Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 04251978 - R 78F IN 3
115 IIO Tuesday April 1978 V, 04/2,V7A 0027 ORD ADOPTED U4 7*,KK N 6 f-s u PTE ii'M Nf A _wu LAN G - 0 4/.0 7 A n 'CAO, PLANNING AUDITOR PROBATION � P 300S, - APPROVED 031, n4/25/78 On APPROPRI ATI ON-Ar)JUSTMENTS, XGiSOR 1411k,-v PUDLJC,,'WORKS AUD TTOR ASF OW �k OT A��PRO jr 0 PRQ�JERTY__E`XCRANGf-WR`0WN CATH01-:1C 9 TS R R A OAKLA Q ' PROPERTY' EXCHANGE;.W I Hoi C AISHOO D, 04,/25/7A� 110.119 CS A R 7 SAW RAMON ARFA PARK PURPOSE n4/P9/7A �nO52 RE C, 07A/34P PR64_�IiY_FXtir 'E WROMAN' CA Hol-TC. RTSHOP �oAkLANr) "-7777T-7RE,,-, 7 yoll� RE c T -S P rk R _5 f3O t 1 D T., KT , T _04/2-5/7A' Or)99, ROUNpARY ,CHANSF VTNF, HTI I WAY SEWER. ROUNDARY RFORG' CFNTRAL',�C 3441 :�, 1 'F WA� G' ' n4/P5/7A 0059 MT VTFVJ (;ANTTARY nT';TR CH, �NG -' VT4E SEWFR ROUNDARY TCT RFG #78�344 tIEW-775ANT-TAR Y J- -A 4 4_ A BANnONM �$LJB 4 4 DA t 'A" 'AP, �yn� T_ C3 04/:PS/7A 0 Or,c) PLANq A qPFCc, APPRVn FAMILY PR'ACTTCF cLTNTC RKMODFL HO!'�PTTAI_. MT7 n4/25/78 npi. ';AW PABLO DAM RD FL rOFIRAIATF TRAFFTC T smAL PROJ P L A I IS & SPFC ; AP`)PVO _77-5AW _F� -T-7 117ANq X fit, RA l7p,F-1 PR n P,'.ts::, RF �#7!��373 -�PA D AM 110',�: E TOO TCl IAL AAW� K OBRANTE' ' -nAM,,::RQ.��-.F.Li, ROFIRP RES,,,#78/37 2 0 21 rAN PO4.0", �NTF.`�;_,TRAFF T GNAL',,,PRQJ: qO j VT FM5 M, RF PROT�,D A AA -At�k' 4 e-, rl �A f-7.b!rF 17--10-f�t 1 yi y 0 4/25'/714 0248 RYRON FTRF PROT nTf-)T ZOMF I r)TrCQVFRY, RAY ARFA HRG FTYFD' ON ADO ITTOWAL PURP05;ffr� BYRON Fpn 7-of*, i n4/25/7A Opsn rOMMIRITTY PARK NO 1.- PH I DAHVTLIX PLANS A SPFC5 APrRVr) 04- It r-F. 1; RV 17AT; qPrt COWN I PAW (y 501, 'Comml ITY P A R N R A- m FN0MffNT TRANSF "AM FF R,AL , Rl JDGF-Tr 0344 q -FE T b O4,;lP5/78-,.: �0394 LEGTr-,lAT,TO� rj� DFRAL RUDGFT� NSFPR:, m A' :TRANGFFR,:: C04& CONCORD �FTRr 0395 , CCCO FTRF 'PROTFCTTOW nTSTP'TCT xo, om 1.�. c Aup. nr Q4 Tt I 7" _41 t -'LFGV;!4:AqGROOK,`,R MO L E D q Q collico RE) RR' RF, S coLLr,rW', M00 �CL-A ,T`AtKJA F., &`CAR OL--------_- ........ n4/P5/7A 0606 HFMSTALK JAMFS CAROL DEEPS. OPITCLAIM 014/25/78 0606 nEl-r)(; GUTTCLA.TM . DAHLBECK LEONARD. & RITA I -AT Hl;,SF.C.k77tlEOt,4ARf 77 UTM:i M= 7, 7777 ALAM VJZH'�'r IROk-j�, 7 P Rt MPRVMTS�' COMPLTr) �i.,A M � ARE 77W—Ofinq _—DAMF_-C-1 C;"rJr-FT T 1,C, 04/7!:i rIOR 5�r A I 04/P9/178 060q DAMF: C0NSTR(JCTT0N CO INC 52t6 - SAW RAMOIA AREA APPRV MAP AGRMT i 04/29/7A n620 MS 1447* 77 - ALAMO ARFA APPRV MAP :, CLJN14T[,IGHAM CHARL�_(; '-C-H A .09/78 06P1 MC PPJTSCWRAYMOND 14 S 166 77 '- DANVTLLE ARFA '-APPRV_WP 04/25Z713 06PI, nFUTSCH , RAYMOND M DA,NVTL1_E AREA APPRV MAP MS :16 77 lo 04/2'i/7A 0622 , HOLMAN CHARI-Fq , F MS 9'-7'r - 11ANVTLIX A RJE A APPRV MAP 04/25/78 0623 ml; 214-77 'SAN RAMON ARFA APPRV MAP HTGBY GARY '7777 _T _AQ�F�ZA -9— P-PRV7,14MY-7�7-7-7— 'Y t p" P. 7A/3A6" PABLO-,' T n AN FX AMER A _5 P N"R QP9 A �,,-�AmFmifim'-;,� `TA� OF, F7 H Oft' _0NTT-.T0__7 r1c CF U, ;"-/ WL:f.1 ,� :, I I 4"1"-1 7R 1: 9FRVT.CF-' A_ - �ij442- -'RF(;,-78/,;A877?, aw fm w , , n4/29/7A 0667 BOUNDARY CHANGF -- AN1t117XATION LJO 78--4 CO SERVTCF AREA 4-42 RFr; 78/387 s 04/25/78 06:32 PFRSON[AFI. -- SALARY ASr,2";TAt>1T rtIPERTOf? £QIfF?T ADMI►.1 •• JURY COMM i 6•. t14�/2f'Al 7-`0*6-3/'u.._.«`---•_- 7 , . - t!P COM- �. _ _ ._ 1KSST TAl1't` S FRTC�( "OITGiFT- t1MT1J`�':Jt:RY Ct3�+1?i Pt RsONrt~'t 04/?5/78 0633 1IS SAVTNGs RQLJD FNROLI-MFPFRIOD 5/7A PROCLATME"D - MAY 1973 it"s 9 ; 04/29/7A f)63'S PROCI-ATMFn MAY 197A US SAVTPJGS BClhJt3 F►°1ROLt..ME1 iT Pc R 2Of 5/78 [3�t/? ;/7A f163G LFi?TSLATfTJN TII PtTC�PT 'ryl SPTL_1_ PrFV NTTQ1t fl4/2 sJ7A Qr,:34 f)TL. SPTI.1:. PF2FVE~NTTf)tJ LCCTSLATiQN TO PROPOSE • si G 04/P5/7A n635 i_TTTMAN WTI.►_TAM III) -- APPRVO CONTRACT AMFHD LEGAL DRFF`149F PROVTSION FOR COWTRACTOR u � 7r :0F:3�i rFcr r� rSPtQ�'r r rT s ---- rTT rA�r r A� ;gin: � s rM��T� M rrD _. A F -� TM _« aN JD- VL0 7A f1+~i_.P! PRfI£ AMATrON UNt A t7..UTQ1wl+T COM t=NI3AT2Old ) L I L �,. �-._. , M T A4/2�i/,7 3 :' 06. fl £0 NIaAT, }N .b-.UlltA VTQLF`7. UAL r �s N�MtM _... Jf). _ PRO£LAMATTQNVI0l.FT,. r�1 1 7`Tt `.�Ofi�S9 q Qh7 I7I`"T7S1 94 I, OF 04/2S/7A 063(4 SUPT. OF SCHOCU; RYRON 1#11014 SCH DI ST -� FIX ; Ht~ARI.WG' 5e 04/P5/78 0639 HANRFRT TFn R BYRON U1 TOW SCH 1)1ST -» FIX HE'ARIP,1f� ITS! FT T t il7Ft fih,i YFON, ,J T ftSrT BCH 't'. » - !�, F'2X�F�F1►. 1j�J" ti T=("AiJR T ' 'M R . :. a, 04/2. 78 0640 ISH, _ SW STT, Jul Sc n7sT x HI?ARTNC UQQL,S. �... , +. ., N _ _ , SPT ,H h 7A 0t74f) S ! 7 OF. SCHQLS , , ., :► .JOHN S ETT. ",-::S£N :h :' . N R r- 7} r r7F {lf�►ITI rn7F IR t_.,NTJ OR _- � w w_..� „ F JOHt1" WCTT`"C1{ Tiw ' N LIST M,.-FXX `NE'ANIJi �1 04/25/78 0640 JOHN SWPTT UNTF SCH OTST;,-' FTX. HEARTNC DUFOUR 'GLEN ) JR t� 04/?t",/7A. 0641 k�ACU ,OF <WOMFhJ` VOTFIRS I t ABLO.'VALL EY HEALTH CARE SC=(3V2CF5 ;TtlpY CONTRACT — 0 t20t1► kF? L E3VTS 5'TUQ . .Ci ,. T`" "RC� KF�" LEAtt1 0 t1 F fi .RS OF t}T ARr I3 V kn: _S ' c- ;: 01.• 5/.7 '„ ] t1:,' QU K P t t :.,,, HEALTH CARE SFR CC".� .,TtlDY £ t 1Tr _.G ��..A.,1, -. ., E A E , F O z A£'l 0 R�?UL�K0 Q TH f . .S ;RV F'r •*;�, t) 0!J CT:-� 0 Rotmk!7F - 0 �ROIJRKE DF? RAtJL ! /?5, 78.: Clt?, 1. a N�`AL ���', �. ,, .��:. � T, t�Y>,C ..TRA 57., „ . ,. . : : 7!7 . _ � w_._ ,_, �_:. 4"/2�i/7th f1fi4:? COMt IUNTTy Dfr'VV1.PMT i C4C�,{ f2ltfilT P'Of Ft'AM-'+"E ••«�pfitC}4 4 SED RF TNSfi"l#l.Mi tT `•• �C{?M -['iF.'V -.Qfl�f'� CfT1 tNt"I!,_`_ ,wry',_ �f 04/PS/7A 064P HOUSTNG b PROP0,5FD RE' t'JST'f-LMtIT COM DFV AnV COUNCTI, COMh�014TTY DEVF,LPMT RL..00K GRANT PROGPAM RF'OkGANT7F ' ; q4/?5/7A n643 SANTA RAPRARA A� VTtJGQ;A1.OXJ ��1�P 2241+^77 � FTX HRNG ORTNDA GARCTA ARCHITFCTS APPLICANT 17 /P5/78v. Tt=1E A -C Rf i71 Ai GH2' ,.fir-:�,',APfIL T—ANT �iANTA-f�ARftp 5 V. r t3 , �.. ��;_ _ __�_. 