIPAL Of fief IN • p/ ./ LOS Attl:l:lCS COUNTY : ovary 1'u lfC • My Commission Gpiles May 21. 1918 I.the undersigned. Assistant Secretary of FTMO INDE:INITY COMPANY,du facreby certify that the original POW EIt OF AT7.Ol(NEY,of whiclf the foregoing is a full,true and correct colfy,is in full force and effect. IN WITNESS WHEREOF, I have hereunto sullscribcd my svame as Assistant Secretary, and affixed the Corporate Seal of life Corporation,this 27th day of February 19 78 c VSs /ft Set ra.y�rtT- mi *Wafift2d with board order. - Prs-fm•15/721 ow.'" f72 - DIVISION E. PROPOSAL. (BID FORM) Bids will be received until the Nineteenth (19th) day of January, 1978 at 2:00 p.m. in the Conference Room of the Public Works Department, xth Floor, County Administration Building, Martinez, California, 94553. TO THE HONORABLE BOARD OF SUPERVISORS , OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for landscape construction for the Danville Off-Street Parking District, Danville in strict conformity with the plans, specifications, and other contract docu- ments 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: (A) BASE BID: Shall include al-1 of the work for landscape construction for the location described therein; For the sung of: Sixty Four Hundred Eighty Five Dollars (66,485.00 ) (B) ALTERNATE BID: Shall include all of the work for landscape construction for the location described therein; For the sum of: Sixty Nine Hundred Ninety Dollars (56,990.00 (C) It is understood that this bid is based upon completion of the work on or before April 30, 1978 (D) The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract docu- ments 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. -11- microfilm-ed with board order mar. V r , (F) It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the Owner in the amount of Twenty-five Dollars ($25.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. t (6) The undersigned hereby certifies that this bid is genuine and not a sham or collusive, or made in the interest or' in behalf of any person not herein named, and that the undersigned has not directly or indirectly 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. (H) Attached is bid security as required in the Notice to Contractors. Q Bidder's Bond CM Cashier's Check Cl Certified Check (I) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "NONE". Addendum # Dated Addendum # Dated Addendum it Dated Kal-Co. Landscaping By �l odore K. KaTivS s, Owner 5 Kimberley Drive, M_oraga, Ca. 94556 Address Phone: 376-4741 Licensed in accordance with an act providing for the registration of Contractors, Classification and License No. 273678 . Dated this 15th Day of January 19 78 -12- i►fy SPECIFICATIONS FOR LANDSCAPE CONSTRUCTION AT DANVILLE OFF-STREET PARKING DISTRICT CONTRA COSTA COUNTY - PUBLIC WORKS DEPARTMENT GROUNDS MAINTENANCE DIVISION PREPARED FOR VERNON L. CLINE, DIRECTOR CONTRA COSTA COUNTY SIXTH FLOOR ADMINISTRATION BUILDING MARTINEZ, CALIFORNIA .Microfilmed with Goan! ori 09775 TABLE OF CONTENTS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of the Mork Section 4 Bidding Documents Section 5 Submission of Proposals Section 6 Withdrawal of Proposals Section 7 Public Opening of Proposals Section 8 Irregular Proposals Section 9 Competitive Bidding Section 10 Award of Contract Section 11 Special Requirements Section 12 Execution of Contract Section 13 Failure to Execute Contract DIVISION C. Performance Bond - DIVISION D. Labor and Material Bond DIVISION E. Proposal (Bid Form) - DIVISION F. Articles of Agreement DIVISION G. General Conditions Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Bond and Insurance Section 5 Payment Schedule Section 6 Subcontracting Section 7 Time of '•fork and Damages Section 8 lJork Schedule Section 9 Permits and Licenses Section 10 Conduct of Work Section 11 Public Utilities Section 12 Public Convience and Safety Section 13 Inspection Section 14 Rejections of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instruction Section 17 Product and Reference Standards Section 18 Materials, Articles, and Equipment Section 19 Preservation and Cleaning Section 20 Payment of Federal or State Taxes Section 21 Acceptance Section 22 Guarantee DIVISION H. Technical Conditions Section 1 Irrigation Section 2 Landscaping i�A 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 Department will receive bids for the furnishing of all Labor. Materials, Equipment, Transportation and Services for Landscape Construction for the.Danville Off4trMt::Parking District, Danville, California. ESTIMATED CONTRACT COST $6,500.00 Each bid is to be in accordance with the plans and specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, 94553. The plans and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public 'Works Department, Grounds Maintenance Office, 823 Main Street, Marti:-�z, California, upon payment of a printing and service charge in the amount of per set (61_,; sales tax included) which amount shall not be refundable. Checks shall be made payable to the "County of Contra Costa". Each bid shall be made on a proposal form to be obtained at the Grounds Mainten- ance Office, 823 Main Street and must be accompanied by a cashier's check, certi- fied check, or Bidder's Bond in the amount of ten percent (10".) of the bid.amount, made payable to the order of the "Coy:^ty of Contra Costa" and shall be sealed and filed with the Public .forks Department. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bid- der and retained by the County if the successful bidder refuses,neglects, or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Flat^rials Bond in an amount equal to fifty percent (50",) of the contract price and a Faithful Per- formance Bond in an amount equal to one hundred percent (100") of the contract price, said bonds to be secured from a Surety Comoany authorized to do business in the State of California. The County reserves the right to award to the lowest responsible bidder. Bid proposals shall be sealed and shall be submitted to the Public Works Department, Sixth Floor, County Administration Building, 651 Pine Street, Martinez, California on or before January 19, 1978 at 2:00 p.m. and will be opened in public at the time due in the Conference Room of the Public Works Department, Sixth Floor, County Administration Building, Martinez, California and there read and recorded. Any bid proposals received after the time specified in this notice will be returned unopened. o41 -7 Bidders are hereby notified that, pursuant to the Statutes of the State :�f California, or local law applicable thereto, the said Board has ascer- tained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Super- visors. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty (30) 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 C Contra Costa County, California By Deputy DATED: PUBLICATION DATES: s —2— DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid An 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 whick he is not pro- perly 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: . (a) Plans and specifications may be secured at the place and for fee as called.out in the "Notice to Contractor," page I. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a -non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to _ conditions to be encountered, the character, quality, and quantity of surface, and 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. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the exis- .tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or explor- atory excavation required. (c) DISCREPANCIES OR ERRORS: , If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 - 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 plans and specifications shall be governed by section or division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of th is 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. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation auth- orized to issue surety bonds in the State of California, made payable to "Contra Costa County", in an amount equal to at least 20 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Public Works Department 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 fcr- 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 or his duly authorized representative, for the withdrawal of such bid is filed with the Public Works Department of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. -4- 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 alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. • 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. rM-ETITIVE 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 vio- lation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible 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 (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance (e) Inspection d) Assignment of Contract Prohibited SECTION 12. EXECUTION OF CONTRACT: The contract (example follows Page 15 ) shall be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until 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: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays. and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom 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 re-advertised or may be constructed by day labor as provided by State law. - 6 - 01);82 DIVISION C. PERFOR14ANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19 has awarded to - hereinafter designated as the "Principal ," a Contract for constructing and,. _ WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars (a ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time .and in the manner therein specified. and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. - 7 - n107 83 PERFORMANCE BOND (Con't.) And the said Surety, for value received, hereby stipulates and - agrees that no change, extension of time, alteration or• addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical * counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) Principal and Surety) Principal and acknowledgment ) (and Notarial Seal to) — (be-attached. ) By Surety By The above bond is accepted and approved this day, of ' 19 The above bond is accepted and approved this day of 19 _ g _ 09 DIVISION D. PAYMENT BOND (Labor and Material Bond) . KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California by resolution passed 19 has awarded to designated as the "Principal ," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars ($ ), lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. PAYMENT BOND (Con't. ) This bond shall inure to the benefit of any and all persons, companies, and - corporations entitled to file claims under Section 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the' same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of 19 Principal By Surety By Attorney-in-Fact DIVISION E. PROPOSAL_ (BID FORM) , Bids will be received until the Nineteenth (19th) day of January, 1978 at 2.00 P.M. in the Conference Room of the Public Works Department, Sixth Floor, County Administration Building, Martinez, California, 94553. TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for landscape construction for the Danville Off-Street Parking District, Danville in strict conformity with the plans, specifications, and other contract docu- ments 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: (A) BASE BID: Shall include al-1 of the work for landscape construction . for the location described therein; For the sum of: Sixty Four Hundred Eighty Five Dollars ($6,485.00 ) (B) ALTERNATE BID: Shall include all of the work for landscape construction for the location described therein; For the sum of: Sixty Nine Hundred Ninety Dollars ($6,990.00 ) (C) It is understood that this bid is based upon completion of the work on or before April 30, 1978 (D) The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract docu- ments 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. -11- 091"0187 i8i (F) It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the Owner in the amount of Twenty-five Dollars ($25.00) per calendar day for each day said work remains uncompleted' beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (G) The undersigned hereby certifies that this bid is genuine and not a sham or collusive, or made in the interest or' in behalf of any person not herein named, and that the undersigned has not directly or indirectly 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. (H) Attached is bid security as required in the Notice to Contractors. EZ] Bidder's Bond ® Cashier's Check O Certified Check (I) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "NONE". Addendum # Dated Addendum # Dated Addendum # Dated Kal-Co. Landscaping - BY Theodore K. Kalivas, Owner 5 Kimberley Drive, Moraga, Ca. 94556 Address Phone: 376-4741 Licensed in accordance with an act providing for the registration of Contractors, Classification and License No. 273678 Dated this 15th Day of January 19 78 -12- The following questionnaire shall constitute an inclusio,i to the bid documents and shall be completed and attached to the Bid (Proposal) Form, aiong with the necessary attachments.. Omission or the completed questionnaire from the Bid Form or failure to answer all applicable questions shall be gruunds for rejection of bid in accordance ' with the Contract Docu:+rnts, Division B. INSTRUCTION TO BIDDERS, section 10 (Page 7) IRREGU U.R PRU OSil.5. Inclusion of this questionnaire is at the request of the State Attorney General. QUFSTIMNAIRE TO CF:iER,%L C0:1TRACT0R5 1. Vere bid depository or rezistry services used in obtaining subcontractor bid figures in order to compute your bid? Yes ( ) No ( ) 2. If the answer to No. I is "yes." please forward a copy of the rules of each bid depository you used with this questionnaire. 