0�4;i, f)R A t H A $ T J &LOAN, LUP--2244-477 F`I X HRNG , . A4/? /7A' ''fls';2OSTRANnF-R t7ANTF - »';?,1'7 �bR7.;' ::•FTX HEAR2Nt : AlMO -� SELnON :h11VIr}� --" Q1VPlER ., �� ;.t}4/?5/?A` 0AS2. : AL AM() SF'1..hON ,CJAVtD b.;OWrJFR . . 05TRAItJDFR _ 3ANIFt " ,,» 2171-►i FTX HEARING y :> H :. IG:, �L1�+1 �►77F._ 0 _�M. C7}T�l CfS 'Ri7"ft A1'"f n 7} Rl7f T �... . Jt"{}t1"C,T - __ Fr, 1,�:_• � Y_-: -- V. _,-. !ZF'T ITTCJ AC-TETT h1AR'Ttf41E7_~=�."fF�tY 0!'l #3Fi AP1�R17 04/P9/7R m6n nFTFN,rTOt,J FACTI:,TTY -- MARTTNF7_ �- CNC on H6 APPRV M R CONST M COORDINATION OF STRIICTQI_ rTFI t„/£C11JCR['TE* is 04/P5/7A f16f,2 CFTA TT PSF' r,11RARANT Mf?n ACMT APPRV A14TIOCH CITY ` OF _. - .._. ilk. 7? E tr L L” .P R N. : _ I£TA I FI;t,4RA T Ori CMT r.. 99 t?4/ /7 f:6? T SG! f 0 A , P ,' �, , : . 1.t3 I? CFTA ? PSF F 7RANT_M t7 f'MT .A 'Ri/,. F.1 RR`tTO ., C:TT .'O Gt! n , . .. . P 59 ,• S �i ._., E 1=_.,,£t`RR:TTO: TTY Q . . „ T I,I. F t C W ., M - I £ CE' A_ PS - 11 A. T Mf)tT AG T . AP._,RV C `T7C �"["_ 5 ` 7Rck!' 7 AT`iF »n:Cfi"t` yUMon _ .�.... 04/25/78 0662 MARTTNF7. `«• CTTY ,OI~ CFTA IT PSE !SURGRANT MOD; ACMT APPRV Y: 04/25/7A 0662 CF'TA T T P'SE gUBC RANT MOD ACMT APPRV` PTTTSBURG CTT:Y OF tF,rP.�<sw--.vim..�+•+_ems, -ww._ n-« �c,� ,> �,r� ..e....a,. oR'r ! A�� �1�. y NT C), MR. SA AL3 t? CIT.... •- t N _:.. D-_ 1�1 P SE_S JBGF2A T, MO AO, T A .�'RV •�..i; 1�"GITR`v a A AST TOCK iJrJxt=2 t%q:'S£HOt �. }X:��' 04/25/78 QhA2 AiJTTOCH UNIF.TFD SCHOOL' nTST CETA 12 .PSE St1F3GRANT MOD AGh�T AP1 RV 04/P5/7A 0662 CF"TA ,:I I PSE SUHGRANT :MOn ACMT APPRV BRENTWOOD UNIFIED SCHOOL DIF, 48 _ _- ,, __ 4� _ .�... , , ,._ �� FT'F � _ - . TIS` 7T'"PS ) .t3R N ,�1��1�`"�1 T"'p �r< PBV' TT PSE .SklRGRARIT :MOD. YON _t PIiFI b S O .L v f moi/ 6 R {)N :,t 7 ,m 2 JN O0 DT. I U8G R_, ,_ _:..F f Fn...SC �. CET _ I SE.. S 3 ANT, O ACMT. P1�RV .. a� c�4r25/7A n6a c ,rA -mp. �w� _ _ .� a F SF"`:SC'1RrRTCrJT�`t�10�""A"ctiMT�'7rPpRV......`�'..:.,..,_ '- .lt1HN._.SWFT"1""t"lN-TF7F't}�`SCt�C1Cit t1?.,T` r 04/25/78 0662 JOHN 'SWETT UNTFTFD SCHOOL �[)TST CF'TA IT PSE SUBGRANT MOB AGM ' APPRV 54 04/PS-/7A 0666 CETA TI PSF' SURGRANT MCAD ACMT APPRV LIBERTY UNZQP! H7rN SCHOOL, _.� --APPRV---- ,....,.... m ..;,. Q- �' I . - nn L-TR>* Y `C N t,�, nil r e N n r 1 v ., � . ,._.,. .- .7 , . - _ .R7 T01 , . CTS <,. T".�'I, PSL SU C"RA T`MO t3?I'f AP. �i/7A 6f C T t t__ t �. C _} , . , __., E _A., PSE. ,S JE3 A T.:: �.,. G T„- V,' ,. � , . ,�: N.� t!J T D : O D ,. • _, ., .._ ,-t- ,��R ,Mph. _ . . M , APER ,, ,.. M RTI. C f tF E SCH .RL LST._ • ► �, ;q P 5/ tlfilc►?:,, ,. .,.. ., A T .� T .�.SCHO _..h- - , _,,:> :: ,_ . . �.,,, , <.. 76 .T .F N _T` CJ . 5 _. C A ,t P5 `SU OQ ACh1 RV t,v. R �.� F, F[�. "� .T , .. , ., _. ' :. >~T T v .» -uum-n-. ,., � ...,� - '-..i..«,...te.+:.._.,_....... ,r„«it.�....«.��,�.,-«.l:w:.:..-»+.,+,-»-. _,.. :«..i=—r+ ,� .w w.,.,.....-,,..+«:.:Lw,a:�.•,..a..r,++:+w.+M.._.L..,..,. �� nw,0-i'77R 0 , 2 E`TA`""t`T PAF, tJF3G fi`? J '1�T"7i�PPRV ( TM`CS't A 0 LINT ...,.: x X14 25/7r� n662 MT .f3TARLO UNTFTFn `SCHOOL DST CETA IT PSE UBGRANT p0 CMT APPRV Q4t$r^5/7R Of,f,2 t'FTA IT F' t S118GRANT MOD:AaMT ;AP.PRV QRINt�A :t.1NZOr4! SCNC3QL,:nI5T. y =j xi -, , -.:> >. r. ,. a.�r > t.< -...+. 71-17 /., ,, 0.1 G. .,.,. ..._ }�'j ..,.. � .'l, t. .�- ,_ ,:.m.. _ ... .......... \ ,,. S''3 ,"_, _ k.:,. : :.,. -.,. 1 „.. _� .�f. '" `:... a4 .fit.. .,. -. 2'., ,..: 1 m ..., .... UN ,.. .._. .. .i... r ,. .. ... «., rLSr rr.t .. 3+. .. ,rti .. .:, .. .. ,.,,,.. .....� ..,.. _- ,..-1. .. --1. s t ,':,a .,,.f 4�. t.,.r_ ..,. {n,'. .. s.. _. .. .,.. i •. .v .. ........... ... , t."4 ::.. PAR ,. ..,r. „. ..::. d ti..n s dt] -}w t n ,s1 '•4' Y { r: t� -., +�,+ �� ,'�'e ,.x:•a ~<.R ..,: t,tK: �:.. r✓,z� k)7:. _. r- ::/ , ar L .5,b,..'S ,•c.P ,t :>,n .. ^:', 's' v. .:{ ur. � „.:;e .A�'?;,x -„ � ;� � .zti= h,-r ,•ra,.�s r ``�,+ r�. : #4»r,:. - '.:.x. ,. � ., .{ n s :y. i r '�' , ', ,,- e o,' z rlA, •,( T J , .ALJ , � }_,..n:s...,-x ,.+, ...N., , x.._.a.:C~`.rsa c.."537.(��j.0 �. .:,r<w ,+ y} :c, ,.. .,,.....,_y ,.�,... ,.0 ... ,S ,. ,., wa ..<,a.a ,.�.S, aT��. �:e s ;, a s 1 t! .. ....., f , :t' ._,. ..1 „ .. -,.:. � #n ha Y •! -.1"k b .Z t. e _ , ., ,.P .,.. ...,. A:: �. , �. �„ } l�.Ti aa--,, +.•J-. .,t... +!i'� .. ... '.,. k ,'v , 2 ,. 'x �k,... ... ... _. .. ,. .,;. , .. , , Sar w. Y x j S �. • .,. .. _t i .?,m.. �.�+ d�'..:•s'' '-�c, < . ....a,u .:,:,w. �t e C, -.,.<... ,. ..,.. ~< st'. «'. � .i:.a-.- .•..„ wf - ,.. 'i k..' "..�.... ,:.,�, +'�`7x,,rq 3t '?:,s+ ,,'..s`"t,� "2��x r.' x`7 z.,�y'+yx e t'”s�.f,�.. n ,�� ns Yi y:r + SF i�'�.•`��a *",,.,.,...�,., l ?• ,.,:� � S^ xu , i 4 s 04/?5/7A 0662 RTCHMONr) UNTFTF#) SCHOOL nTST CETA IT PSF c,IJGGRANT MOD AGMT APPRV n4/25/7A 066P CETA T T PSF 71JE�GRANT MOE1 AGMT APPRV SAN RAMON VAL,Lt{.Y tlt'JIFTF'f7 f�CHOOL, D71- � ..... .. � .I.�..J« - ___--- -___....�---___:-_=t;ETI�.-_"I-'��"F'�E" n4/P57'7R.- f7Fs " AN ,R7SM"t'N VAt.�Fy r�Jt�tTF7E#�'-5CRt3) T3 � • n4/25/7A t}fi#',2 CETA T:-t E]SF" !-,UTAGRANT MOD AGMT APPRV AMRROI;F PFf IRCATTON A PA(-'.K nlrT' n4/25/78 0662 A+IFIRdSE RF"CRFATT.ON R PAR K' DTST CETA T7 PSF SLJEiGRAP1T MOt? ArMT APPRV FTA:-''f_T.__p�F:.�'�t1f�rR/1tJ'#`t�lnl'?`T1�"f•+t�iT`:..1lPC�R�/___,_.___...___,.____..: /tiMRRnSF`A'C`C+.T_`ATT(7tJ--•�*---PAt'.K t)TST � 04/?5/78 OAA2 AMRROSF RF"CRF'ATTpN 8 PARK nTST CETA T T PW tJTiC�RAt1T f�!Of7 Ac;l1T APPRV ! 