3. Did you have any source of subccntractars' bids other than bid depositories? Yes ( ) No ( ) f. Hes any person or group threatened you with subcontractor boycotts, melon boycotts, or other sanctions to attempt to convince you to use the services or abide by the rules of one or more bid depositories? Yes ( ) No ( ) S. If the answer to No. 4 is "yes", please explata the following . details: (a) Date: (!) Nasse of person or group: (t) Job involved (if applicable): (d) Nature of the threats: (e) Additional coaaesncs: (Use additional paper if necessary) !lsv. 12172 (►x);'89 CONT&'.CT :. (Construction Agreement) (Contra Costa County Standard Form) 3. SPiX14 L TEPi1S. These special terms are incorporated below by reference. (SS2,3) Parties: [Public Agency] [Contractor] Complete legal name (52) Effective Date: [See 54 for starting date.) (53) The Work: (S4) Conpletion amine: (strike out (a) or (b) and "calendar" or "working") (a) By [date] (b) Within calendar/working days from starting date. 65) Liquidated Damages: $ per calendar day. (S6) Public Agency's Agent: (57) Contract Price: $ (for unit price contracts: more or less, in accordance u:ith finished quantities at unit bid prices.) [Strike out parenthetical material if inapplicable.] 1. SI GJA UP.ES & ACc.10I'Lc L?G:. .1'.,7. Public Acency, By: (President, Chairman Or Other Designated Representative) (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor Code 51861 concerning Workers' Compensation Law. By: (CORPORATE Designate official capacity in the business] SEAL) By: Designate official capacity in thebusiness] Note to Contractor (1) Execute aekrovledgnent form below, and l.1) if a corpora- tion, affix Corporate Scal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - - - - - - - - - - - - - State of California ) j1C7,d0WLcDC.'•:E3T (by Corporation, County of ) ss' Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: [NOTARIAL SELL] :rotary Public FORK APPROVED by County Counsel. (Page 1 of 4) (CC-1; Rev. 11-76) n (finn L1�t JV 3. WORN CONTRACT, CHANGES. ( By their signatures in Secticr:•:, 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 iwork; 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) `rhe work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; anti 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 tiie notice to Procecu; 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 tire, 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 trork, when such delay was causes: 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 DOCUMEi&S. The plans, drac:ings 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 evihibited, mentioned and set fortis in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, and as u 1 compensation for all this work, the Public Agency shall pay the Contractor the sum 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 the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the account determined to be due, minus loo thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. 8. PAYMENTS WITHHELD. (a) The Public Agency or its acjunt 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, t:ce 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 th/e� entire (Page 2 of 4) work, it shall issue a certiff-7 :e to the Contractor and pay tti .'=balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to .the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filen against the wort: 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. -INSbWU4CL. (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. BOUDS. 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 iiireunder. 11. FAILUIL TO PL'RFUI*I. 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 peal lae:s and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 172U, and including Secs.. 1735, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures providied 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 554100-4113 are incorporated herein. 14. WAGE RAILS. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industria-1-Me ations 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 needled 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 multiplies by the number of hours con- stituting the working day. When less tnan that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least tuese rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining 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 titerefor and furnish the Contractor with the minitnuda 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. Light hours of labor in one calendar day constitutes a legal day's work, and no workman employed at any time on this stork by the Contractor or by any sub- contractor shall be required or permitted to wor;: longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRLNTICES. Properly indentured apprentices"rimy 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) "0 1192 17. Pk_FLRI:IiCL' FOR MATL'RIAL� The Public Agency desires to C",�awte the industries and economy of-Contra Costa County, and the Contractor therefore promises to use the products, wdrkmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIG11:M:IT. This agreement birds 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 11AIVLI1 BY PUBLIC AGEI:CY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of 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. IIOLD HAR?!LESS & INIX11.^.41TY. (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 witT h the matters covered by this contract and attributable to the contractor, subcontractor(s) , or any officer(s) , agent(s) or employce(s) of one or more of them. (e) :Jon-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indennitee 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) (CC-1; Rev. 11-76) 001,1193 Auk DIVISION G. GENERAL CONDITIONS SECTION 1. DEFINITIONS: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents.- Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Enqineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Suoervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will act for the County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture. or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its . duly authorized agent acting within the scope of their authority. Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Notes--The written instructions , provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work.. Plans--The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. _ Such. Superintendent shall at all-times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Work--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation-of any of the equipment or specialties used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County at com- pletion of the work, if required. SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in aconrdanr_P with the plans and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the �:ivertisement for bids, on a form acceptable to the County. 8. COMPENSATION INSURANCE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen'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 Workmen's Compensation Insurance for the latter's employees, unless such employ- _ ees .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 Workman's Compensation statute, the Contractor shall provide adequate insurance for the protection of his employees not otherwise protected. C. Public Liability and Property Damage Insurance.: The Contractor, at no cost to Contra Costa County, 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 Contra Costa County, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement. D. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, & Property Damage Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. -20- w95 E. PERFORMANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOND: One bond shall be in the amount of fifty percent (50S) of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. SECTION 5. PAYMENT SCHEDULE A. Payment shall be lump 'sum upon completion of the Contract. B. Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder. C. Thirtif-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to_ all the monies due for the completion and acceptance of the work; if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Acencv based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the monies due will be made on the day following the regular day for payment of Count; bills by the County Auditor. D. Invoices are to be directed to: Contra Costa County Public Works Department 823 Main Street Martinez, California 94553 Attention: Grounds Maintenance Superintendent SECTION 6. SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention tc the fulfillment of this Contract and shall keep the work under his control . s ; -21- SECTION 7. TIME OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sullicient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION B. WORK SCHEDULE Within one week after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the County, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions. SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits, and all licenses, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred an account thereof. SECTION 10. 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. The Contractor shall provide an adequate work force, materials of pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all tires empowered to act in all matters pertaining to the work. -22- �,98 SECTION 11. 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 manner as not to interfere with the continuing use of same by the County during the entire progress of the work. SECTION 12. PUBLIC CONVENIENCE AND SAFETY The Contractor shall , at all times during construction, maintain the work site in a manner so as to cause little or no inconvenience to the public. The Contractor shall also, at all times during construction, maintain the work _ site in a safe manner to the general public. SECTION 13. INSPECTION A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof. B. 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. C. The County will inspect the area. In the event the inspection report notes failure to satisfactorily maintain the area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor-from the County and to be deducted from the total contract price. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. SECTION 14. REJECTIONS OF MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to the Contract; and the Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 15. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in subdivisions 1,2 and 3 below shall govern: -23- 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 specifications, the specifications shall govern. 3. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern over all sections of the specificationsexcept for specific- modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining or installing of parts, mate- rials, 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 accordanec with such standard. SECTION 16. CLARIFICATIONS AND ADDITIONAL INSTRUCTION A. Notification by Contractor: Should the Contractor discover any con- flicts, 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 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 re- sultant 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. SECTION 17. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations, including manufacturer's nave, product brand name, or model number are referred to in the contract documents, such designationsshall be considered as being those found in industry publications of current issue at date of first invitation to bid. -24- B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. SECTION 18. 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. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed an account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material , testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies, and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed subsitute for that specified shall be accepted as final . Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution. Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter- rupted progress of the work. D. Within ten (10) days after the signing of the Contract, the Con- tractor shall submit for approval to the County a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. SECTION 19. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 20. 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 -25- 09801 paid by the Contractor. SECTION 21. ACCEPTANCE A. The work shall' be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Plans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. SECTION 22. GUARANTEE A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with the requirements of the contract, and further guarantees the work of the contract to be and remain free of defects in work- manship and materials for a period of one year from the date of acceptance of the contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all work, together with any other adjacent work which may be displaced in so doing, that may prove to be not in its workmanship or material within the guarantee period specified, without any expense whatsoever to the County, ordinary wear and tear and unusual abuse or • neglect excepted. B. Contract bonds are in full force and effect during the guarantee period. C. 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 reasonaiv e 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 con- stituting an iirunediate 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. _ D. The Contractor shall execute and furnish the County with the standard guarantee form. (See page 27) . GUARAIME FOR coNTRA COSTA COUNTY EUILDING MARTINEZ, CALIFORNIA We hereby guarantee to the County of Contra costa the (:•}-pe of tock) which we have installed in the (Name of Building) California, for year (s) use from date of filing of the completion notice in the Office of the County Recorder. We agree to repair or replace to the satisfaction of the County any or all such work that may prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other work which may be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions 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. SUSCONTRACTOR Date: (Affix Corporate Seal) GENER-AL CONTRACTOR Date; (Affix Corporate Seal)__ NOTE: If the firm is not a corporation, add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. -27- v' FORM STATEMENT TO ACCOMPANY FINAL PAYMENT To: Contra Costa County Public Works Department County Administration Building Martinez, California Re: Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payuwnt includes herein all claims and demands, of whatever nature, which he has or may have against the County of Contra Costa in connection with the contract to construct the above-entitled project, and that payment by the County of the. final estimate shall discharge and release it from any and all claims. The undersigned hereby certifies that all work, labor, and materials on this project have been furnished and purchased in full compliance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and that the amount therein is justly due. I declare under penalty of perjury that the foregoing is true and correct. Dated , at (City) , California. -2$- (14���fs4 DIVISION H. TECHNICAL CONDITIONS SECTION 1. IRRIGATION A. Scooe 1. 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. 2. The Contractor shall be responsible for the coordination of the installation of an East Bay Municipal Utility District water meter. Said meter shall , at the time of final acceptance of the contract, be turned over to the County. B. General Requirements 1. Codes, Pules and Safety Orders work shall be in full accordance with the latest rules and regulations of the Safety Orders of the Division of 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. 2. Protection of Materials and of the Public. a. The Contractor shall be responsible for protecting work and materials from damage during installation and storage. b. The Contractor shall be responsible for the protection of the public by erecting fences, barricades, and visable warnings as necessary or as required. C. Materials 1. Materials used throughout the system shall be new and in perfect condition. 2. 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 reauirements of the said rules and regulations. 3. Before the installation of any irrigation system component, the manufacturer's installation instructions for that component shall be furnished the Engineer. 4. Main line and lateral line piping shall be 1120-Schedule 40 PVC plastic pipe with Schedule 40 Type I , Grade I PVC solver", 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. -29- 5. Sub-lateral lines shall be polyethylene, 80 p.s.i . 6. 1/8" tubing shall be polyethylene and shall be installed in the sub-lateral by means of a metal grommet. 7. The backflow prevention device shall be a double check valve assembly approved by the water district. 8. 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 . 9. All remote control valves shall be installed in pre-cast concrete valve boxes with concrete lids . 10. Emitters shall be "Sub-terrain 7-7,ST-1" . 11. Gate Valve shall be brass, globe type. 12. Filters shall be riser-type by "Drip-eze". 13. The Contractor shall not leave any trench open after working hours. 14. A complete set of "AS BUILT" plans shall be furnished by the- Contractor to the Enaineer at the coripletion 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. D. Guarantee 1. 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. -30- SECTION 2. LANDSCAPING A. Scope of Work 1. 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. .B. Materials 1. 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. - C. Obstructions 1. Attention is directed to the possible presence of water, sewer, and gas pipe lines, overhead utilities and conduits in the con- struction area. 2. 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. 3. The work specified shall be so conducted as to permit utility companies, the water district and the sewer district tc maintain their services without interruption. D. . Earthwork 1. It is anticipated that there will be approximately 50 cubic yards of excavated material which shall be disposed of by Contractor off the job site, in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. E. Imported Topsoil 1. 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. -31- 09S07 • F. Fertilizer 1. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosphoric Acid 10.001% 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 5 tablets per 24" box Dlant G. Soil Amendment- 1. mendment 1. Soil amendment shall conform to the provisions of Section 20-2.025 of the Standard Specifications, except that 95% - 100% of the materail shall pass a 6.35 mm sieve. H. Mulch 1. 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. 2. Mulch will be available, at no cost to the Contractor, at the County Juvenile Hall Facility, 100 Glacier Drive, Martinez. The Contractor shall make a written request for pickup fourty-eight (48) hours prior to the County. I. Pre-emergent heed Control 1. 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 . 2. 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. 3. Weed oils, granular or pelleted-weed control chemicals, or chemicals with a "Danger" label shall not be used. J. Grading 1. The Contractor shall maintain a grade of two (2) inches below the existing sidewalks prior to the installation of the mulch. -32- O(Nfi8 f K. Planting 1. Planting shall conform to the planting details as shown on the plans. L. Clean-uo 1. Surplus soil and materials and other debris resulting from construction and planting operations shall be removed -from the site. 2. Planting areas shall be neatly dressed and finished and walks, paving, etc. , shall be cleaned to the satisfaction of the County. M. Final Inspection 1. 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. -33- WAW) t c In the Board of Supervisors of Contra Costa County, State of California rebruary 7 , 19 7, In the Matter of Authorization for Subgrant Modifica- tion Agreement Negotiations with 27 CETA Title II PSE Program Subgrantees. The Board having authorized (by its Order dated December 6, 1977) execution of CETA Title II Grant Modification #807 for submission to the U. S. Department of Labor in order to increase the enrollment of PSE partici- pants under the County's CETA Title II Public Service Employment Program to the maximum expanded level by the end of February, 1978, so as to assure maximum utilization of CETA Title II funding in federal FY 1977-78, and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need to complete Subgrant Modification Agreements with each of the 27 CETA Title II Subgrantees specified._ in order to increase Subgrant Agreement Payment Limits and to add one (1) new CETA Title II PSE position to each of the FY 1977-78 CETA Title II PSE Programs operated by said Subgrantees, so that each of the 27 Subgrantees will hire one (1) new CETA Title II PSE participant before the end of February, 1978, IT IS BY THE BOARD ORDERED that the County Manpower Program Director is AUTHORIZED to conduct negotiations for completion of said Subgrant Modification Agreements to be effective on or after February 7, 1978, but not to exceed the budgetary limitation of $262,620 for the overall increase in said Subgrant Agreement Payment Limits, with the Subgrantees specified in the attached "CETA Title II PSE Program Subgrantee Listing." PASSED BY THE BOARD on Pebruary 7 , 1978 . 1 hereby certify that the foregoing is a true and correct copy of an order engo an 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 S Grants Unit cc: County Administrator affixed this 7t'� day of Fehruary 19 7g County Auditor-Controller County Manpower Program J. R. OLSSON, 0" Director Subgrantees By Deputy Cleric Jeanne 0. `'aql ' 'H Ndf,77 15m 0 sio CETA TITLE II PSE PROGRAM SUBGRANTEE LISTING (Attachoent to 2/7/78 Board Order) Subgrantees 1. City of Antioch 2. City of Brentwood 3. City of Concord 4. City of E1 Cerrito 5. City of Martinez 6. City of Pittsburg 7. City of Pleasant Hill 8. City of San Pablo 9. Antioch Unified School District 10. Brentwood Unified School District 11. Byron Unified School District 12. John Swett Unified School District 13. Rnightsen School District 14. Liberty Union High School District 15. Martinez Unified School District 16. Moraga School District 17. Mt. Diablo Unified School District 18. Oakley Unified School District 19. Orinda Union School District 20. Pittsburg Unified School District 21. Richmond Unified School District 22. San Ramon Valley Unified School District 23. Ambrose Recreation b Park District 24. East Contra Costa Irrigation District 25. Pleasant Hill Recreation b Park District 26. Housing Authority of Contra Costa County 27. State of California (1s��11 . In the Board of Supervisors of Contra Costo County, State of California February 7 , 19 78 In die At~of Letter and Report from the Director, State Drought Emergency Task Force. The Board having received a January 27, 1978 letter from Major General Frank J. Schober, Jr. , Director, State Drought Emergency Task Force, Sacramento, California, transmitting a report on Alternative Drought Strategies for 1978 which analyzes the impact of the drought on an area-by-area basis and outlines specific actions which could be taken; IT IS BY THE BOARD ORDERED that the aforesaid letter is REFERRED to the Public Works Director. PASSED by the Board on February 7, 1978. 1 hereby co ify that *a fwpoirq is o true and correct copy of an ordw ed as the minutes of said Board of Supervisors on the dale ofonsaid. ca: Public Works Director Weness my hand and the seal of the Board of County Administrator Supe offixed 7th day of _February 19_L8 0 J. R. OLSSON, Clerk by Dqwty C64 N. Pous H-24 4177 15m 04 A '.�`7.!2 � t In the Board of Supervisors of Contra Costa County, State of California February 7 • 19 78 M dw Matti► of Approving Consulting Services Agreement for County Adminis— tration Building, Martinez, First Through Third and Seventh Floors (Fire and Panic Standard (0115-4267 The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute the Consulting Services Agreement with Friedman/Osajima Architects, Walnut Creek for the design and construction documents for office remodeling for fire and panic standards improvements in the County Administration Building, Martinez. This Agreement is effective February 7, 1978 and provides for a maximum payment to the consultant of $35,190, which amount shall not be exceeded without further written authorization by the Public Works Director. PASSED by the Board on February 7, 1978. 1 ho*by notify *,at *a fwapoiwp is a to w and carred coif of a aodw aalaswi an dw air""of said doord of Supwv6m on the dole oforewg& Originator: Public Works Dept. M/dnoss my band awd Mw seal of to Board of Buildings and Grounds Supe.�►�son cc: Public Works Dept. Agenda Clerk of =d " Zti._day of FPhru ry . 191.L- Architectural Division Business and Services J. q OLSSON. Clerk County Auditor-Controller Accounts Payable By— D"wh Clerk County Administrator N• Pous P. Burton Friedman/Osajima H-24 4/77 151n Oil. I'tr; .':J'/_.. 'P _ .:f'NIRA 1. 1:1:!; . Table e rte' rmitertEr. hlt'PI41,G :I Cctzc :�'1 Intent 1 • ; rtiIT)Cl:>: II I)cscriptit�:z of I'rc'ject ' ARTICIX Ill IiNsic 'Scry ire::: of Arcititct:t - 3-' A. Cancral B. Scittrt:tl' C. Penign Dw elcq%..n 1'h ase 'D. do:tstructiun Documents Phase . . .5 L•. C^.:t:,it•ttcl•iott I' t:i.c .. .. 5:� . '. 1?. lJocua:c•nt. rind Dr.+wings :7 C. Tire.: 1wi od. R ' 1P-MYCI.F IV Extra Servirc. by the Architect :J:O. ARTICIZ V. Architect's Fee AR't'I= VI Payments Under this Agreement ARTICL': VII Dutic•. of Architect ARTICLE VIII Duties of County = 18' AR'lICIZ IX Cat±ccllatirn of Agreement or Susi.ens i on of Project : 19. ARTICLE X Termination of this ftrecmant 20 ARTICLE XI Supplemental Condition 21 A. Supplement to Subhead II1, B 21 B. Supplement to Subhead III, C • 21 C. Supplement to Subhead 1111, D 22 J. D. Supplement to Subpar. III, E, 2, c 23 E. Supplement to Subpar. 111, F, 39 a 23 F. Supplement to Subpar. III, F, 39 c 24 G. Supplement to Subhead III, 6 24 H. Supplement to Subhead V. A 24 I. Supplement to Para. Vii, A 24 - J. Supplement to Para. ' VIII, B, 4 24. Signatures 25' EXHIBIT "A" APPENDIX Fee Schedule 26. . �Mi affined with . .:�. baand order AGREEi`ILUT FOR ARCHITECTURAL SERVICES Contra Costa County, California s This Agreement is made on February 7. 1978 , by and between the COWNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called "County", and Friedman/Osajima, 1529 Cypress Street, Walnut Creek, California 94596 (1T1uie and Address of Architect ) hereinafter called "Architect", and the County and the Architect, for the considerations named herein, mutually agree as follows: Article I General Intent of Agreement The County, acting through its Board of Supervisors, hereinafter called the "Board", intends to erect one or more buildings or to perform other related work as hereinafter more fully described. Professional architectural and/or engineering skills and services not available within the County organization are essential for the proper and satisfactory execution of this project. For that reason the professional architect is Hereby retained by the County. A clear understanding, at the outset, of the relationships and .obligations between the County and the Architect is of the utmost importance. This Agreement forms the basis of the professional relationship between the County and the Architect. Article II Description of the Project A. The project contemplated under this Agreement, and the general location thereof, are described as follows: Administration Building Remodel , 651 Pine Street, Martinez, California. The project includes the following: 1 . Office remodeling work and heating, ventilating and air conditioning improvements in the Basement, First Floor, Second Floor, Third Floor and part of the Seventh Floor. 