04/P5/7A 066? CETA Tr P;F SIJRGRAtwJT MOn AGMT APPRV EAST CC IRRTGATIOIJ OT!7,T 04/2Fs/7ti tlEifs? F' -S'f" k n4/P5/78 `0662 CETA T T PSF' SUE-'.RANT MOD, AGMT APPRV PL..FAGA14T HILL, RECREATION A PARK DIST � . , P I f,, ;: tit FAT t QN . PA tK:;#7?ST CETA T I, PSE, St ir3r,01`JT' #�1Oh AGMT APPRV 04/2.5/78 OfiE�2 f_f*ASAN'L H L. RF _... . _ _ t , 0'4/"��i17A Elfifi2 Cl'TA: T�PS "Si1tr#IA# T�#�tO#T"Art�tT�7�PPFV � _._ HCJSZ#`JG AC1TlORTTY` CETA IT PSE SUBGRAWT MOD AGMT APPRV 04/P5/78 0662 HO1JSTNG AIITHOR.TTY .OF CC(` e n4/25/7R nA(,2 CFTA TT PSF rURt;RA,NT mob AGMT APPRV STATE OF CAL.IFORWTA -- --- - - - _CETA__T-T-P!;E`-slJ8ItiRANT MtS#7- AGMT APi RV.._.-_.. ......__.,. .. �. _•. nu7�5/-r�---•-oma— oF-c�nt_xf-�#x>~rl�� n4/25/7R` 066P ',TATE` OF CAL.TFORNTA CETA IT PGF SURt�FZAtJT Mdf3 AGMT APPRV �. n4/25/78 0713 hAC(1S nE.VFI.,pPMFNT;>CO .-• `,R#" fJIJ ST ,FOR REFUND FEES B[JTLf'1TNG PERMIT -�. L.- 43 ,T-�4ORb. -* CI7{�COV RY 'F3AY ! __ . 04`I2' 178�..._n'T3' � _ _�I✓FFS�" .,Rl_JTT`nTt�ti". PFfTM'f? "`L=�43._ "� A" M -#St CUVFRY `f AY .. ... ... ....(SI�CIIS C}f"tt#"# OPMFNT CO 4 #?{'11l#'rT_FOR �j 04/25/7R 0715 APPRFCIATTON WOOTTE'N FRANK l n4/75/78 0715 WOOT"fFN FRA14K APPRECIATTON T� #) ,, ?V'CL R> XC I"`XAfi�xl1�'fi`T�h]S:.__.. - I*J, -� 15T�J"I`FCfi •AP .F1E X 6 "SBFT VT 7"F'- _ ?Fi .,., . ,. 0. . R�fes'-ate,f J 7f � ., , . t _ Ir TON SERVTf.`F: GpNTRACT A F 2 }VEt) :. PRO ES ,ICJt�IAL~ EXAM ,JAT ,t 04/P�i/ n E, r, ..,- '. ,.CTVTL SERV CCF;_FXAMrt�J, TIONS - F .1 R CCC MF`NTAI HF^AL.TN :ADVISOR, : ROARr�. APPOINTMENT SELECTION SCRrENTt'`€6 ,CTS _w... .... _.,.. _ _� 72 _. : _.�_ ..: ,..,__.,_ .:_: ..�_... .. : ,...- . .a.. .M #i A. .-UF7iIr1`H.._AT)VISORY E�OARCI �P.E_r�.:_ A�PfYTNTMFVlT SFf~=`CT TTShi SC{ C-"C"I J J C1'C' CC T L n4/?5/78 07?7 JFRSFY/SHFRMAN TSLAtiIf7,` - COt-WFRT TO VJF'J'I, AI-JtlS IJ S ARMY CORP OF FNC �+ PROPt' ;Er) 1 0 n4/Pti/78 n727 ll, , ARMY CORP OF FlIG PROPOSFn ,JFRSI"Y/f;HFRMAIJ TSL_AHD' •• C0IJVFRT "JO WFTL AFJf'15 _AX WAT R_v_S_#RS_.__,._.._...._ . ., _. i f ARMY CGRP Of�""FfJtS 4 r�Ropo, Et7. ._. , SAC ;AN ,.JOI?�l 7#J RFI F ` n4/2S/7#�. 0727 IJ S ARMY CORP OF FNC •- PROPOSED DELTA SAC/FAN JOAQUIt! � F2ELAX, WATER 5Tt3S I ,r t n4/?5!7 R C .NIR # #::AF30F2 Ot7tJNCTL: OF CC COUNTY LTR FIRE F TAHTF'RS CONTRACT , 8 0'72 F', , _A , fiRf Ftt; tTF,RS~ C'CUTE?t'CT_. ,COUNC?i_ DF t"C C011t1TY P n4/2Fi/7R 0730 OV'FRAL.I,. ECOVJOMTC DF'VFLOPME"NT PROGRAM C(?M= ,TTTFI" F�RFIITWOi"RC1 � CITY (�#' f n4/25/7R n73n ARFNTV10 0 CITY OF OVFRAL,L_ FCONOMT C E7F VFLOPMC'E JT PROG1;Ala1 COW;T T' ;FI" f TAS£3AJARA „f,Mc; 2k7 7 1 :04/25/7A 0 731 TAS A,JARA .MS P47-77 MOURA. ERMA t] • ,HRtS 4tJ APPEAI. �- MS 24 7*�77 #z i)t /?F/7A 07i2 •'. ,PROCIAM' ,PROCLAMATION SOIL ,TEWgRiaSHTP t�JEFK APR 30 .. MAY 7 1978 4 A tltil?5%78` `0'T3 __��. 5t1-FL""rTFWARtSiTP" tJF`>~I<�» iPF�" 3tF: 04/25/78 0733 EXF'C:IJTTVE' SF?ScTON PERSONNEL -* FTREFTGHTFW�, _ ` 04/PS/79 07?s3 PFRGONWFL. -- F'TRFrTCHTFRS EXECIJTTVF' SES!-JON _ ; _. _,. , : C TRA ::co�►rc z WPF oTEc r ,� :r��r R CTS ;::, 71, > .. aor� .f7 . .. , ,. SQNJEL F=t REF IGHTFRS n ("ONTRA ..COSH A FTRF= ;:PROCTtf�F- nT`STRTCT`:' PFR j 4/?..,/.7A 0734+ MQRAGA FTFIC' .PROTFCTION ,nlf>'iRIC1 P ON I «,._ -:TR FI'rHT RS s [1 l a El'73 ERS NEL,, F F. , ,, , _�_�.,__ _,...__.__.w,_._ s ., 4^a„7.�i/7A� ►� F _. v_.. PFF2St)NN5 r- FFR HTC'R Fl_G n�412S/7A 7!734 t�0 �t3A F fR '�POTCT7tSf75TR"tC"TY”-� C}F2INDIS FINE PF2OTf}'C'(?Oltl ,I� 'STRICT n4/Pli/78 0734 PERSONNEL E TRFFTGHTFRS n4/P5 n'734 ORTNDA F.CRF PROTF'CT7dN nTSTRICT PERSONNEL. -, FIRFFIGHTCR,* .:. .177777 . ....:... . .. ,. ,Tr F:.RV�`E4d I _�RF ,.�R��4+.,*'t ONE -► R r' �> :_...} R�,OfJN . :.F T FF"I!iHTE' S CT'IdN l3TSTRTCT PF, a �"�. -� , � , , f n /2S/78 t. - PRScf ,T _. I HF ,w .�.T . T�� .P�o�r�c:z:Lc��� r�r ST .r.CT.', ..,13 . . -` _ - �- •� _ I3 t+l25177` a7?Sz4 SFT" ,11cfiEr.'T'rb3 "hx �fi "Fc' _ u i�Ft,QrdlKlLI2'>w f"GF ' I$T ,ff CCC AVTAT1O ,ADVI;OR, C t� { nk/25/7A n ,3�'s gcJCHAtI,�N F2F- ,n t�TRPORT - 4 04/P9/7A 5 CCC AVIATION: AnV T SORY .CTF RIJCf�ANAEJ f t F S O AI r�E7C,1f.T ,57 7_ _ S `;. P• 'f.>;}FT. r.A ; }tJCTA ,.. r D # F' F .XF. ~RAE , ERA �t L. _'S .+�"1`f='� PffC3PF3'a ; , EAt` I , l7S�' CT TC i`FI3t►I F tT73 - M _ �. ,.. r 4 . M I•E //.,., 5..�..x►.fF.. T „', tie' T F3 OPF"RATORS.:.ASr�(?C ATTQN 07.35 X q„ 5 h _ _: . r _ ..: a . : , \`;�T aNM-F , . L„ :. 4/^5/78 -.Q,. '.f. . , ,,,<eqP ♦.,a,, „ . ,,. . . . _ .. .,�.t _�. ra4tP '7 "t173f � t /Tt{aNi;+IFt7TAtiC T'PA,V / ._ ;. �, .. _.... _ _. • w R Y ' GId L "'PARK [>TSTRICT �- PARK 'AE�VISORY CTF Ct'#`JLwR: .JIM -� Idf1M'T.t' T «,O 04/P9/78 0738 EAST . ,A. RE. �.� NA _ E4`,ST L'IIY F, EGT{}4#At_ )F,K n.,r;.,rRICI' PARR .Pa ��!?'=,OW f;TF' s 04 0738 Ck)TL: R,:JTM ?* 'NOMTNATFP � r f?5/78 F y _ . + .. , ,._.-_.-_ 7 A - ...- ...t��•�- _ y _. .,....... _ ._ _ .. ,. :,. , —,tit :- ,. .t, 1. ,,, >. F'1_ , -- , _. . 1�FT-5 -; .� . .. tom,,[ a �._......y. , :.,. .. .:., .. ..,.:. i. 9. .. :. _.(,„� EKE._., . .. .. , .. ..,.,:', ., .. .. ..._Y, f- FY � •.f: ” moi' f! - A _. _ _ f , � r. _. .. G ,. ,. r. N.. a `t.. ,• Lie d ` n ,{ /1 ee: ?. Y,{�^!' P ..Y Y .....,.,, ,, .... ..1•:r...,.:.. .� _ -. ... �,{..l .. ":V,71i ... , .,.. S v .. (ft �. t ,.. .1.. ,. .. .. a_..? , rn.a,r.tX. .,..Y ! � .�,.. a,: :. .!.• „51. s,..a...,..:.,1,.r'.,.r!,..,...r._..:.-,..,:.... . s t.4 .. :...,.,,.., _.._._.:,:-... r.r.-,.. .r ..,:...:...,.'A.._C.'A*, ;. -.. ..: .. tv.�. .: ._.l _e.✓_.x ,;.,..,_..>.. 5„. .s ,.�:.w_./.5y,....;f.t,,.i.t hS / 14/ ryg. Al, : t -',.•`>t.. C ,y 4i s ` .-. Y .L. .. s „ .. r � -.a ,.., .... ..,3 ,.v. .: .,. w'<.v... ,•3.,tic.. x -3. .,.,i: Y� : t. K r. ... ,..:, A.. ,_ 'E : , ♦..: .. -,e .1. ,. ,.. .,. .. .,.t4 ,l' L'm v. e <,,"c .,•, ... t..:rs r, ,, „ ,,,. .x t ..,. :� ,. . 4 � ....- -....ls, - I_ :..t.+,t q,..,.,... .:. ;, ,:a .; ... •r.t, � -1 f aY � is t- � �' t�- .4'1: y .�, G c'.,.. :,�. Sr!F � ;.G, t. .t.x:�„rat x s ra, .;� t :R, tw r �. ,�. .�:a. •'SkT !,'^N, c.r Y.:c ':., , tw r„- <.`..,., , ,,# + ,r...,'tr4,..,..... , ....y�,a..,i.,e,vi �C. .. .,iiw, :„l.i � # �>•` "S yy''.�k s. l t � -� 1 j ask:psi,` ' Y _,Y, . �,�.`` s. S�7. „k,,i•t,� ;!s�gty ,,j(+,Y !t 'C,,,a, �”' ,' 5.,,��m-1" �: , a,,..,Y°=' a3 � =.s pJ}�jl j //jJ� - —— . „ 5 04/P 5/7A n749 FAMILY R CHTLnPFNS SVCS ADVT50RY CTFLACY ANHTF R - REAPPOTtJTFD 6 04/P5/7A 0742 LACY AtJIJTF R RFAPPOTIATFD FAMILY & CHILDREN, !)VCS*, ADVTcORY CTE I t/2.fi/"1'�Fs t57'4 rATfiA CARI A FtFAPoItJTEb FAMILY & rHTLDREJS: yVC ;. ADVISORY CTE v. n4/25/7A 074? FAMILY R CJ-1T,L.DRi NS S, AnVtSOF2Y CTF GATTO CARLA REAPPOINTED 04 /25/7A 074'1 CTT27ENS ADViS0RY `CTF CSA P704 ROSCH THOMAS LEE~., � .APPOINTFh € __ ;-.. . r.r_ ..._ _ ,:. : _.: .__.......: .. .. . .. 't __ :.._._ _....,..,_ ..__.._. _... ,_....... _ _._.__ 0 75/78 t►74 �4 RO ,("l# '>=1-fOMAS�I_Fr Apl�t"STF7 CiT( 1-iJS At7VISO2Y C'fF' �} 04/25/7A n744 AVIATION AnVTSORY COM14TTTFF” CROSSLEY KAY -* REAPF'Ott'JTEfa : 04/2,5/7A 0744 GR0SSLFY KAY, - RFAPPOTNTFi7 AVIATION ADVISORY COM14TTTF _ _ W . r _ .4_ _ ..,_,., _. _�. ._ - t3744 `i'1Tft7l R)Cf1AI r _, - , ,. ., ..,:, ..:.t ,. ..,. , . AVIAT��}N �r�vT;SpaY C-pMMTTTEI 04/2fi/7F�: 07+4 AVtATiON: hflV7 pJtY•. commlTF ' DOt1GHT DONALD 3 f14125/.T t174�i C1.AlM = SR FY MARIE L � 04/25/78 `i174�i " RREY MAR"TF L CiwATtfi 04/2fi/78 0754 CLAIM COX RICHARD W � ' 04/25/7A 0754 COX RICHARD` W CLAIM {— Q4/25-r7R--�o'T�1_ _r .. _. -._„-�._-_-. __ 7._ - MS175�7? PIYRON RETHA IY-?R1 ”' }75T COtISEiJT7-TO- 0757 r0 DFrY WVR• M; �75,; -_,_,___.�__ t 04! 5l7•A., _0757 BYRON 8F.THANY;- IRR ,17TST�+CONSE'C�T,Tp.•: n 7 •� r FCS ,WEIR MS1 5 _77 CONSENT• -TO DEDICATTOt*# ,wA vER SYttOtl :AREA' M,,175-�7 7 _2. 7J 075A A MFDA, . C FJ A.. , A TRA,.,,Cp TA;{,HFA . H 5 T J ;tet, .. �� _ ,.,. ... ,.. .. T Y; .SMS AQE ICY t pVERN]CNt..sohyY _ NOM731 ET 1T 4 '7. 5-9 AI VF , ;'. �. __.,_... __M:_� _ _ __.,,-__, .,,... __ _ x... S ""OT. t T R tSY # .1't Th AL.AM �A -» 66T]TtTA"�'(1.TA HE�1l:TH�S�ti'�:;�F-M.; A�;�C�tY_. fro/2�i17A 0762 RlwLTNf t1TSHMF'NT 'OF ARf1TTFRS RIGHTS 'ACCFPTL`t� DEIJTSCH RAYMOND M MS 1f�6-77 - n4/25/7A 0762 DEUTSCHE RAYMONf1 H `' ,MS 166-77 RFLTidc�tltSHMEt-JT OF ARt1TTFRc,, PIMHTS AC(orE rrr) GI�i .�57'7R Tl!l ?. `"_ "CRA'NT"tiFi'. f7 ...;:a . ; p-- - r . , _..__ - .. 4� . ., ,?TF. ._, - -,; ,.. ,• Ft1TtJRY HOraIF., t']CVFLt3PT�iGt1T t'.�S S11F3- 4J�75- CJ4/25%7R n`rfi2 CFNTiJRY 'F;,f]MF i n�"Vl""L.4`�PMFNT CiL,v w St in -4875 . r►r�> C t rr ,, - ,, , t R11 i . DEET? ACCE'PTF0 f ^ t14/25/:7A 0763 t1FRD TMPRV`MTS�'.AAMT�►LOP 217;'x-76-RETMFL TSLANr) AREA ", h 1,.T :�LARS 'T -• API=ROVF' D 0�/P57r7f t}?"f,7i nFl-TtJ LARS T APi i�OVFD DFRt7 'TMPRVMTS_AGt4T--L0P _,p173;;76-44F_THFL I7SL.AlJD _AREti,:_._.__:...__ ._::v, 04/:P5/7A 07A4 FL,OODTNG - ANDFRSON L,ANF - RRrFIITWoon �+ WOtf472?+A(-,._ ANnERSOtJ L.AIJF .» DRATHAMF WORK & CiJL_VFRT Tl,JSTLTl.4 A(JTH b 04/25/7A 0764 ANOFRSON l ANE DRATHAAF WORK A CtJl,,VFPT TNfiTi 14 AUTH FLOODING - AtJDFRc;01,J LAWF: -» nRf•.'PJTWOi1f1 -+ WO#472;?- 665 "f!7!6 �`CJt�1TRW .. AMFNt?Ft �RTf;NT tSF""WAY=� 1CCFP-Tt r} HERNArinF�7- GARY,... t. :: : _. A N A CF JTr"R AV!' PACHFCO + (]4%P5/7A_ 0765 HFRNANnF7_ MARY. / : I.IZAI�FTH`',N1 1 .«- CF14TFR', AVF-PACHF'CO t;QNTf�AGT -� AMFt�JDF-0 RIGHT OF WAY, � ACC P _ f 04/25/79 n766 GRANT nF0) w RTGHTS OF'- F'NTRY � ;RIGHT OF; WAY .. ACCPTD CARVALHO JOSE & ALM' FnA -» tm�2AYSON C�2K -� PLEA!; ' F" HTLI 1 ,R_AFIT__1'7F'�"t�_._�-PIG14TF,._.OF`__FtJTRY t�,N;t . F.'-WAY'" 04/?'"i/7A 07A6 RFRATTA STFV J A SANDRA L GRAYSON CRK PI. HT! 1. GRAWT DEF"D, RIGHT; OF r7txmY » RIGHT OF WAY - ACt'.'P'ftS 04/Pli/7A 0766 GRANT ,nFFn -� RTMHTS OF FNTRY RIGHT OF WAY ACrPTD RFPATi'A S'TEVr J A SAtJDRA L. — GRAYCMN CRR A Pl_. HT! L 179 ITFFFR F'17F`CJT ;�'T'f4N, * ':R` WAY° 11C < ..PT :CS AYMOtI Ll Fj tri, .._. , N,.t7E .TSCH M., iF,> 77 f14'/25 ?A 01767 RAYMOI .N< E11 S�:H mc; =lh =� N , .,. ,. .. OFF'FR C r) t�tCAT.tON RC}AgkJAY ACCt±PTED 14/ !�'il7A p76T F? OF �. ! `K' a ,. . , .F�'R . . .- nFit)T;CATIt?N. .;,,hRA..2f.JA�E. ACCT' .T r� RAYMAtJt"] H r3 tITSCN -o MS,.:li"i�,- P_ '. E S, 77, t---- n4>2r+e�s "7R lt7i`l"- ._.._ _... Y t-r Rpt MCf�1f) N_t`lF` T'�CH X5__1 �� 7 w. ..,�_t dFFEt?"C? OFJ7t{:A71t7N_ ; DRATNAt;l�"_µ,;,7ACCFPTr,n ,_,__ --- 04/2..9/7a t17AA FFD AID tJRRAN PRO:1FCT h ii PRIOt�ITY PROGRAMS 1979/1483 ApF'F{(?VE(} 0768 PRIORITY PROGRAMS ;197A/1983, APPROVFD FED AID lJRRAtJ PROJECT n4-r' k 4-�-n - ?'AR ,"J'R. 4 ATN m, pR AtrCE"T. T t7, .. � 0 C� p T.� GTR 4/?5/'78 ' :017.74 f' . C .0 ORfiJTtJ1NCETNTRO CCG YOUTH TH_CTR ` C_,i'R�..'"`._._." � . . ' _„r...._w:�..,__...;:.�_,...___, ,,_��__:.. _____-__.__�_.._ .. f Ti2LS 04/P5/7R 0775 MARSHALL. RICHARD » MS 164-77 » CONTD HEARING ORTNDA MARSHALL RICHARD ie 04/P5/780775 ORTf4DA -* MARSHALL RICHARD .�...�..�,._ MARSHALL RICHARD MS 1.6477 CONTn HEARING t at _ ' F _ _ ._ : . . . .. �T+!f Nn�'CJ'GLATF71� 1�tlL L5r_....,�....._�_-..�.�. ,E . . , . . ,... .E E . .. .�.�:.w� �. ,...;,.• ,. - - .': ... ._ � r 14, * ' t7LlARTE .Ht3C. RANCH PERMIT �RANTFD . .. < . . w. 0�€"/?fi/TA `IT _ # '1'Fp C}1JARTF' REt FAY F�" -'DV AR`TF__HO4'_R�ANCH-,M___:_ 04/9fi/7A 07AQ STATF OF ;CA EDD PRVD CONTRACT AMFND #1 CIVIL. SERVICE W114-COD =< � �I - � - A � ., CQD PROGRAMS 04/25/79 0789 CTVTL. SERVTCE WIN-COD PROGRAMS STATE ,OF f A> EDD -- APRVD CONTRACT AMEI�ID #1 a�--- w _ A 9 St1 ;., 5� M 7T 2�i/ 7,t .. 