2. Improvements on all floors as required to comply with requirements for existing high-rise buildings in CAC Title 19, Fire and Panic Safety Standards, Section 17.33 and with interpretations thereof by the State Fire Marshal . The project does not include a new emergency generator system, based on the assumption that the existing system has sufficient capacity to accomodate new electrical loads imposed by this project. B. All written communications from the County to the Projects Architect re;3rdin�; the design progress for this project shall be kzcwn as the "Project Score" and are hereby made a part of this Agreement by reference. C. The tentative construction cost is hereby declared to be Four Hundred Thousand dollars ($ 400,000.00 ) - WKI 6 Article III Basic Services of Architect The Architect represents and shall render the services and furnish the items described as follows: A. General 1. The architect holds current registration as an architect in the State of California and furthermore does by entering into . :.: -this Agreement certify that he is professionally competent and able to provide the professional services outlined herein by reason of his personal knowledge and skill and that of his staff of consultants retained and paid by him. s 'w ::2. The Architect and his staff of consultants shall be fully knowledgeable of and shall execute all work in full compliance -_• .' with all applicable codes, laws and regulations. 3. The Architect shall assist in preparing all necessary studies, presentations and "Environmental Impact Statements" as required to obtain environmental clearance by the governmental agencies t: with jurisdiction over the project. 4. When the County desires to obtain aid from Federal, state or other governmental agencies, the Architect shalt assist in =: preparing applications and shall furnish any information necessary to meet the requirements of such agencies. When the project is to be constructed wholly or partially with Federal, state or other governmental agency funds, the Architect shall observe all requirements of said agencies. S. At all times throughout the various stages of the project the Architect agrees to attend meetin-s and conferences as the County deems necessary or as requested by the County. 3. 717 •A,rt•:c1T 7Y7 1`•::ic: N_ervicen k:.•. Al-101 (Court.) 6. Archit'er.t ::h:tl) l:r.rfornt such crudes as nay lie necessary .•end :'at i%th -arc: unua 1 !, I-erformed by at!: Arc-ltit act and which are :aces::-try far trite succ:.ssf.ul e:c,:ttplat:ion c•f the project,, even •• though not specifically called for harcitt. I3. Schetim-ic pcsig e' 1'Itr+:. shall be presented to the Board for its 16 approval :incl shall consist of the following: k NAV : 1. The County's basic recluirc•l+lents. 2. A master. I-Ian ;ltd alien cpcci f ica;l ly requested by Lila County: provisions shall be included for future l;rowth. , {:ter�.....: • size .3. Studies. indicaltim , shape, and rela.t ion.,hi.p of all 'spaces involved in the project, incluait% the basic m.•:citanical and rM. . t=;•, ei%ctrical systems Lo lie utilized. : -� k. Exterior elevctions and a section of the facility. .0 = 5. Au estitle:tte of Lite construction cost based on square foot .�C.t4.J�f,. • priced and Liza Ar chi act's juc1,^,lnt?•tit. ; :;L� ;;:'.':; C. 'Uesicn ne:�elonme:tt 1`iise shall be an outgrowth of detailed study of the considerations described in sub-hcadinE B. above. It will be presented to theBoard for "its appieval .and shall consist of the following: 1. Two line floor plans ..ully dimensioned. •2. Calculation-.. and outline specifications which clearly Y.F. .. • ... descril:c: :trchiLectural. character and en:tteri:tl.. 3. 1'rescnt:eLiuu of Litea e :truct.ul :system and all it: essrntial" features. Presentation of the electrical and muclt::tical systems refi•ncd' 1 i•. + w r -.t • .:Ltd control. to C1e:.•tsly :: t..• Lltrtr cal..ract erl .Lie . and Lite quality of environment Ll:cy will provide. : 5. Ian+l::c:�ltit•.}; and site wort: :t:: applicable. 09818; 6. Ru l.if;nc; plc-.•at ic•:;y ."I'd :sect J n:c: .•t: appropri a. 7 ca--• --"--+-- rti�•le 111 1':t::i4. .'�t��•�c��::•�� /:t•c�ltili•r-t' (rol,tt.) _ Tito county will cla;;c:ly and thoratil;hly review the final cort: estitmate ;ubtaitl.ed by Lite Architect atiel the Ccnmty taut c'bL:tilt 'indepamlet,L cost cstint:ttes to ar:.i.sL in its Tito final approved cast estitnatc will be agrcc.•tble to both parties. :D. `:Canstructian Documents Phase "1. . kiorl:ittg Drawings and Spccificationu shall be prepared outlining, for bidding and construction purposes, the scope and detailq• of Lite dirbit:art-ural, tacchani.cal, electrical, ::t t•ttcrurnI, and general engineering work to be performed by the Contractor. `?: Unless direcrcd otherwise by the County, the tdorking Drawings and ape-ificatiors shall be prepared so that the wort; will be executed udder one contract. „. .3o When so directed by Lite County, the Architect shall include in the bid documents provisions to receive alternate bids and unit•. ' prices. "4. The Architect shall, as necessary, furnish or cause to be furnished to the County :-icquaLe description of heath•;, ventilating, or other ntaci:inary or motors, etc. to be installed. denatius among = other Lhings the configuration, location fasteninL;:, as we 1.1 asmethods for inspecting and servicing =. *'F: -�?���' � :L�. . 'Cunstt•uction i'h:tsc . 1. TidcJint; 1•rr�r.rrlure will he administered by the County with ast.istance from Lite Arehitect who will do the following: .�:'::._...:... a. and le a i :t:rattr;cancttts and clist rii,ttLia:t of lite contract . Yt docuutc uL;:. b. Prepariand distrihule all addenda to the contract docuatc:tlts. C.'. A11St:C1' questions i.Ott:: stnd prrtVide Cl:rrifiCiltiG:l;: lii7CCCt'Cri LO the c•nttLearl dr.rument:s. -5- 00819 • Art fele ltt is.u.ir :vr: iCl• C11" Arcbit-cl, (COWL.) d. t.ssist: the County in reviewing tier. subrittrd bids and advise tile; county concMIA.111; alccCptancc or. reiecrion o:; bids. 2. :Construction :lclmillict'r.tion will be provided by the County with the t+rcllitcct assisting in the l;eneral administration of'the construction contract. The Arehituct's duties shall clude but not be limited to the follo4:ink: s, .. .a, To advise as to the true intent ofthe contract document; and to natify the Con::ractors of such intent in wril'inj with field orders, sketches, reports, or other memoranda. iiowevt:r, the Architect shall not commit the County to :lx=: e::tra expense or otheta:isc onodiiy the construction contract- wiLhou:- first obtainil)l; aritteu approval from the County. -b'. . Approve Contractor's pcymen` rc:luasts. . . . . . .c. Check and shop draa:ings. d'. Prepare contract chance orders when directed by the:County. .:. =.. e. Make pea:•codic inspections of the work. f. Prepare dravin;,s, as needed fr•)m time to time during the erection of the building. Provide technical direction as necessary . Furnish or cause Vo be furnished to tine County such drar.in;;s, catallugs or dcacriptic+ns of lar.. Li++l;, ventilating, or other machin ry or motors to he: instal le:J, with suf f i cicist anti a 4eci►lou- derail Lo allow the: County Lt) knuw in advance talc 11::itP:11:1�'iC+l2 Lhi!rl:t)f, 1.C., tall: :3 i.SS L' a'Ind Cb:li. ftiuZatlol1, Lill: >' Location, t-i+c WeLhad of fa:acni.a.; or securir.— the cactt.ads „� for scrvicinp; and, in.-pectiug, etc. : : 00'820 All. c.lr )'3Z 11ariu N rl'1c.e:: of ArrLit_•r1 (Cnn,L iL. Endeavor to :.ccure cora,lIancc by the ConLraLLor wit.h the contl'ac 4tiC.ciille:,iiS, 111MU-1IL rL;A.^..OWibiC effort to ::ed that they avoid errors alnd ont:.:;::i.otl�. (The Arcllilcct, however, ;hall not- Lc responsible for Lhe pc:rforr-l;ulcl: of Contractor.) . J• .. ./►rcllitecL --hallasrcir►bIv and deliver to the County al.lf:unrantee operating ].I1�trLlCt:i011:;, (:^.uipi-.iCnt list, equipl: It G71nuh1s, etc. upon complctior. %,.f the work. k. Architect :.hsll assist the County in obtaining the `= `-y 11CCe:::.:-tr.y' COt:�I!11aance w1L11 Lhe l;uilriltlit:es A11t1 L/iirl-aiI i.C's '` by tha Cont.r,clot for one year foilot,ir,,, tilt filing of a . . the Notice of Completion. Aocumcnts end . 1. All contract documents shall be prepared by the Architect L.tcept Gencrnl Conditions, Bid Forms, Instructions to Bidders, and other standard Zounty items which will be: provided by the CornLy to Lhe arcbitecL for inclusion with the Specification Book. 2. The iolioming ducumcnLs will be furnished to Lhe County: a. Up to 3 copies of drnwings and specifications of the. Schematic Deznign for chec}c.ing purposes. b. Up to V copies of drawings and outline spec if icat ions of the Design l;evelopment• Phase for checking purposes. Up to �i copie.,; of Architcr•L'n cu:a 'St i.m:lte. c. . .Ul, 1:41 c 1•l+i c:. of t 11c -working ttl; aIle} :pest if i c:lt iutl fo> f.platl c.:u'ckilw, pu1;x,JeJ. d. Ul'.cu NIM) .:hpre•val of Lheabove-mcnLi.e�ncel ".(I h, drawin,,..,: and ,l'vCific:tt.i.olls, the 1•rvjc:cL AI•cliiLC•CL ftti•lli::)! t1:: C.vur.•.;. ::j t:o Five r col:tlyletc JLe J •A�l'tC .. ��1 )i-t!:1C : •.'\'lt'•• :��.� itl'C; if l`t't � : .) • of plan:: and ;:peci.fi.cations. ' The County reserves the right to request additional topics of -plan; and specifications as nay be required, and only the direct printing. costs of which will he at additional County expense. -4•0.Y'. :.: ;+?b�`r.A�?;'"-- ..:•7.. .'As—lauilt Trarl!i , t:. The Archi.tt:cl: and his consultants shall keep an up-to-date a4 : retort: of c:ctus;rt. Made to the collnLruction document. and 'at the con;iletion of the project and before incl• paymottt }rte.>.'y :• ' `^r4 '•"' " ' ' 'is made the Architcct shall correct the original tracings :and specifications so as to incorporate therutn all chances made during; the tours c of ca-struction, it being the intent ' ,`-_`, • . :of the -kunty and the Architect that said trn ci.ngs adequately and nccuraLcly reflect the "r•.:-b•.li:1L" conditions of the project. After t:he tracings and specif icat i o: s have been so corrected, they shall be delivered to the County aitd shall becoutc the property of the County. b. In the event this Agreement is terminated by either party. ;, .. for any reason witatcver, prior to completion.. L11 the . 'r original tracings and specifications and other rertinent documents shall be turned over to the County and shall become Lite property of the County. C. The Architect sit;til be held hartttlesa by the County fdr liabili.tic. that: (]) i:c;:ul t directly f:vm modification or chat..es. of the Dur.tswe tt:: lay the County, anal (2) ice,u It directly from con:;Lructicn execution or practice when Lill- Architect is not.: ed to provide the construction supervision." l\rt !.('1�• )!1 11;.1(_ _iC?'tFiC(_ _f Archil err G. 1'i.r:trerimin It is undcrsto:d and alf;rcv^cl that time is of the essence ill .th:i Agreement arid the Schematic Design Phase of the work shn] I start immediately. It is recol;nized plat- it is impractical to set up a time schedule for Schematic 1•lcsi,s;n Phase and the 1lesil;n Development Phase because during these phases there is an inter-related exchange of information hotueen the County's v:11i0U:; (1 C:(tnrt.lt:Ctlt:: and the ATC11itCCt. After the Uesi;;n Ucv4lult;ac�ll' ) il:lsc G: the work has horn accepted :)ythe county, the Architect shall proceed with all due di.tigence to complete the Construction Document: Phase. The Working Dr:twln;n and Specifications :shall be ready fir pi•iilti_ c, of the contract documents within Sixty five calendar days of the dale authorization is F;iven to the Architect to proceed with the [•:Orkin Dr-wings F'llasc. Work oil e. 1i il:cltl Of service as sfecified in this Ar�icle shall proceed step-case upon written a notification as provided by thi's Agrcecucnt and until sucit notification, Architect shall not proceed with any subsequent item of service. flw P. - .....i.t:'i -9- �. Art i c"... )v I'%L:_i ::`:,r`_ c r, l�ti• t 11:- -=1-ril i L!ct A. The 1!: they C..^.t1::C: tlt(: 1:rciliter.t• C.VLra .•111(1 ?.i. :tul.lu.ri�:+��t I+Y t_lt._ (. :tolli.1', t:ili be: paid fear by Lila: Coullt:y.as provided in ArLi.cl a Vj P. 1). 1. 11%,4vi.sions :;Ici cllattgcs in ltlatis x -que:ted by L-he County art r approval of rrelirfinary Design and ftnal cost cstim.st:e. 2. In the event the County directs the Architect to prepil'a SCgro&ated . cc+ntracts, Out c•xir;t ::c1-tii.ca over incl ahc•��r t11:1t a:hic•h t,c•ul({ h^ i:equircd wi. lt lion- �:Crowated contr.�.:t. trill 11c pair; j(JJ as an . ;.L`. extra by Lite County. r: 3. l'1:ap:tr-iL'ion of chan�c uruer::, unless they are for t lie purpo:;e o= Cori-ecti..L :111 t:rl•a,r or omission rc:pp,cl lc: of whether Llte Correction is beneficial or non-beneficial Vo Lite pro j cct. , 4 4. Sullcx-i.i•�-a elf repair car dal.agc Lu Lite :.•tr.ur-turc when so direct(.a by the County. 5. The selection by the Architect at the County's request of movable furniture, equipment, or articles which are not included in the const:ruCLi-11 contract. 