01795 CH{?C}L,_. t►P.FR t T:.; JD r1T ,.. s : . .�t,.. ,_.,. . , ._, . _C� ,F�: .E- 7_-7777S QDt7- 1J R Ypll CR ,,. , ,. } t, - „ <-�, Ota ;, . / .:; a /, , , cr p 2 . 7 1 FN RFL .AS F..CO PRC?h L, ,, , TT nul2�r7 rs 13T1pPD _ _. .`:SERA- L-TEN'RECE"A SEpF Ct7MPRZ5MZ5JKF'TTt 'MF 11,T 04/?5/7A 0814 LTE'N RFLEASK. OF ;COMPROMTSF SCTTLFMF'N F,: QME4; DAVID M z • � � 4 : 04/?-5/7A 0€ 14 FT,LOMF;O. DAVID. M LTEN.:RFLEASF" (?F .CQ OMTSE SETTL "' ' sa� >. MPR F:f'!FN� „r 4 -< -� jam{ �p .._ .. ;.,., k ... ,. _ 1, , � �.. x. r4 .tea .w . _.. r .s r .. ..... ..:.. ..t � }-- Y.� sF s ,. .:. ... ,7,.. ......�,, x ,�� .x ,,. i.. .. ... ..... .�. ..-.,,.... � _ ��s,.,. ^l} fes•• ;°' ,� i. :� .. +,. Q a , `e .. x • q41 t: w j". .: , ...,,,,,e,.. ,iQ�EC�,t ,.-. � wr, ;i.. to.. se... >:_._. s. £.. ,nr �,.• .,ka .u. ...., :, e r.. .x :f ^?,r � r :, .. � , � ,, ..,..- , ..,,,�; ,�.r2 ,z. x Vii. Y:.. s`°•:. ^•h. -,.:..,, �,. ,x ., ... ;S!a , •.�}:,,:,�.�•;, .. .-v.�-..,. .,.a �.c. x.' , .-,rx i- ,F........ !' �c�.. 1 �� 3'k `t"• ,2.. ':y.tr, rc , ..,. ,..; c •...,�_ ,ak S.-�Z ",�..., ,,,,, .. .. �....��.,. .. ... {- .r' w '.,s' w . .-.-..,. :,a• ^w» r..:=„f � '�Y, %Fr.. ,2 . r a,ats”. .r.. r... rvxn<}..r � �r.R,,r•:.-..., .. .;, s h��.��� � �. , - - :�. .c-,,T2s-. GF:,�A,. J.,-�:j.. � .� 'fi ':4'., 4' [NionWwMg t , a .... $ h.y ., .F ..ist•, ,. .......,...r...n r d .. .,,5 `t� t' -; ,.r ,f• z - - _ r y s:2• i s.A. .4-. ,i+... sa;.. t = . ..,�. , ._.,G t'4r t .-.Y • .'s?�x- .k.�...,k.. --, r •,o-, . u: , ...,,; .., n.. x. e. +sd:,. , ... ,. t'g f ',.x�" �.a%„ �'` .r.;.:..r - <. at," .. t.,., .,.`2 FM1' tR.. ,+. a., +^A- 4. ..1. .. ., w3 • ,..,.- q h y '.:r. : .. ... F e-t s. ,, .,.as , ...»;: .. nY.... .. t.. a'SA 1 '} ": � � .�1_ ��- r r' .t•� _ x p,.s 1=..a .+re .x. 1.,...,..,. ..: •s ra a...: 1, 4'� ..�.. .. .... ,,, _. , ,. ... �.- :... -•:. _,$ .::. ..:.. -.•tom,: F,,....>< . .,,--- �' .w --z.o- .., ._. ,-... , <> :... „ t ,, ..,. - ._,. ",r..'t. „.: - :). ..}?� - .: ,. - H Y' ." t x¢'.. ... .. _ ... -ai. ., .o-.. .1r4..=.. S ,• "„Y�� v' .��. ,4-:i,a. ,�. •,-�d�" a-a S,. X.t.- .,?, �'., .a.s-... �. .:..«._ h, .. ... 'u t,•, ..vr... -- .-,. .:. «, ..�,F xF. .• )�...t..,, ...eyt. .»„ af.r•._. «. n _ r,. :v. ,. .p.-c ... �.._,. . _ '...._.. t,wv •..r .:.'xsFt;,fy.. , x•' .rr t r,r^.5, a:.. ... �'Q i*a i ,s. 4x. � f� t �'i'^F•,('7' ♦e t.�. .`l, � ?k, •- , r t s • �,�ry s $ n4/?5/7R nA17 RFTMFIIJQrEMF'NT AGRFFMrl,IT APPROVED COMER SMIRLFY is 6 04/25/78 nA17 COMER gHTRLEYRE7MR(JRfi' MFNT ArVR FMS tJT APPROVF-_D Mi3Cl{,SEF�tFN1 7tirR-F'FF1F(Tr- Fry . I J1=FT t2 Y CR'T- •i 04/25/7A 0817 JFFFRFY BERT L RETMFIIJRSEMF14T AGRFEME 11T APPROVED 04/?.5)78 ()A22 Mt'ETTNCS SMITH -RODI%IEY F - HEALTH DEPT nu/25178 nA?? SMT't'H 1�1�CENEY F�� T�F'7�LT�1 f�FPT�' -M�'�-?`ItJ�S •i 04/25/7A O823 MEFTTIJrS CARRY WALTER MED SERVICES •; _ 04/2_5/78 OAP3 CARR WALTER � MED SERVTCES MEETINGS i _ - m_� � � .. . . . . ., : • _ ._. -_�•�__F -�-�" t: [3TC► . t�E�'3`�'SRV�...�� 04/2..ri/. OF�2 F N R :SA f) A_.. : M n . 5RVS Ff".TTN. S 7A 4 E'. RE. hl R E_ M . : 15S COUJt3 • .. JAMS S . SHt�R IFT' . p4 25/7J31N � ...., , ,. 04/P9/7A OA2F MF�TN JAM=. NFR TFI CRQST LF Y«I KATHRYN 4� SOCIAL AL ry�EFt� f y J S C VICE n4/PS/7R OA?6 CROSc;LEY KATHRYN SOr.TAt_ SERVTCC MEETINGS y H US?Nr, FNT XD VTSO cD, t�tT NxR.�Ci Ta .;�JQSEP RESTc3,JA"rTc3rJ. Q ,, E1. 1�'I.:,,...: RY� I°t Rte" ., ri =. b OUS N L MtENT DV.I>0 Y CAM 4Tl Ef� O4/2S! OA HT.RSCN, OS PH R 'STC3NAT-7(SNr _ . H _E A, ...::. , ... .....:.... .. .::. y., ,''. t. D Ja AP T M d 0 a ,. U RF LN TED ... 4 J7.A -.. .. Y. .r.. .. . .. r ... !x'-L. ..... . .. ,.... .:�. w. aRr 4 .... .. _ ..3 -.. . . � . . , . .Aad A. 4 , ,. .. ,A�, : x _ — J "Y. FOR TTOKJ _t MT . 5. n / nt 1�m1t� °N � Il RF�arrNTt='rJ � � c € A ,5 44/25l7 n�?A LOCAL' 'Afi -NCY FOaM TTON. COM ILSSTOt�1 HAS t LTTNf?, tJt� - ` REAPPOIOTFD A ,. _ .. E, A, _ n4/25/7R '' OA2A HASSELTTNE Sl)P REAPPOTNTt:R LOC'A4. AGENCY FORMATIO14 COMMISr,JON �. .' , ._ _ - .15 _ ... _.� :.. ,, 9 �T -R. � flt�R M. ,' �NiF t�M .. ... _ _ 07� .2w R�'"-t7R?.. GF ,SF,; R . :a, A 1V .EN ,.. K 1 r�4/? 178 oAa.9: O !Cl_FY ur�.r�N SCMbf3L [7TST CFTA T I PSE PROO AM Ab1ENDP�F tJT 04/09/,7A,-;,: h93O (3dTAR[i A TMf RVMTS HANDTCI�PPE�)<"'Ar~t".ESS ACRMT APRVD VARIOUS::COUNTY FACTLITIES CON;IILT7Nf SFRVTCFS • �. _ , CCJtJTY FAC I L 1fiI)i -�7:f5FL;TICfiIi �; mil~RV1 CCAS ACZI) �l IMPtVM '7 HAI`Jl) CAPf��:l) AGS F�+',�►AGrtM flPt;Vn 04/25/7A OR44 F1Fn TNTFRVFt-JTTOI,J Q TFRMTNATTON .F,MPLOYMFNT PROCFFDTNA) REL/,_ MILES PHYSTCTAt! RICHMOND CL1tJTC i 04/2..5/78 OA44 /TELL. MTi,FS, - PHYSTCTAN � RTCHMONn CLTHIC: RF10 TNTFRVEPJTTOl'1 - TERMTWATTOIJ FMPI OYMFN � PROCFI DTt-JG _ _ __,7_ ..._._.. _ �. 47 77 R ISJ3r+l� . RRnP R'fY l'A 15 �. . iA.';(�Ak :�� 1FNT_. _0 RRE h1TlCOt7 : 'ALTM CF'N'[.F(�. �fi' Li"'S:abR ,n4/2.5/7A oA4h ARFNTWOOn ;'NFALTH CFh1TFR,`<� CTf.1..F5*OR PRO ERTY; LEASFD 1i A OAK ST PIRFNTWOt�17 • . - , p •- ()4/25178 ' nA52 PRARFRTY.'LEASE() - ,2<53 CONCO tD F LVn CONCORD PHOENIX PROGRAMS LES"IOR � n412?h/`77�1 F7R5� PHOFN i X PROrRAMS - LF �t)FF Pi20PFR"PY�L'�`A-�1:�1...� n4/2,fi/7A' OA98 PROF-iFt3TY' LFA,SF.D 3A30 SAN PARLO DAM Rn-EL S�OnRANTF nljFr7LL JOSEPH A 04/25/78 WA ntIFFFLI.: JOSEPH A PROPERTY LEASED � 3630 SAN PARLO DAM PD-FL SORRAWTt" - N AY' IV N L?.. t 1 Y_. K;l7r5':, 3 3 0- < i�T p7i C0 t5'AT�t 5!) 1"t Ti~ a Tt X E RTt ERT �C "a A . p p b . 