4. „{a G. Arran in for the work Lo proceed should Lila: Contractor default clue to deli.nqucncv or insolvt;.cv. %. ?'rovic1i11C prolonged contractadministration and observation of construction should talc ronstrucLion contract time be exceedel by marc than 25 due: t u no faulL of. Architect. I:o c-Lra p.;:Hent will be ailut;etl icer dela.: froul sLrii:t:::, we1ther, e:tc:. t!Ilic:l cause the construction to stu{l. G. bile preparation of wt:n:--ure:d drawitl{;s of exi::Llit,,; ::t1"UCL'UrCS as tl11tl1lr-zed Is'. Lite t.c+1::1LJ. 9. rr0`iilitli; ;ttl(i it,,; Code and regulatvrj re:{uire:�.ents of any applicable: governitq; agency t:hich become newly effective after the date of advertisement for bids. 0980 Vit,-t tel:(• V. /:r•:,ii"vet ':s A. . The County a�rce:.: to 1):1;f tl:e Arcllitcc.t .tor i�11] 1)t:r or;WI-I'lied of ' architectural services for the ;.on:;tructidn Doctiment, :.ild Cc+asr.ruct i.fm .'if:::;c: l�.:rci.►:, a Lt,t:I ,`.r-e (I,'. .11-aped 1111(111 the ni1p -MIC(I C%Wt •t`.:;t-il.,;II C -mlitil-Uted at 1.]w f:(111.i1Iat i(,li c+f L11c 1):::;i�;it 1)�:Y!:It•••1.1:11t. ;•' • .talc. Thi:- t•::l it".-L r 1:•i,I ! bt .ul ju:•C._<i (itl:;m-ard or up:nrd to conform to tile actual. culy;r -ticti.c., cOc:ts 1):1:;(•(i 41)0:1 Oita: C-.Pu ;Lruct'i.Cr:i conLract, I:tt};t.Lhcr vi,t.h the :,um of all b meficiar change Orders to the co:itr:fct, hoi•:cver the total adjustrlCuL will it(.': exceed a 107; increase Over the approved estitrate at Lite Design Development phase cvc:i if the County elect, t0 : wisrd OIC CG11i:raCl ;tt a•11igher rinotiui:. lri thn event Lite (county modi�'.ies the :cone U), tit; :ii 1:,`)" '=1,p)'p4:i1 0( "lie Design Development Pi:::s�:, the approved esLi:. tc WI.11. be adjtst:rd. appropriately. .. .,..._.....fin.n•:-. - _ al I wio 00( Q5 3 F,. Error:: and omissions in Ll:e Contract decur:cnt irhicii are discove).ed . before Lhe project is ljut to bid shall b:: corrected by the' Architect 1Ii.Lhaut co:t to the Courtly. nrclt7tr.ccur:±l Servicc!s required to male c111nges in construction resul.ti.(ir, fru::r errors and ousissi.ons i-si the ConLract docuuscnt; which :sec di::covcrccl after tile S. contract is let shall be lsrrSorriecl by the Architect without cost - to the County. C. TI le Architect :hall rcir.:bursc the County for tlic cost of unnccc..:::s y or non-beaeficial conztruction wore; which is the result of ei :ors and omissions in the Contract documents. D . Extra services ;:hall not be rendered by the Architect under this Agreeuserst unless they are first authorized in writing by the County. The payment to Architect for extra services shall be at the rates set forth in "Exhibit A". ;;. .:E. The Architect 's fee ;specified in Paragraph A. above, except .•ss other- wine expressly provided in this Agrecriant, slstill con;cti,Lulft full COWhensation to tlse Architect for the service:: under this Agreement. ,Y -17 ARTICLE VI. Payments Under this Agreement A. It is agreed that payments to the Project Architect shall be made as follows: Payment Percent of Number Basis of Payment Total Fee Due 1 50% Completion of Working Drawings 25% 2 Board Approval of Working Drawings & Specifications 62% 3 Receipt of Construction Bids 70% 4 Completion of 501"? of Construction 82% 5 Completion of 100% of Construction 93% 6 35 Days after "Notice of Completion" is Recorded 100% TOTAL i r I c VI Ai-yei-n-i—iL (colitcl.) C; v c:.-;• Payment for extra services be made at the rats sat forth in Exhibit "A", on i ciontlily basis, upon submission of a statement of itmIL-ed cont therefor.- No cy.tra paymelit will be i mde to E lie ArclIiLccL for u..--penser, incurred for item.; of uork for v.-Ii j.-ch prior written atithorIVIL-ioll has not been issued. C. Printing Cost Thu County may -equire addit zonal pl. and SPccA.MC-Lions and x:111 pay only the direct print:,op, costs of same. • �•1 rte. • .+ Article VIT nut.icr. of.Ar ch iteect: A.. If the lowest bona ficin• hid received by the County for Lite project exceeds one-hundred ten percent (1107.) of the revised final cost . satitnate, and if the County so requests, the Architect shall revise the plans and specifications without addifton.•tl cost to the County so as to bring Lite cost of the project within alto revised final cost estimate. In Clic event the Architect i';: req+tested to ak'tke saici revisions, he shall furnish without cast to the County, the: re:viseet Mane: all -;prc ieaLiuns in the number required by the County for rcbiddinl•. This provision will be enforceable only if the County advertises for bids within ninety (90) days after final approval of the completed construction documents. . � B. - Architect shall employ all civil, mechanical, electrical and structural engineers and other consultants as necessary to prepare any item of service listed in Article III. Said consultants shall be licensed by the State of California to perform their special services. All drawings prepared by consultants and included in the contract documents shall bear tite appropriate stamp and signature of the .appropriate con- sultant. The structural consultant shall be a reEisLered structural engineer. Each consultant lici.ttg considered sliall receive a•capy of this Ayrec:rcnt ^4f> and shall acknowledge to the Architect in writing, with carbon copy to the County, that lie ltas read and understauds tl:e Agreeatent and, furtl•!rmnrce, that lie agrees to assist the Architect with :+11 Lite servirces and duties cac:c:Hotted ltcre:i:+ :s they apply to tile speci.•tltiee: for which lie is retained as a co+:sulta:tL. All convultants reLa i isca by the ArchitacL shall-hc. approved in writing Ivy Lite County prior to Live execuLion of this: Ar'•rement by Lite ArchiLccL. � -15- ti.cle- V1I Duties of Architect (coiit'd) C. Every employer of labor performing or providing the services to be performed or provided under this Agreement shall carry and pay for such workmen's compensation insurance as is necessary to fully indemnify himself and to protect his employees under the Workmen's Compensation Insurance and Safety Act of the State of California and to relieve the County from all responsibility thereunder in connection with the per- formance of the Agreement, and, upon the execution of the Agreement, shall file with the County, for approval as to adequacy, a certificate or certificates that such insurance is in effect. The Architect shall provide a certificate of insurance for errors and omissions or malpractice satisfactory to the County in an amount not less than 5100,000 which shall be sent to the County within ten days after the order to proceed is aiven. A policy containing a deductible clause of not more than S6,000 is permissible. In addition to the above, the Architect shall obtain and maintain during the term hereof, a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of S500,000 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 occurence. Said policies shall name the public agency its officers and employees as additional insureds and shall require 30 (thirty) days written notice of policy lapse or cancellation_ Jpqdl0 . :4 .. . • '.r;' Article VII ])tt; ic• D.- The lrcliitecC ,lt. lj. n. c : a: iZ. • 11 sublet or it:i::sfc:r nig i:iterc.,L or any p4._-t thcrcoi ill the ,.nt or nn • r.: Y•" car to , a CCn"_ ) One . •(lu . ' b_came .. due hereunder without the srrittcn con:ent of Lhe Count•• :;�;.: - . . . - ; _ -. - ; ' -." . .:..._': ,. . ... . :. ':,. ,. , ';<: ._. .: . :.:: . ..: ,. -. : - . ti °:- : < . :. y,.: : . ,. _ _. . - : . : - :; .. .. . . - - _ . .: . . .. Zo ._ �... . . H ' ' ' Y. .. .• ._ _ . , ..f . ._ vf..: i.... - : .•..nr .•:. - _..v.r . r . . .. . . , __... .._._. . .- . . n.s ,3 : . .�- _ - - ' . . :" t :':. . '_ tn .- -. �: . -. ;. . ... F . : ::-. . ,. . : _.... . " '': . , ...:�a - .. . , . r. .c __� Kr. _ . - :.: .. .. �. ' - .. ...,-.. ....1"tin ..r.: ...� i..,' ... .:•r r ...• ... - , % �::'.is'..'i�.,�� :4... :::'..: - - - I. - - - ... .•: - .. .. e......... _ - _ ...•': „' . .•..r :...-w. .. r .... .. : .._r. :..�� .r .... . .. . .. ..._n.... .J.. .. .,.4 '<'y-t,... .,lti. :.. .. ... :. ... .,: ... ... yam..,. :.j .:.t ... - : _ - .. ... ._- ... - - - .Y . _ _....: .... .. , . .. ... .. .. .. ..v; . .a. .... _ ....._ ....-: .. ., .. ..:.,.. . .. .. ....:......, - s -•stir ...... _ .;. , <. .. ,i . .. , ......... ....:.... . .'. - „:;. .:-. ... " :.... _ --; .. .... :.e. - .. _ . .., - - - • ;. .,. .. ..,..., ...:.,...+:.. .. .. ....... _ ,... .. - ... . .. .. :._. - .. -:. , " ..- .. .....-• . ,. . .. .., % . ... ... .... ......,,:.. - .. ... _ .. .:: .:..'........: .. ..: ',.. 'F.vi .: ... .. ., ::... = ::::. :. . .... .. - .... .. :�., ... .. .. ... _ .. .. ..-. ...: . >..... .. r- t. .-„ >........ ... .. a. ..:. .. ..!:. .. ....:-.;...... .. r...: .. .. .r.. n.. ':"- .... . r.... - . .... r.... ..,_ ..,.. .... .:... '•R. ,. .-. .n.,. .1. .:�.: ..•, .: .... r..... ..,. -., .u..: - .,... i .....,. .. - ...... _ : .. .. :... .. . ... - .f .. .. ..., . .: _ :.. .. ., - .- .. .. ... ,,.. .. _.. .. ... . .. .. . . .. .. - _ - - - ..C..:, . .., z. _ _ .. "<. - .. ,_.: ...- s;. .. :., ..:.. _ .. - .. ;i , , :. . . .... .. _ ... ... '. .. ........ .,' .. .. ;..:::......... 0.4. _ _ ............._...i. .. .. _ i ':.5'.'J::1'. it— . . ..". : :�... . . . .. .. .. , ...e.. : . Z:1�:_ 'I . . . 1...-":-�".;o-w' ..-.. ..I..?, . ' '. Y.::�. ,..-.. . ;:-,""- _. . _ i :� Artit-It. Vl 7I {)uL i :: r+f (:aunt v .1.. The over-all z&-inintrat ic+It of the project:, a.ticltdir.; the g encra1. administration of: the cunstrUCLion Cont:ract., aril). he accantg,li nhad by the Architectural uivision of the County Pttbli.c Works Dcpart- tient, for and on behalf of the County. , :.11. 'Xhc fail.owi.tig will be: acccat:pl ishod by the County: I Obtain and deliver Lo tllc Architect all necessary site infortnatiori, i.e., . tapn41-.1t'% Ii.r. an-vcys and related i.nfor=Mon, ::ails studies and soil testing; of u-sinLever hind, etc. 2. The County :iII review :111 skate?less, drawings, spccificatiens, and other documents. pre:entcd to it by proposals, contracts., the Architect and will act promptly tilerL:on, notifying; the architect ;;:. .. of any and all decisions thereon. 3. The Counts will :Ica I+rotzptly in all masters regtti.ri.ny its attention so as not: to unreasonably delay the work of the Architect in the erection and construction of the project. 4. Provide one or more project inspectors who a:i.11 conduct the day to day. con:.L'ruCL?UIl 1nSpCCtlOtl. Project i.nLpactor I:+ill report to bat •. the Cc+::nty ;.tars alta !.:'C' i.LeCt :Incl trill 1 tinder the^ f;cser 1 direction. oI tht Arcl:i.t act ::it'll rerp,Cr• to technical det.nils. r. 1'rovidc all necessary construction tasting; services. G. Notify Llle A_•�hitcct in writing; of apparent def:icicncicn in material:: :Incl un.ir teat ::flip during, t.hu g;u:sr:lntr:e period. 7. ray all ice: required by any divi:Jon or departlntctlL of the State of. Califul Iria for :i.litlC andcilccl:itlG of any itc:t;I of service preparce. l+; Arcltit.r.r-t. v. Pro vide .: i`--3V rr Lraclue paper for. working; tlraw:ng a as required by the ArchiLuct. �.. Cc+tltlty Mia ..tit :t::::i;;sl, ::u ,-let or Lr:t nn far this. Agreement or qtly p:=1 t t hr— 4 I•it it,w t It'. writ t est r•ntt:.e.nt .+-)f the Arrhitect. Art.ic•lc• YX • CancvI I tJon of A[-rt un-_•ut- or ;:u::pensi.c:n n; )Iresi(!(:I: A. The County or. Ole 1-1;1-1 cancel. or ::u::,c:nd wort: under this At�r('[:nt:llt fill[.►! i.LL(Il 1:ALiCC "'c th othe - thirty, for nny reason whatever. Tile ArchiLec:L' slip) l itain;:dintel.y ccane all work under tlli s Agreement ill the c.ve•nt of cancellation or vuspallsion. l3. Ill t11e. event: of cancel lati.un of this Agreenicat or suspension of.work by either the Cnuuty or the Architect, the Architect silr.l l receive compensation as follow;:: . 1. For approvcd item:: of service under Article HT., con:pensati•,m shall be ill the nnlount outlined under Article it for the item of service fully performed by the Architect. 2.. , "'or items •-f service, except the Preli.cr'.nary 1)es:8n i(lase, on which a proceed order has been issued by the County but which have lint fully completed and approved, the Architect shall be comp etlsntccl for Lilc: ,r_rviccill all anYvliilt L:11i.C1! 1):..^.ry the ualltC ratio to the total fee otherwise payztll.e for Lilo Performance of the service as the service actually rendered bears to the total service necessary for the full perform-nce of C.e services. 3. In no event shall the Lotal compensation paid under the immediately preceding paragraphs cxce-!d the 'L•otal of the payments specified in Article V. for the respecCive items of service to be furnished by the Architect. C. Upon cancellation of this Agreement or susprn;;ion of wort; by either Lhe CnunLy or Lite Architect, :i1L rights of the parties shall terminate exr�:l�t a:: t.a pa ymetiLs clue thc: Architect under Lllis Article. 1). Upon cancellation of this Agreetacut o • suspc:nsiau of \:ori: by aWler Lhe County or tile. Architect, Lhe ArchiLecL shall furniall Lo the County nil ciocumcl+Lw and dral.ings prepared under tiUs Agreclnetlt, \:hetlicr co{nhleLe or inc•,.{:j,lctc, including all 1-1•1crence. t:riterial 1,rnvided c .. .1.. r......� . .. ;f:...1 i.. !.•/ i, I VTTT. .10_ 111.M3. a . _A.r_t icic X 'er',ic&:.;. of Lhi� h, r .r +cr-L .. .� •jilis i::;l'CC::.cilt sh.til.l .nutumatically terminnLC on^ Seib troll Lhe rccord'ad 'date of filillr; ut Lite ?:otice of Cot:pI.ctiun. ArchiLectura 1. services required - . .' after that tcrminati.ou date, i.nsui:ar . they reln to to F;usr;tnLees and warrantee. of the project, .hall, be canlpeu.atcd provided under ' . Ar:.icic �', 1'nra.U., l:::Lr:l Service:;, and shall be perforl,l.-d U11 upon t.•rituen ii,strucLions by Lit: CuunLy.. . . .,..:. . . . ... . . . .:., ,,. , ,..:. : ......: - .: e-..S.:::;- - ,...:'.. ], ..a . w . .4 .. . - .,w'; :.. . . . . . . -----------..".-'.-'---."...'."..'��-11.,.,--, .1. .. . . . ..., _ _ ... .. .:.:r; ... ... ."..•..a.�� .`y ..ti:a.,^:1..� .,•::r., .. ..:. .. ... ,i.,r,::.... ... ..:v. ._ - % 1. .- • .....' _1•' - .. _ ...:.... .r - . .• ..•'. . :::,.,.—... .. i . .. ...,w w :: . .t -.:'. . ...., . . :'... a... . .. .. _.. .. .... :.: .-].....v .. - . 4.. .. ... .... :. ...-.. ..: r.... - •,� r. .. .. .. .y.:'.,:w., _r• I .. , .. .. ........... .. ., .. .. :. :.. . ...:. . .. .>... .. .. .. .. .. .....1 . .... • r.,.. Lr— r�+ ... ....:..a...: k .......,.-:.. ... .. - - - - ..... ........ s. .... _'. ... ,5.:. .. .. ... ..: . .: ...,...•. ...•.s,. .. ...... .. ... .'::'f _ :: �:Y' ... - -y .. ,........:� ....::...:... .-. ...r.... ... .. .t... .. _ .. , ..:.., ...-... ...w..a.r..,. - _ + ... .. T ':T: _ .r.... . .. .........:. .. .-... ...,... .::..., m. .. _ t .r .. ..-... 1... .r _ .....::. ..;....-.',-..r,.;. :.... .. ...._.:...:..:.:.' ,. ...,.... ....:r . .. ..r.:.-: .. - ....:..._.:a.ti. r....... ... " - .. .... .. Y. .)... .-... ... .. .. - . .. ..... ,.. : .. .. : ,.r ..-. - . .. .:..,.•� �,• ... ... ... ... . ,..... , _ v. ... :' .. _.. ... .: .f'..:a�.� • •r:::�v.i. ... :....... .. .... .. :. ...;j, .. �.... .. .. .. :._. ... .. - .. c :; '.�....:'- . ..... - ,L,:f.. .. ......::..:.: - . r_..... 1. ' . .'.�,., .. .. ,:' - :'. -....'%�.t...::...w . :::J.. .... .. ..... s.. - . ::.:.:.. • . ,-. '::s,C.•,,:.. .. .. ... ., .. .. .. - _ _ - 1. 11 - :vi ...-.:. .. ..�,...::. 4 _ ..: ..:.i5'::...4... - ..... % .r: ,.: .. :..�, .. .. .K. :......s.. -.' ::.. T ......:.. y... ,._..,.. a _ — — _ .. w: . . .:,. _ zrr = ..... .............. . ..::.:' . ... :. .I _ . .. ... .,...1-,-, ,.r .. ....., .. ... ... ...... . • .. .. :. — , ..5r. . -+i .. ..a..- . _ - - _ ,.,r. .::.....'. .,..,.,....a:. _ ir� ... ... ... .,w: .. ...,... .. .... _... .. .. .. 1. .,5 ...... ..N. .. .... .. .... ..... ... ... .r .. .. -., - _.. ...... .K,a1 O _ :' .:.: ... :: ... _._,... , .'a..:::�.. ^-., u,:.;.�' . .. .. .. -.. ., ... ...,.... ..... .r, ...-. .. .-.. n..... 1 . ..'.:.. ,. ..... . . . . .,.,c.... ,. ... - P. - r, .... .. .:..,:.. -h- ........K. ..,.. _ .r. �.1.:i i.1 ... .. • s. . . . .., I . � ."m . _20_ . n��R34 Article XI Supplemental Conditions The following supplements modify, change, delete from or add to the "Agreement for Architectural Services". Where any Article of the Agreement is modified or any Sub-heading, Paragraph or Clause thereof is modified or deleted by these Supplemental Conditions, the unaltered provisions of that Article, Sub-heading, Paragraph, or Clause shall remain in effect. A. Under Article III, Basic Services of the Architect, delete Sub- heading B entirely; replace with the following: B. Schematic Design Phase shall apply to that part of the project described under Article II, Subheading A, paragraph 2, and not to that part described under Article 11, Subheading A, Paragraph 1. The Schematic Design Phase shall consist of the following: 1 . The Architect shall ascertain the reouirements of the P►oject and shall review the understanding of the Project with the County. 2. The Architect shall review with the County alternative approaches to design and construction of the Project. 3. Based on the mutually agreed scope, the Architect shall prepare for approval by the County, Schematic Design Documents consisting of a written statement of the requirements of the Project, in detail : with a description of the types of components and the functional relationships of the components. 4. The Architect shall submit to the County a statement of Probable Construction Cost based on current "unit Costs". B. Under Article III, Delete Subheading C entirely; replace with the following: C. Design Development Phase shall apply to that part of the project described under Article II, Subheading A, Paragraph 2, and not to that part described under Article II, Subheading A, Paragraph 1 . The Design Development Phase shall be based on the approved Schematic - Article XI Supplemental Conditions (continued) Design Documents described in Subheading B above and shall consist of the following, which shall be submitted to the County for approval : 1 . Two line floor plans with applicable dimensions. 2. Presentation of the electrical and mechanical systems refined to clearly show their characteristics and the quality and control of environment they will provide. 3. Further statement of Probable Construction Cost. C. Under Article III, add the following paragraph to Subheading D, Construction Documents Phase: 5. The Construction Documents for that part of the Project described under Article II, Subheading A, Paragraph 2 shall be based on the approved Design Development Documents described in Subheading C above. 6. The Construction Documents for that part of the Project de- scribed under Article II, Subheading A, Paragraph 1 shall be based on Design Development Documents prepared under a separate contract for the County by Facilities Sciences Corporation of Los Angeles. The Design Development Documents involved are the following 24 x 36 inch drawings dated December 6, 1977, revised January 25, 1978: Sheets 1-B thru 4-B; 1-1 thru 4-1 , 1-2 thru 4-2; 1-3 thru 4-3; 1-7 thru 4-7; and 1-C, 2-C and 3-C. Plants and planters, furniture, electro- static painting of furniture, and office landscape screens shall not be in the Construction Documents (N.I.C.). These N.I.C. elements will be purchased by the County under separate contracts. -22- 008136 Arti,el; .XI Supplemental Conditions (continued) D. Under Article III, add the following to Subheading E, Construction Phase, Paragraph 2, Subparagraph e; e. The Architect shall conduct regularly scheduled weekly job meetings with his consultants, the Contractor and County representatives in attendance as may be required, and, at the meetings, shall make all decisions possible and necessary for the progress of the construction work. The Architect shall prepare minutes of the weekly job meetings and deliver them to the County, regularly. E. Under Article III, Subheading F, Paragraph 3, delete subparagraph a entirely; replace with the following: a. The Architect shall include in the specifications a require- ment for the construction contractor to maintain a set of current, detailed field record drawings, in a form satis- factory to the County, indicating significant deviations from the construction contract documents, shop drawings or installation drawings, and exact locations of concealed work, including underground utilities. Where deviations are ac- complished by Change Order or Field Order, the field record drawings shall be annotated to indicate the Change Orders or Field Orders by date and number. On completion of the construc- tion work, the field record drawings shall be submitted to the County via the Architect, who shall verify the accuracy, com- pleteness and legibility of the field record information shown on the drawings. -23- Artiltle XI Supplemental Conditions (continued) • F. Under Article III, Subheading F, Paragraph 3, Subparagraph C, delete the following phrase from the last sentence: ".. . ..and (2) result directly from construction execution or practice when the Architect is not retained to provide the con- struction supervision." G. Under Article III , Subheading G, Time Periods, delete the first two sentences; replace with the following: It is understood and agreed that time is of the essence in this Agreement and that the services shall start immediately. The Architect shall proceed with all due diligence to complete his services. H. Under Article V, Architects Fee, delete sub-heading A entirely; replace with the following: A. The County agrees to pay the Architect for full performance of architectural services for the Construction Documents and Construction Phases herein, a total fee of $35,190.00. I. Under Article VII, Duties of Architect, delete sub-heading A entirely. J. Under Article VIII, Duties of County, sub-heading B, Paragraph 4, add the following to the end of the first sentence: ". . . . .if the County determines that more extensive representation at the site is required than is provided by the Architect under Article III." 1• IN WITNESS WIIEREOF, the County and the Architect have caused their names to be subscribed hereto by their duly auth- orized representatives on the date appearing on the first pabe of this Agreement. CO'TTPZAI COSTA COUt.CY ARCHITECT PUBLIC �..'W: S DII:LCT011.1 � g5 By- 4 llg:P'� ByZ07 1 Vernon L. C ine me a d Title Public Works Director dbaIElAAI-DSS//�A RECOZ*ENDED :OP, APPROVAL: ARTHUR G. ;tiILL, CUUtiIi' AIDIMI i ZRATOIZ tri Dep ty t'u lic :lor s Director -25- Form Approved by County Counsel ARCllll'l:C:l'Il-A 1. ACi.F!•:l NT ENIFI iT.T ClL1i;GE iWrE A. . 1. Time by Classification of Personnel: Principal Architect 35.00 per hour Project Architect ?': t im,�s p:iyi L l Job Capta itt 2 z t imc.-; payru 11 Senior Draf t sma:i 2t i:re:, pay:-01 L Junior Dra=tsiran 21 times payroll Cl erica 1 Z z t inns pa;�ro 11 In no case shall the 21- times payroll a cecd the Principal's hourly rate. 2. Consultants: Architect's consultants' time sh.ill be paid at Architect's cost o:hich shall be computed by ap,lyic:g tl:e applica;l.c above rates to consultants' personnel. Detailed statements of consultant;:' bills shall be submitted as part: of Architect's bill for services. 3. Transportation: Cost to Architect for transportation will be considered as included in the above charges and no extra payment will be made therefore. E::penses for essential trips to areas outside the _ Bay Area will be reimbursed by the County only when the County has issued prior :oritten approval therefore. -26- MMO �y. {r =� ...�;.'. -" ="L'-" 'f'�"�x ,.,� s':�M •`'-` ''ti*:`.. t':. `"'f e�*..��,s'eG�"z: _ Y. NAME AND AD`ORM OF AG NCY ntOR AS5CUa{ CQiriPAlV1ES AFFOR CQVERAGES" -bealey." ` � 409.Alberto Way, Suite tVPAr:Y ER Los Gatos, (:A,95036., A 95Q3fl _ cid n� F `Tri yod 81 358-1753 (� (�� Q ,. NAME AND aaflREss—L'�'' t:YSEIi:Ea - i� PA`= rs _ f8�i#Cr tU Friedman/Qsajima 1529 Cypress FEB 6 1978.1«RAr,Y ' NIi! � . Walnut, Creek} ,CA 94596^ A F fill PON A— R This is io certify,that poireies of Ensurance`listed bair�x have been is_ued to the rnsure046med a�xgve anti a.e 1n,TOrce at this time.: COMPANY L,cyLlmts of L abiii in 7 Dusan s LETTER Ty PEOFSNSURAINCE POLtCYNUMBER EYPlR41O Da7E EACH. Adp£GAx£ S GENERAL LIABIL11Y �' CURRENCE sty soDrz'.Y tr jU�r.. '"s S C;:PrFHPZ;VFFOR..! -'robe determined E L/25/79- A / sf?9_A [Lir ,.YSES-OFER�T:ONS 1 G PROPERTY DR1t f;E t i i S EXPLOSION AND COCl?t55E ; 14AZaRC :1's : ❑UNDERGRULIND HA_1.R4 h OPEPATiONS HAZARD BODILY INJURY AND k r, t�^;114TRACTUAL INSURANCE t oROPEArYDAtisGE S 7t 60-3AD FORM PROPERTY coepinED 500,000. 500`,000. DAMAGE i ". ` - ❑ftIDEPE1+10EKC CGtwTRtCTDPS PERSONAL INJURY P£RSGNAL ::4 JURY 3 ri .AUTOMOBILE LIABILITY `500 000 a ! nL.iRRz i•s�'Ts+`v£ f0R%1 I I - ! 03. rtir IUs r 'S00,t0�/0�/0�.c.. _ L WN r'QOPERTt VA.MAGE EXCESS UABILITY cL', ra.rRrr j(j An7.L'+1;,�UPY arI 7 1 OTts:'x>,t .`iUrfifiPE.Lr ac7PF_RTYDAMA'k;c 13 . F 5 FZr. j CO"AffiNED WORKERS'COMPENSATION I � 5rarvrnR". r< x� and '.EMPLOYERS'LIABILITY S ew:HccelwrKr, r f OTHER # Y RPM £tE?wiJPt;ON.04'i1P£RAFk?NS-'ith:A7::lE'r`a[VEI{N'1.EA " All Operations . Contra County ,its officers^'and-employees are included as' additional insureds,, but only respect •`to "operations performed on behalf of the County by :the Named:_Insured. CanceHatiort: .Shou,d any of the o%csve cies30• tt ,' . s i rt., , betare th,, expirat,t n Yate th rtol. the Fssx,in. CC(' .r^+ariy will BItL`eVer <'3 Fna flay; .yrft.f NiICG to the below narneo ci�tz ficate holder. buz `.kOure- t i mail such notice WIJMPa5e rzo 0b1.g31.:rn or lijD'i;!y of any kind upon the ccrInpanv. NAME-td)APOPESS OF CERWi CATS HOLVER Contra Costa DATE $!XSU x 'F Y'tlaY'y 3 ,, 1978 eb County. Public harksDepartment fNTOI R ZSSt)C�A7l :Room 107, Court House' • CA<94553 Mc tinez F } y M ! 7t � ,sir VERIFICATION OF INSURANCE o � j County of Contra Costa Dept. of Public Works FEB 5 Room 107 TO Courthouse 9et IC Martinez, California 94553 .11r.t�Ru/S DEP'{R'r�?fr�T We, the undersigned insurance brokers, hereby certify that the following described insurance is in force at th�s"'6f Wof which percent is insured with UNDERWRITERS AT LLOYD'S,LONDON 100 percent is insured with INSURANCE COMPANIES as follows: Northbrook Insurance Company !• ; 100 Allstate Plaza South Northbrook, Illinois 60062 it being understood that such insurance is on the basis that the liability of the participating Insurers is several and not joint. NAME AND ADDRESS OF INSURED Friedman/Osajima 1529 Cypress - - Walnut Creek, California 94596 PERILS OR TYPE OF INSURANCE Architects and Engineers Professional Liability LOCATIONS OR OTHER SCHEDULES N/A LIMITS OR AMOUNTS OF COVERAGE $100,000 for each claim and $100,000 in the annual aggregate; subject to a deductible of $2,500 POLICY PERIOD 3 February 1978 to 3 February 1979 POLICY, CERTIFICATE OR COVER NOTE NUMBERS 63 117 087 This document is furnished to you as a mattes of information only. The issuance of this document does not make the person or organization to whom it is issued an additional Insured, nor does it modify in any manner the contract of insurance between the Insured and the Insurers. Any amendment,change or extension of such contract can only be effected by special endorsement attached thereto. Should the above mentioned contract of insurance be cancelled,assigned or changad during the above named policy in such manner as to affect this document, we, the undersigned,will endeavor to give Ju days written notice to the holder of this document, but failure to give such notice shall impose no obligation of any kind upon the undersigned or upon the Insurers. SHA✓`:D,MORAHAN&COMPA Y, JC. 2/378 One American PI wAto�Ilinois 60201 DATE cb BY .�'`✓ ' SM 102.7 9,77 2 _ t � In the Board of Supervisors of Contra Costa County, State of California February. 7 , 1978 1n dw AUiew of Accepting Temporary Construction Permit Franciscan Way Culvert Project No. 1655-4435-665-78 Kensington Area IT IS BY THE BOARD ORDERED that the Temporary Construction Permit, dated January 26, 1978, from Sunset View Cemetery Association, is ACCEPTED and the Public Works Director is AUTHORIZED to sign the Permit on behalf of the County. Said Permit is for installation of drainage pipe as part of the Franciscan Way Culvert Project. PASSED by -rhe Board on February 7, 1978. 