3 0 SA PATI 0 ;D MRD E ., SOHfiiA *l ' O TY L 5!w A .. G N P ER N O 58 OY T _ p. A. L. ..., aOR MA I 7_ L I VA ORE htc/ P OIC RTY.,L S .D.., ?1,;t"SCOR �T_. R.. _NE 1EL GG S R Y F -.. :� A,. . ttAs a. R_ ,is , �A � .. . . . R ., '�, � ,,_ , _ :S" L R," _ _ . . , :: _ ._p. t `�t 1`` t A � . F `Nf� '`CE R ! Otf/2 /78 OA61 PROPERTY L.EAc;Kn, � A?.1 F'SCORAR ST � MARTTNF7„ AIELLO SALVADORE � ROSE �*. LES' OF; Tar r ; fl4/PS/7R 08A1 ATFLLO SALVADARt» CHOSE .. LESSOR PRORFrRTY LEASED �_. $21 F'SCORAR ST � MARTTNF7 <s� t: r-- - •7� r LUCT d' T S ! _ . 7wiVlR , P Y ""'moi?1,"I"' . ,. . , A NE7.�" , , ,R � t=T'� Ti . . . >?. : .A,, /TOP t�'A�t" , ,. ,._ '"�T .TtTT , : , ,.. F. AN � '....�...,`�-[1:. i`iT7 ..,."t?-A"i"�i.. ER'1", y1, . . a_ ,: , n, ,.. ,. ..._ _ .._ . ,. -,,. : �. , SSR . , T , ;. : P_OP T. _ S p , 82.1 f ORAF2 S MART THE , t. .. ,,,. J O. F CFS.: I Q I� R._...E' LE !~ E T _ 04/2S 7 0861 L GZ R E 4 1„E T2._. R.,Y, .4 ,,...,..,_ .,.. h. ..,,, _ , ., : S _ .,X 1JSTON ?9 V.D MONb SMTTN°.WTL �T C '. :N, CTFJD Y 4 - A h P fl 1..E „C_-F T O ,,CUT.TIN .. N. RICE! AM A C). /25/T O R PFt1tTY �-_ _ , I t,,, _m . tl4/2�i/7A �nAt��__.� �w_SMtTFtwTLAMC-V7 `t�iJCTNQA __ _ �._:�_____ ___ _ -.._PRoPERTY�>;EASEE"XTFRrJSIOrr2910µ Ct7TT7r1G gTVR=RTCHMOrJt µ� '�: �. f n4/25/78 0967 COMMIINITY �DF'VFLOPMFN�IT 'RLOCK .GRANT 4 FY 78/79 HOIJSINc; • n4/2fi/7A nA67 HOUSING COMMUNiTY Df+VELOPMFHT BLOCK GRANT - FY 78/79 : - 9 . _ C , G PtJFiLIC ,WO 5 .. _. _ _n4I 7 R Ofd TY Sr ,"'",yTE 1. 7Ti -B. , H ATS .... . TR1= ._ H R RR< _ R FR .. FI', , . , _.,TS M' �`_..'_7" 7tT .F � , _, , •�:, Nt; t : , P OPERT= Sll P IF'R _1.9 , RT CNMAtJ TITRE CHA_ t2 04/ .5/7A n878 P JBLIc . Wc�RKS. _,., R Y R .L 7� F ",.- ".04i, P F'._ Y:. C(J11I. "T: T.a7N a 1.97.6;:H SCHM N::TIRE C ,.ANGER. . CG LR PR TFC . ,+l_., ,2 /7-A nA7 RA EfT A.,, T �, A._ , : :. ...F . i ., __ _ il4/2!5?'TA " i7a7RY__._'_ F7RF'PROTF TTtSt�r" <. 4� _ __.M .._�_ __ �._. PRt?�t=RTY A�75I T57TTTt3O, 1�7�__RTSCFiMAtJ�"_TTR.E_._ONI1t�I F� _ .<._u__ t 04/2,5/7A OR7R TAX COLLFr.TTONS ALLOCATED LIVESTOCK HFAD ,DAY TAX COLI...ECTIOIJ e •' Ott/PS/78 OA79 LIVESTOCK MFArn: )AY, TAX COLLECTION TAX, COLLECTIONS ALI-OCATED o 17 - , 'YG, C70'V 8RA Y ,> ._ ,N,A �C[... 10 V l' •� gRfiO YCiNAG`IO,,,VALL Y -,I~TF3RARY FUNDS. ,,._CHANGE _ : , ..; s IN. , ,Ca .�.T.V.TG c NT .R .. _ OC TQ S C ,..- P : ,QV n f L.QRF. ART _ht+/ .moi . . 881 CL.. I. S RF T . _A TIS t�J F., A „R .,. E _ . _N''1 ..- E .., .!R is CTV��"`'(:`E F CLAt�iS. �2F.C�ATT4`1- O4/??�17Q OARP LEGISLATION SRA? 1 S.ERVTCE OF CIVIL) PROCESca • : O / t2 VT ' OF CTVT PROCF SS 4 ! �' A O8 5 ,R CF 1, .., _ LFf� , o _ 7 . z.SLATTON SF4A.F�1 ---n^^- ^ ., w.... Kr. -: : ... T' w ♦ RY,.. � Q .. -... ,... .... .. ,. .. .. ., .'f s. s, , _� �- .. �. .. ., .g`a -.. - , ..; - : r u"'.:- ._.,w},� .},..u,. ;a�4 `(Axj], r -.. .�"a:� f�k``�`* c. ,.�'e;.. `c�,•.44 '. b 5...., Y", xv_ '��•r''y:.. E. g F _ -, .k, rrx. xM.` n,....a .1<<,-.. -n _. .. ,.• ., .,. ... . a< :P. ,. ,. s,..... ..$ r,:,.r-. _. , , :. .: f ' r, Us�� ::+�.i:„Fx-:3. x . , .. ., :. .i ,_. ._ .,:_, . : o,.. -y r 4�.' .. ..e.R •.3a .. : , ...: ., v 'k : f. :a- >a--e. :.1 7 ,�k. : v .. . . a ... .ry •,... ,:�. t:- d,a M -.. J. r,. .. - •yy^. Y .t;Xi1. ',SY , ,.. L.,.., _. ..a ,,,.. .-,.� z ?- F_>. 1 d ''x . .. ,. -....,. ,.-, c .., ...,, a, , �.,5.e.+. 2' , , a{ -B.•Sda..f �i a -f..., a .. - .��,. .. , > . .. l r, ,.... K. •...2" , 't.x :4x3 - ... .. 4--�-;1, . .k ,"+e , :-s-: r, ,.. <........, q.w ,.,. ..�.�r`t....._ � , i- , .'. -:a.. x.... ... .z r '.T.> .. , . 4.: :..:.v,1,,, _ .,,. >• �..� .r' :-.+ .-r ,S`d? t 4, sti. _,�; i-C _r ..,�} e:ra.?.er.` ,. •7i ,. S^ �: 'A.'..0 v..i` },t�Y`t^. -- .dl'.' - "� dE+. rS;R;t' y�. �f`�'��s,f1'ti�.:'�X�$'x>��`r. ,,:�-sr�r.., „ z^3.- v..a .. f n. , ,, r `� _c.^ ,,r r c 3•', � ,. ..� •., " .K ..: .� .,�,yr;,tri ,3;�. �y,"'a.. ,N,�'`:,..,��• s .n iz 04/25/78 0AA5 FAST RAYIFMFRr, MFD SER RFGTON GOVERIMIG RD KEITAY, 50P. REAPPOTHTED n4/25/78 OAAS KFNHY -, SUP - RFAPPOTNTFr) EAST, BAY EMFRG MFD rER IiFGTOIJ r7OVFRVJlll(; RD --04'/2'i/7FV---0995-----FAST R Y SOP _W_RE__APFTGTtJTEDi-_ -A le ei", 04/25/7A 0 A 891 8orrFcs sup, RFAPPOT.NTEr) F AST,BAY. EMFRG MFD SER pFrtON GOVERIJUIG BI) 04/25/78 (MRS FACT RAY FMERG :MFD :SFR RFGTOIN GOVERIATNG RrjHASGELTTNF ';UP RLrAo0OIlJTFl) PF_rs101TM TIC RCS A 04/25/78 08A6 PTVFRVTFW rTRF PROTECTTOH DTSTRTCT 8n OF COM WHATLEY MELVTN RE G T GI JED 04/75/7A 08A6 WHATI.FY MFl.VTN RFSTGNFD RTVFRVIEW FTRE PROT -CTTot,j r)TSTR POT , JCT RD OF COM -LTV P7WROLM; -Z--fl I E S AD �-CLOS HqLFS SAttRAMON 6A97 N" PFTPR ROAD�6 4 2F n SLjr) EPA _A ST ` , , 4 - I. r7. YDR Q 0 A (;I-t E RO Y TACLATM RF , TO 04/25/78 0AA9 PURCHAGF . ORnFR APPROVEr) J014ES 0 C & SONS DEVF,LOPFRS CONTRACTOR 04/25/7A 0AA9 JONFq 0 C A SONS D F V I-F L o P r�.R S CONTRACTOR PURCHASE. ORDFR - APPROVED _Vff R_ATUA_efr,_* U'2 A 7 IT R w Vn A I NA'6 N, fa Ts ' 4LNi jf Slj 50 'C S 28 T 0 1�E c - A DTT_ or, Ar,,T E , T_"T T M F. A. F:i',C 4PPRVD' 5' Two 'V�'�'.:V, _5F '�JT RIL I CT� J F-S. blAl P -toW DMF R Er, 04/9' .5,/78 0993 STATE nFPT .OF� 'AQTNG CONTRACT :AMF-NDMFNT APPROVED ASINA�. OFFICE �OF, FUNDING- AlJDTT TT OF• n4/P_5/7A,-, 0A1913 AGINA 0FrT&, OF :�FUNDTNG'. .:Atjr) STATE (%PT AG 11,4t% -ONTRACT AMF140MENT APPROVEr) nPPT,,�� ADMFtAT AP bVED_` 0 t4tRA TA b CT,:, AMEI 14 'Y -14r 'A S-F p m FF ,..OF'".. Ti Z' (IDT-T. CF-ON n4/2517R' N-A ST &.