1 Iw eby certify that t!w forapoirq is o true and torted copy of an order «-mind on the WAVAM of said Boord of sopwvison on the doh aforesaid. Wit m my hand oad 1!w Seal of the Board of Originator: Public Works Department SuPtr`isc" Real Property Division afiimd this 7th day of Februa�v 1918 J. R. OLSSON, Clerk by Deputy Clerk S2n3ra L. Fie son H-24 4/77 15m n�� 343 In the Boon! of Supervisors of Congo Costo County, Skde of California February 7 . 19 71 in do At~of Advisory Board for Project - to Prevent or Correct Abuse of Children in Out-of-Home Placements. The Board having received a January 24, 1978 letter from Ms. Kathy Baster, Project Director, San Francisco Child Abuse Council, Inc. , requesting nares of appropriate people for subsequent Board of Supervisors appointment as county representatives on a 23- member Advisory Board for an innovative project to prevent or correct abuse of children in out-of-hone placements; and Supervisor E. H. Hasseltine having requested that this Board be advised as to whether it is appropriate for a County employee to serve on said Advisory Board; IT IS BY THE BOARD ORDERED that the aforesaid matter is REFERRED to the Director, Human Resources Agency, for reco®endation in conjunction with appropriate citizen advisory bodies. PASSED by the Board on February 7, 1978. 1 booby cw*fy dow 6s faorok is a tno and cornet aster of m wdw eaftmd an dw Wk&s.s of said iowd of SOPMriwrs aw tia dote afawoid. 1M� wry bond and dw 3*W of dw �oa�1 of cc: San Francisco Child Abuse Council, Inc. 7th February 78 4093 24th Street aWUMW sibs day of - 19 San Francisco 94114 Director, Human Resources Clwic Agency '_�'�, � ' County Administrator ay D.Y C6& Ronda Amdahl H-24 1/77 ,Sm �►£ 4 MMEODUNCIL, INC. 244h STREET SAW FRANCISCO, CALIFORNIA 94114 (415)647-4575 80*MOFmwclnlw ,an„axy 24, 1918 RECEIVED MOM Prete dw t am *I &o .'A7 178 SF GwWW"Niki RAW Schnode& wpaPnssidem ChaiAmn, Board of Supe&,viaou J. It OLssaft `wcoo`ate �� P.O.B. 911 a aa of swew�os i Maktinez, Catijonnia 94553 CO. Karvmchw M.sw. SStaa Co°o8PL of&*mow Vea& A+t. Scivmden= Tr�awaM We ane w ti,tixg to advi4e you that the S.F. Ckitd Abuae Councit has been somfed a $95,000 94ant 64am .the State ""'" : 0 o Ch.ctd Abwa Prevention U co swww mdom No"'000 to do innovative ptoject to ptevent ox co�tn� e Oova ^ s<.s.rv«r+awc�.. of chi,tdta nen in out-o6-home pcem¢nt (.i.e.- i atituti.ona, a.r.r.w YOUM Gr.a.wo.a■i. joaten homes, on other 24-hour bac i,Li.ti W. The pto jest C&OWWOU-WWq wW be ptovi.ding 6e)mi.cea to a 6-county ta&get area Lapelft's"' O"m .inctuding Con u 0,6ta. Othe& counti.ea ae&ved ane Ataweda, �,, Santa Clau, San Mateo, San Fiutne"co and Marin. Sow oap4 of"=a Swill Labra Goslk LC.&W ChW.SocW WAA sarWM The project gu i.deti nes 6peci 6y .that a 23-member Advisory � Board be appointed; membena w.itt nep�te6ent their counti.ed. s;�. Three membe&a wilt be appointed Ptom each county by the SF UrOAs SO"0~ Board o f Supenv i a ou, and 5 membe&a wit t be appointed by s A~� the Govenno)t. Gaid HOOM For*a 0.&& We ante 9a theh iJc9 ►sa,wee o6 aPPRoiyt late PeoPLe 1wpmww 6&om each county. At a latera date we wi.tt ask you& 0~4 �, coopeAati on .in appointing th&ee ne pnea en testi vea bum EMrHMdq ContAa Costa to ae&ve on th" Advi6ory Board. AWrnm Pubic Oskawti ow. COW"VAUM We hope you chane out enthua-i.aem about the potentiat .rq�„,oe impart o6 th.i..a pwject on .the satiety and wett-being o6 Vft Laidaraw chit&wx ti.ving outa.i.de thein how-A. Cooranow.Clew'sSWsi M Camaniyr mW"Hamm 3w"m SusanLmWft r D"Cara O"CW ' Farm"Samoa A«wer � Q,G�XJC TALK Lina Kathy�� Jamas LuAoar Lucy Lusarnfa.L.C_S.W. Children's SMvim Wsion Mental lawn . Maicins Maurer oeputy Oistrid illbrwgr / e Halyn WOW Cf.Ji�aT,J/n_ DepaNrnnt ON HDIM �. . Eaea+tlw Dkv~ �• r KaWesn M.Barsa i l/_.4-tti /yliuofilmod with board oMw f ���45 In the Board of Supervisors of Contra Costa County, State of Colif omia February 7 _ » 78 In tike MaMW of Correcting Errors in CETA Title VI PSE Project Subgrant Agreement #28-719 with Mt. Diablo YMCA The Board having authorized (by its order dated September 20, 1977) the execution of Subgrant Agreements with 47 CETA Title VI PSE Project Subgrantees, including Subgrant Agreement #28-719 with Mt. Diablo YMCA for Project #301 (with the term of said Project being from September 6, 1977 through September 5, 1978), and The Board having considered the report of the County Manpower Program Director regarding rec- Pnded 'changes which are needed to correct inadvertent errors in the tern of Project #301 and the corresponding effective date of Subgrant Agreement #28-719, as originally set forth in said Subgrant Agreement, and The Board having authorized (by its Order dated January 10, 1978) the execution of Subgrant Modification Agreements with certain designated CETA Title VI PSE Project Subgrantees, including #28-719-1 with Mt. Diablo YMCA, IT IS BY THE BOARD ORDERED that the recommended changes are APPROVED for inclusion under Subgrant Modification Agreement #28-719-1 with Mt. Diablo YMCA (to change the tern of Project #301 to be from July 6, 1977 through July 5, 1978 and to change the corresponding effective date of the Subgrant Agreement to be July 6, 1977). PASSED BY THE BOARD on February 7 , 1973 . I benby certify *,c* tike foregoing is a true and correct copy of am order awlsr W an the nanuhs of said Board of Supervisors on the daft aforesaid. Witness my band cad tbw Sed of tike Board of Orig: Human Resources Agency Attn: Contracts 6 Grants Unit PeTn cc: County Administrator affixed this 7th PeUruary 19 78 County Auditor-Controller County Manpower Program J. R. OLSSON, Clark Director dy Deputy Clark Jeanne 0. 'faQ— RJP:dg H-24 4/77 15m 0ON46- L ' In the board of Supervisors of Contra Costa County, State of Califomia February 7 , 19 78 An die MWI of Authorizing Rate Schedule for Home Health Agency services effective March 1, 1978 As recommended by the County Health Officer and Director, Human Resources Agency, it is by the Board ordered that the following schedule of rates is authorized for Home Health Agency services effective March 1, 1978 (said rate schedule to be sub- mitted to fiscal intermediary for approval - Blue Cross): Service From To Nurse $36.00 per visit $32.00 per visit Home Health Aide 12..00 per hour 15.50 per hour Physical Therapist 26.00 per visit 23.00 per visit Masters Social Worker 35.00 per visit 43.00 per visit PASSED BY THE BOARD ON February 7. 1978 . 1 Roby osrtify d,at die for000i"p is a true and cored Copy of M ender eleted an die roiaMss of said Board of SWerwors on the daft aforesaid. Witness nay hard awn dr Seal of dw bard of Super of farad this 7 th day Orig. Dept.: County Health Department cc: Director, HRA J. R. OLSSON, Cierk County Administrator ` �, D"PAy Clerk County Auditor-Controllepy ` Patricia A. Bell H-24 4/77 15m { In the Board of Supervisors of Contra Costa County, State of California February 7 , 19 71 M th INellrr of Split Roll Assessment Procedure The County Administrator having submitted to the Board a letter dated January 23, 1978 advising that establishment of a split roll assessment procedure is under active consideration and will appear on the June, 1978 ballot; The County Administrator having further advised that under this procedure, the assessment roll will be divided into two classifications - owner-occupied dwellings, as defined by the State Legislature, and other properties; said system will allow for establishment of a different tax rate for owner-occupied dwellings; The County Administrator having stated that he is reporting only to advise of the operating and cost implications to the County of establishment of said procedure; IT IS BY THE BOARD ORDERED that receipt of aforesaid letter is hereby ACKNOWLEDGED, and this Board does URGE the State of California to budget adequate funds to fully reimburse counties for the costs involved. Passed by the Board on February 7 , 1978 . 1 bwreby certify floe the forpaiis a trw and correct copy of an ardor won ed on ti» n+im*w of scud Board of Supervisors on " daft aforesaid. Orig: County Administrator Witness my hand and the Sed of dw Board of cc: County Legislative Supervison Delegation affixed this 7th day of February__, 1978 County Assessor Auditor-Controller Treasurer-Tax Collector J. R. OLSSON, Clerk CSAC BY .c-r, a �C-d-� G.� D"Kay Clark Jeanne 0. 'fapI i H-24 4/77 15m 0948 0 , .- I(-^ • County Administrator Board of Supervisors Costa Joe"..Kemp Count'/►dmingtrstion Building tat Distr►ct Martinez,California 94553 (415)3721oA0Co -t , Maws'C.sMM v�u a JV 2nd distr:a wrd%w M will •Ami l-ft- I.r County AamirtistraW 3rd DWnct Weer w N.somas 4th District FAC il.MwaNiwa Sth Oistict January 23, 1978 iCEIVED F F 8Ap 1978 Board of Supervisors J. ft OLSM Administration Building, Room L03 a:<ll+c 20^0 of w.� Martinez, CA 94553AW `t Dear Board Members: Re: Split Roll Assessment Procedure Establishment of a split roll assessment procedure is under active consideration and will appear on the June, 1978 ballot. Under this procedure, the assessment roll will be divided into two classifications - owner-occupied dwellings, as defined by the State Legislature, and other properties. This system will allow for establishment of a different tax rate for owner-occupied dwellings. This report is made to advise you only of the operating and cost implications to the County of establishment of this procedure as the philosophical considerations have been the subject of much discussion elsewhere. In the absence of an analysis of a specific proposal for a split rate, it is necessary that comments be general in nature. Some of the effects of such a system on county operations are described and coamented on below. 1. It is obvious that a split roll system will require substantial additional county effort and cost to implement and to maintain. Some estimates have been made with the assistance of the County Assessor on the increased workload and costs which will be imposed upon his office if this system is adopted. If the Legislature enacts the homeowners' exemption as a defintion, the problem will be diminished significantly. However, the Assessor will be required to complete a field review of approximately 3,000 parcels to separate the value attributable to the owner-occupancy portion from the remainder of the property. It is estimated that the field review alone will probably cost about $120,000. In addition, completion of office records and computer input and processing may cost about $10,000 to complete. Mkwfiimed with board order ()f'�49 . r.- 2. 2. Depending on the specifics of the proposal enacted, it may be necessary that a split roll be developed for fiscal year 1977-78 in order to establish base information to compute a tax limit. A cost estimate for this work cannot be prepared until the legislation becomes known. 3. The County Auditor-Controller currently must compute 245 tax rates which are used in 1189 tax code areas. Adoption of the split roll system will double the number of tax rates and tax code area rates. This procedure will substantially increase the work which must be completed in a limited amount of time by the Tax Division. It is estimated that the additional cost to the Office of County Auditor-Controller may range from $5,000 to $10,000. 4. It is not contemplated that the workload of the Treasurer-Tax Collector will change materially in that the number of tax bills to be collected will remain essentially the same. This office will probably receive a considerable number of inquiries at least in the initial stages - from taxpayers attempting to understand their tax bills which will absorb additional staff time. S. There will be some programming costs in the Data Processing Department to implement the new system. 6. The possibility of errors in computation of rates, of course, increases with the number of calculations which must be made. Also, it is anticipated that there will be a significant increase in the number of corrections which must be made to the roll. In view of the lack of specifics available at this -time, cost estimates should be recognized as being preliminary. and are intended to serve only as a guide. The usual position of the State Legislature has been that if the procedure is initiated by a vote of the people, it is not considered a State mandate; consequently, no provision is made for State reimbursement of local costs involved in implementation of the measure. In recognition of the additional County cost involved with both implementation and continued mainte- nance of a split roll assessment procedure, the State should be urged to provide the budget appropriations necessary to fully reimburse counties. spectfully, ART G. WILL County Administrator FFcjep 0O,50 And the Board adjourns to meet on at `JJ �L� a din in the Board Chambers, Room 107, County Administration Building, Martinez, Cal2SchrodeLr, Chairman ATTEST: J. R. OLSSON, CLERK Deputy SUMAMARY OF PROCEEDINGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, FEBRUARY 7, 1978, PREPARED BY J. R. OLSSON, COUNTY CLERK AND ETi-OFFICIO CLERK OF THE BOARD. .