�,T r -1 CE 0 61 1 OF PR I �v n. Y A b&AMAT*O;4'r -' _GUN DAY . :,801 7 Ilt 1--r)A Y 04/29/7A OR90 COMMIJNTTY PARK NO I PHASE 1A DANVTLL.E AREA CSA R-7 APPRV ADnFNDUM WO 1 TO CONTRACT 04/25/78 OR99 CSA R-7 - APF ADnFllJDlJM NO 1 TO CONTRACT COMMUNTTY PARK 1,10 1 PHA!7)E IA DAl\JV ILLS ARTA A, A 7 W 7'MA --------- '�,APP n4��? OroR'AM WO 97,9 ALLOC ON' I VOCATTONAL FDQ0ATT,0N: �PR. �T,T- 'or r 'V 'rOSTFO ,,PA!31-:IAT, r7r)tJtAt,T N':&- T Al 14' A 0 ;1'11�G ORTFWTATT011. 3 N ()4/25/78,'� 4 ....TRACT.: RO_F PROr -CONTRACT- PPR`OVED"----'- NT-- ------ sp TFS'c,-'BOFRMF --r' 04/Ps/7A 0907 ';TFWART PAUL - CONTRACT APPROVED SECOND YEAR rVALUATIO0 - COMMUNITY DETFIJT'TOI,l PROJECT 04/25/78 0907 SECONn YEAR FVALWATTON COMHUNTTY nF-TFNTTOI,,J PROJECT STEWART PA!)L - CONTRACT APPRovEn 9TFR90VERNMFNTA �APP`R`Vl)__"_` C FT'�'-,P RIOQRAM,9��'�7COFIS 75 FRYTCI�577 ...... "T f T P; � ,TFFRGOV, ERN EN AL ;T' CON9 N M , T' RVEF JEC T -HEA,� -401+ VER BAL T H 0 M H A R IN110 __VF TRATNING N NGN BAE T OS JTitk&"� q. _b�b AL MME E -it P 9�'7 A nQ40_ BRYAN MURPHY 'ASSOCTATFS TJNC 293-77-CONTD HFARTN(;l SAN 'AAMOO. - KTLPATRI,CK dAMEr, C' OWNER A S!I:,OCT ATFS:,'l I NC. -r77-CONT n HEARtNG O4/25/7A ()q4n 'SAWRAMON K-TLR ATRT,CK. JAMES COWNER BRYAN�.&�"MIJRPHY _R93 �7 T_ ItorrNT 'Y p�7 "'AW T N r), T T T T T T T T T T T T T T T T T T T T T T T T T T T T T 4-/05' nL 09 R T" T ji. 7A Z'� TCES�_' Of'- i',F.TX�:'T'x ME:� PORTATTOIC.��, _RY --7RXN T ON,: R, AG_NT 114/2,9/78 09-90 ' MENTAL.'HFALTH':PR6GRA�M' TRANSPORTATTON, SERVICFr, BIDS FTX TIME 5, ,FOR RF. TARDEn- ADULTS .04'/29/7A 0 9 Fi 01 TR A NS PORTA T,T0N SER V.TCES; RTDS -,,FTX .TT.ME MENTAL HtALTH PROGRAMS POR RETARDED ADULTS -7:-PF 77� -'S- -ART 10 E, AL 69 1" JtCTANS' -w�'RElMRURqEMRNT.",R 1, 0 4'� 25 G PTNO�:JFCH[ C TO RA ROP BERTS��'VKRNE ` AT L -CIO -P. 0 MMT t*/?,9/7A n9ti.3 ADJOURNED Tia MFM OF EVANS :BERt4lF tory ! 04/P5/7A 0 3 FVANC; nFRNTF ADJOURNED TIA MEM OF M70F77 '77 777 77:77 777"'= Wr 5: 1.SON,`f AN,, 0 NF 09 3 A UR _4 72A.� % F Y Ot 114 ,MF.M-;.,o fl ps w *4 UlHIA 4 F E. Ro 4 78 V7 PA LT T F N A A 6 6 E EL WAS s TON p -"IT T_ n o MEM 0 1 WAX N 14 , g -�kg'i� -�mg* �77-7= 2- g li el, g '.K� M "'&e The following are the calendars prepared by the Clerk, County Administrator, and Public Works Director for Board consideration. i 00001 JAMES P.KENNY.RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS ROBERT I.SCHRODER 1ST DISTRICT CONTRA COSTA COUNTY CHAIRMAN ERIC NANCY C.FAHDEN.MARTINEZ H.HASSELTINE 2ND DISTRICT VICE CHAIRMAN ROBERT 1.SCHRODER LAFAYETTE AND FOR JAMES R.OLSSON.COUNTY CLERK 3RD DISTRICT SPECIAL DISTRICTS GOVERNED BY THE BOARD AND Ex OcFIC10 C:ERK OF THE BOARD WARREN N.BOGGESS.CONCORD MRS.GEEi ALDINE RUSSELL 4TH DISTRICT BOARD CHAMBERS.ROOM 107.ADMINISTRATION BUILDING CHIEF CLERK ERIC H.HASSELTINE.PITTSBURG P.O.Box 911 PHONE(41 5)372.2371 5TH DISTRICT MARTINEZ CALIFORNIA 94533 TUESDAY APRIL 25, 1978 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. Award of Service Pins . Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator. Consider "Items Submitted to the Board." Consider recommendations and requests of Board members. Consider recommendations of Board Committees including Internal Operations Committee (Supervisors W. N. Boggess and J. P. Kenny) on: Reorganization of Community Development Block Grant Program (deferred from April 18) ; and Assembly Bill 568 relating to modification of age 65 mandatory retirement requirement. 9 :45 A.M. Executive Session (Government Code Section 54957 .6) as required or recess. 10 :30 A.M. Hearing on proposed abandonment of a portion of drainage easement, Lot 38 , Subdivision 4496 , Danville area; County Planning Commission recommends approval. 10: 30 A.M. Hearing on proposed reorganization of Vine Hill Way Sewer Boundary, Martinez area. 10 :35 A.M. As ex officio the Board of Supervisors of the Contra Costa County Fire Protection District consider consummating sale of surplus County property (excess portion Station 5 , Boyd Road) to Pleasant Hill Redevelopment Agency for $139 ,750. 10 :35 A.M. Hearing on Federal Aid Urban System Project Priorities for the San Francisco-Oakland and the Antioch-Pittsburg urbanized areas. 10:45 A.M. Presentation by Mrs. Dorothy Headley, Mt. Diablo Peace Center, on proposed Transfer Amendment to the federal budget for fiscal year 1979 . 11:00 A.M. Hearing on recommendation of San Ramon Valley Area Planning Commission with respect to application of Land Factors, Inc. , 2205-RZ , to rezone land in the San Ramon area. If approved as recommended, introduce ordinance, waive reading, and fix May 2 , 1978 for adoption. 11:00 A.M. Hearing on appeal of Bryan & Murphy Associates , Inc. from Condition 2B imposed by the San Ramon Valley Area Planning Commission in approving Minor Subdivision 293-77 , San Ramon area (continued from March 28) . 11:10 A.M. Hearing on appeal of Erma D. Moura, owner and applicant, from San Ramon Valley Area Planning Commission denial of application for Minor Subdivision 247-77 , Tassajara area (continued from April 11) . Board of Supervisors ' Calendar, continued April 25, 1978 ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 6 : CONSENT 1. ADOPT the following rezoning ordinances (introduced April 18, 1978) : No. 78-28 Raymond A. Vail & Associates , 2207-RZ , East Antioch area; and No. 78-29 Frank P. Bellecci, 2208-RZ , Knightsen area; and Wesley & Mary K. Gray, 2219-RZ , Knightsen area. 2. FIX May 30, 1978 at 11:00 a.m. for hearing on recommendation of the San Ramon Valley Area Planning Commission with respect to application of Daniel Ostrander (2171-RZ) to rezone land in the Alamo area. 3. FIX May 23, 1978 at 11:00 a.m. for hearing on appeal of Santa Barbara Savings & Loan from Orinda Area Planning Commission denial of L.U.P. #2244-77 to establish a temporary savings and loan office in the Orinda area. 4. INITIATE proceedings and fix May 30, 1978 at 10 :30 a.m. for hearings on the following proposed annexations : American Standard to City of San Pablo; and No. 78-4 (Pleasant Hill BART Station Area) to County Service Area L-42. 