-. Approved minutes of proceedings for month of January, 1978. Declared the following numbered ordinances duly published: 77-117 :.through 77-119 and 78-1 through 78-6. Approved personnel action for the Health Dept. Approved appropriation adjustments for Building Inspection, Board of Supervisors, and Sheriff; and internal adjustments for Probation, Library, Mt. Diablo Municipal Court, Public Works, Medical Services, Auditor-Controller, Orinda Fire Protection District, Sheriff, Building Inspection, and Administrator. Authorized attendance at meetings as follows: S. Garvin, Sheriff-Coroner' s Dept. , to National Jail Manager's Institute at Boulder, Colorado, February 26 - March 10; J. Lovelace, Probation Volunteer, to San Mateo County Probation Department's seminar on Planning and Building Local Victim/Witness Assistance Programs at San Mateo, February 3; G. Mitosinka, Sheriff-Coroner's Dept. to American Academy of Forensic Sciences Meeting at St. Louis, Missouri, February 21-25. Approved increase in contract contingency fund for Kenyon Avenue reconstruction project, Kensington area. Approved project of the Department of Transportation to landscape Interstate 680 in the Alamo-Danville area. - Accepted Grant Deed from R. Hansen et al for M.S. 215-77. Accepted instruments for M.S. 146-77, 253-77, 240-77, and Sub. 5189. Accepted Offers of Dedication for recording only for M.S. 146-77, 190-77, 253-77, and 107-76. Denied claims for damages filed by W. Custanelli, Biller-Smith Associates, Inc. , and M. and T. Eason, and amended claims for damages filed by G. Roberts and S. and P. Nahinsky. Adopted Ordinance No. 78-11 rezoning (2194-RZ, 2195-RZ, 2196-RZ, 2197-RZ, and 2189-RZ) land in the Brentwood -and Byron areas to Agricultural Preserve District (A-4) . Adopted Ordinance No. 78-13 rezoning (2187-RZ) land in the Martinez area to Agricultural Preserve District (A-4) . Adopted Ordinance No. 78-12 rezoning (2154-FZ, 22 2-RZ, and 2184-RZ) lands in the Morgan Territory and Tassajara areas to Agricultural Preserve District (A-4) . 09F52 j' .•Ir � February 7, 1978 Summary, continued Page 2 Adopted Ordinance No. 78-14 rezoning land (L. Mangini, 2175-RZ) in the Ygnacio Valley area to Single Family Residential District-40 (R-40) . Authorizing legal defense for J. Moriarty in connection with United States District Court for the Northern District of California, Civil Action Number C-77 1153 AJZ. Accepted Grant Deed from the San Ramon Valley Unified School District for realignment of Livorna Road. Accepted Grant Deed and Offer of Dedication for recording only from the San Ramon Valley Unified School District for future widening of Danville Boulevard, Danville area. Approved traffic resolutions Nos. 2414 through 2417. Determined utility easement rights for Subs. 5165, 4828, 5246, and 5152, and M.S. 99-77, 146-77, 253-77, and 240-77. As ex officio the Board of Supervisors of Flood Control and Water Conservation District Zone 3B, authorized Public Works Director to arrange for issuance of purchase order for relocation of utility lines which are in conflict with the proposed U.S. Army Corps of Engineers Lower Pine Creek Project. Authorized continued participation by county departments in the San Ramon Valley Unified School District Executive Intern Program. Authorized County Librarian to dispose of certain financial records, papers. and documents dated prior to July 1, 1975. Accepted as complete private improvements in M.S. 143-72, Moraga area. Appointed K. Wilson to the Overall Economic Development Program Committee as a representative of Supervisorial District III. Declared certain membership positions- on the Citizens Advisory Cte. for County Service Area R-9 vacant. Confirmed composition and terms of office for the Citizens Advisory Committee for County Service Area P-4. Appointed H. Miller to the Citizens Advisory Committee for County Service Area R-8. Granted request of Creegan & D'Angelo for a one-year extension of time to file the Final Map for Sub. 4968, San Ramon area. Authorized refund of cash deposit_ replaced by bond to J. & S'. Manning deposeited as security in connection with M.S. 1L3-76; Alamo Area. Continued hearing to February 28, 1978 at 10:30 a.m. on proposed abandonment of portion of Gardina Way, Danville area. n��F5`3 February 7, 1975 Summary, continued Page 3 Continued to February 21, 1978 at 10:50 a.m. hearing on the appeal of the City of Walnut Creek from action of the Board of Appeals on application for Land Use Permit No. 2012-77, Walnut Creek area. Appointed J. Formica, M. Cantu, and A. Davis to the Housing Element Advisory Committee. Authorized refund of cash deposited as surety to Vangas, Inc. in connection with Land Use Permit 2153-74, Concord area. Approved Addendum No. 1 to the contract documents for the Kitchen/ Dining Hall Facility at the Sheriff's Rehabilitation Center, Clayton area. Authorized County Auditor-Controller to release fees from the Park Dedication Trust Fund to the Oakley Union School District for use in developing tennis courts at Oakley Middle School Park Site in Oakley. Authorized County Auditor-Controller to transfer fees from the Park Dedication Trust Fund to County Service Area R-8, Walnut Creek area, for acquisition of additional land for Walden Park. Authorized County Auditor-Controller to release fees from the Park Dedication Trust Fund to the Ambrose Recreation and Park District for development of Pacifica Neighborhood Park in the Shore Acres area, West Pittsburg. Authorized Public Works Director to execdte the follovinx: Extension of Agreements with Larwin-Northern California, Inc. with respect to Sub. 3843, San Ramon area, and Sub. 3845, San Ramon area. Consulting Services Agreement with Friedman/Osajima for first . through third and seventh floors of the County Administration Building (design and construction documents for office remodeling) and De Law, Cather and Company for construction inspection and field engineering services for Waterfront Road Overhead and Approaches Project, Martinez area; Agreement with Westwood Associates to extend Road Improvement Agreement with County for construction of improvements along San Pablo Dam Road, E1 Sobrante area; Deferred Improvement Agreement with R. Ramacciotti et al for permanent improvements in M.S. 146-77, Brentwood area; Documents necessary for County to obtain Grant from the State Solid Waste Management Board to fund a marketing and transportation system for community recycling centers within the County. Authorized Public Works Director to sign Amendment to Agreement with Buchanan Airport Hangar Company for rental of storage space in T Hangar. Authorized Director, Human Resources Agency, to conduct contract negotiations with prospective contractors for completion of purchase of service contract; and amendments for- anticipated terms and not to exceed the estimated contract amounts. 1 a$5 February 7, 1978 Summary, continued { Page 4 Authorized Chairman to execute the following: Renewal of Leases with Consolidated Fire Protection.District for use of certain property in Martinez and L. and A. Picolet for use of property in West Pittsburg by the Cooperative Extension Service for UPSPROUT Community Garden Project; Agreement Governing Use of Community Room of Coast Federal-Savings and Loan Association for the County Health Dept. to conduct Child Health and Disability Prevention Program Advisory Board; Contract with P. Braunstein, M.D. and contract with R. Swanson, M.D. are terminated by mutual consent of contractors; Medical Specialist Contracts with T. Purcell, M.D. and H. Newman M.D. , and H. Cutting, M.D. for special hematology services; Contract with Citv of E1 Cerrito for Nutrition Project services; Contract Amendment with Bro-Dart, Inc. for provision of an increase in volume of leased books at the Thurman G. Casey Library (Ygnacio Valley Branch) ; Contract with G. Vasquez & Company for Auditing Services; Agreement w;th Cullinane Corporation for the product, EDP AUDITOR, for use by the Internal Auditors in auditing information processed and stored in the County's computer; Contract with J. Davis, Ph.D. for Probation Department staff training; Contract with the City of San Pablo for Area Agency on Aging Program- Mobile Information and Refer--al Service; Contract with Urban & Rural Systems Assoc. for Project evaluation, Probation Department; - Contract Amendment with the State of California Economic 'Opportunity Office to increase. funds available to low income residents for the Special Energy Crisis Intervention Program; Contract with Blue Shield of Califonria for provision of Fiscal Intermediary Services for County Medical Services billing on behalf of Blue Shield participants. Included proposed amendment to the Health Safety Code in. the 1978 County Legislative Program. Fixed March 7, 1978 at 10:55 a.m. for hearing on request of D. & H. Widemann for cancellation of a five-acre portion of Land Conservation Contract No. 20-75. Fixed March 14, 1978 at 11:00 a.m. for hearing on request of G & M Development Company (1881-RZ) to rezone land in the Danville area. Fixed March 14, 1978 at 11:05 a.m. for hearing on request of C. James/County Planning Commission Initiated (1774-RZ) to rezone land in the Danville area. Authorized refund of penalties on .delinquent property taxes to F. and M. Kennedy and M. Reuting as recommended by the County Treasurer- Tax Collector. Denied appeal of G. Green et al from San Ramon Valley Area Planning Commission approval of M.S. 192-77, Alamo area. to o 'J'5 February 7, 1978 Summary, continued ; . ;Page 5 Adopted the following numbered resolutions: 78/116, fixing March 14, 1978 at 11:15 a.m. for hearing on the proposed annexation of certain areas consisting of real property to Flood Control District Drainage Area 290, Oakley area; 78/117, fixing March 9, 1978 at 2:00 p.m. to receive bids for the Detention Facility Food Service Contract, Martinez area; 78/118, adopting interim schedule of fees to be charged and paid for Public Works Dept. Services provided in conjuction with subdivision within the unincorporated areas of the County; 78/119, fixing March 2, 1978 at 2:00 p.m. to receive bids for Contra Costa County Temporary Parking Lots, Martinez area; 78/120, approving Final Map for Sub. 5152, E1 Sobrante area; 78/121, as ex officio the Board of Supervisors of County Flood Control and Water Conservation District, fixing February 28, 1978 at 10:35 a.m. to consider adoption of Resolution of Necessity to acquire real property by eminent domain for Lower Pine-Galindo Creek, Concord area- 76/122, setting forth initial Board of Supervisors' position on the Draft Environmental Management Plan of the Association of Bay Area Governments; 78/123, condemning certain real property located on Winslow Street, Crockett area, required fQr a drainage facility; 78/124 through 78/132, authorizing changes in the assessment roll, cancellation of delinquent and additional penalties on 1977-78 Unsecured Assessment Roll, cancellation of penalties on 1974-75 Unsecured Tax Roll and Discharge of Further Accountability for Collection of Tax, and cancellation of First Installment Delinquent Penalties on the 1977-78 Secured Assessment Roll; 0. 78/135, 'acknowledging receipt of letter from County Administrator with respect to the Career Criminal Prosecution Program established by Senate Bill 683 and authorizing Chairman to execute grant application/ contract for state funds to implement said program; 78/136, advising the Association of Bay Area Governments that more local review time and a new review schedule is necessary for adequate consideration of the Regional Environmental Management Plan; 78/137, congratulating Senator John A. Nejedly on his Peripheral Canal Bill Position. Referred to:. Public Works Director (Environmental Control) and the Solid Waste Commission, West Contra Costa sanitary District to investigate and accomplish resource recovery, energy alternatives and other solutions to soild waste and wastewater solids handling and request for Board assistance in obtaining grant funding to initiate studies and projects relating to solid waste management in the west county; Elections Dept. , request of Citizens Advisory Commitee for County Service Area LIB-11 that a 10 cent maximum tax levy be placed on the June ballot for maintenance of the Oakley Park Swimming Pool; County Probation Officer and County Administrator for report, letter from 1977-78 Grand Jury expressing grave concern with respect to operation of the Crisis Resoluti-n Center and urging that the program be discontinued imt�ediately; Public Works Director, report of the State Drough Emergency Task Force on Alternative Drought Strategies for 1978. 000 February 7, 1978 Summary, continued Page 6 Referred to (continued) : Director. Human Resources Agency, for recommendation in conjunction with appropriate citizen advisory bodies , request of San Francisco Child Abuse Council, Inc. for names of appropriate people for subsequent Board of Supervisors appointment as county representatives on an Advisory Board to prevent or correct abuse of children in out-of-home placement. Continued to February 28, 1978 at 10:30 a.m, hearing on proposed abandonment of a portion of Gardina Court, Danville area. Approved amendments to CETA Title VI PSE Subgrant Modification Agreement No. 28-719 with Mt. Diablo YMCA. Authorized Manpower Program Director to negotiate CETA Title II PSE Subgrant Modification Agreements with certain subgrantees for the purpose of increasing the payment limits and adding one additional CETA Title II position to each in order to meet revised CETA hiring schedule. Adopted revised rate schedule for Health Dept. Home Health Agency services. Acknowledged receipt of letter from County Administrator with respect to the financial and operating implication of split roll assessment procedure. Accepted Temporary Construction Permit from the Sunset View Cemetery Association for installation of stortl drainage pipe as part of the Franciscan Way Culvert Project, Kensington area. Awarded contract to Kal-Co Landscaping for construction of - Assessment District 1973-4 Landscaping. Approved recommendation of the Finance Committee that negotiations with Hysol Corporation for possible acquisition of the Hysol Building for continued use by the Social Service Department, West Pittsburg area, be authorized. Requested the Director of Planning to review comments presented at the hearing on the Draft Environmental Management Plan of the Association of Bay Area Governments and submit a report thereon. e'�ty oo`'m d =eoedln9 pa�es 2re p ot 8g'i COVV5 5