5. PROCLAIM April 30 - May 7 , 1978 as "Soil Stewardship Week. " 6. DENY the claims of Marie L. Brey, Richard W. Cox; the amended claim of Delores E. Longly; and the application of Ronald Lopez to present late claim. ITEMS 7 - 22 : DETERMINATION (Staff recommendation shown following the item. ) 7. MEMORANDUM from Executive Officer, Local Agency Formation Commission, advising that the membership terms of Supervisors N. C. Fanden and E. H. Hasseltine on said Commission expire May 1, 1978. CONSIDER APPOINTMENTS (carry over item from April 11) 8.. CONSIDER appointment of three local elected officials to the East Bay Emergency Medical Services Region Governing Board. 9 . MEMORANDUM from Director, Human Resources Agency, requesting that the Board on April 25 consider nomination of ten consumer representatives for submittal to the Joint Powers Governing Board of the Alameda-Contra Costa Health Svstems Agency, from which the Governing Board will appoint seven members to the Governing Body. CONSIDER DESIGNATION OF NOMINEES 10 . LETTER from General Manager, East Bay Regional Park District, recommending that the Board nominate Mr. Jim Cutler, who has been serving as alternate for Planning Director A. A. Dehaesus, to fill a vacancy on the District Park Advisory Committee. CONSIDER DESIGNATION OF NOMINEE Board of Supervisors ' Calendar , continued April 25 , 1978 11. LETTER from Mr. D. W. Pogson, Consultant, Senate Rules Committee, inquiring as to the Board's position on Governor Brown's nomination of Ms. Cynthia M. Kay, Mr. Hans Schiller, and Mr. T. S. Price as members on the San Francisco Bay Conserva- tion and Development Commission; nominees require Senate confirmation. CONSIDER WHETHER TO SUBMIT RESPONSE 12. LETTER from Mr. Nick Rodriquez, Past Chairman of the Contra Costa County Community Development Advisory Council, requesting that said Council be reinstated to provide input for on-going projects pending reorganization of the Community Development Block Grant Program and the formation of revised citizen participation groups. CONSIDER IN CONJUNCTION WITH SCHEDULED REPORT OF THE INTERNAL OPERATIONS COMMITTEE 13. LETTER from Executive Coordinator, Union of American Physicians, on behalf of Dr. Miles Bell, requesting that the Board inter- cede in termination of employment proceedings with respect to said physician. WITHHOLD ACTION; AND ADHERE TO APPLICABLE PROCEDURES IN MEDICAL STAFF BYLAWS 14. RESOLUTION adopted by the Governing Board of the John Swett Unified School District (pursuant to Ordinance 78-10) which requests concurrence in its findings that conditions of over- crowding exist in the elementary schools within said District. FIX MAY 16 , 1978 AT 11:25 A.M. FOR HEARING ON REQUEST 15. LETTER from Superintendent transmitting resolution adopted by the Byron Union School District Governing Board ( pursuant to Ordinance 78-10) which requests concurrence in its findings that conditions of overcrowding exist within said District. FIX MAY 16 , 1978 AT 11:20 A.M. FOR HEARING ON REQUEST 16. MEMORANDUM from County Health Officer recommending approval subject to conditions of the request of Duarte Hog Ranch, Martinez area, for permit to transport refuse over -&-he streets and highways of the County. GRANT PERMIT SUBJECT TO CONDITIONS SPECIFIED 17. LETTER from Brentwood City Administrator advising of the vacancy of City representative on the Overall Economic Development Program Committee and nominating Mr. Douglass W. Hanner to fill the position with Ms. Barbara J. Guise as alternate member. ACKNOWLEDGE RECEIPT OF LETTER; CONFIRM VACANCY AND APPLY POLICY ON APPOINTMENTS 18. LETTER from Mayor, City of Antioch, advising that Mr. Melvin Whatley has resigned as a Commissioner of the Riverview Fire Protection District and recommending that Mr. Walter K. Pierce be appointed to fill the vacancy. ACKNOWLEDGE RECEIPT; ACCEPT RESIGNATION AND APPLY POLICY ON APPOINTMENTS 19. LETTER from League of Women Voters of Diablo Valley expressing the opinion that the Human Services Advisory Commission should conduct the study of county health care services rather than the County contracting with Dr. P. F. O 'Rourke. REFER TO COUNTY ADMINISTRATOR FOR RESPONSE 20. LETTER from Mr. Gerald Dacus, Dacus Development Company, requesting that the Board authorize full, rather than partial, refund of building permit fees issued for Lot 43 in Tract 4086 at Discovery Bay. REFER TO DIRECTOR OF BUIyDING INSPECTION FOR REPORT Board of Supervisors ' Calendar, continued April 25, 1978 21. LETTER from Director, Vocational Education, California Employment and Training Advisory Office (CETA) , advising that the county Vocational education planning allocation from the Governor 's Special Grant (5%) funds for fiscal year 1979 is $141,010. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY 22. LETTER from Secretary-Treasurer, Central Labor Council of Contra Costa County, stating that the Council voted to condemn the Board of Supervisors for allegedly forcing the Fire Fighters to accept a contract after agreeing to fact-finding. REFER TO DIRECTOR OF PERSONNEL FOR RESPONSE ITEM 23 : INFORMATION (Copies of communication listed as information item have been furnished to all interested parties. ) 23. LETTER from State Senator John A. Nejedly recommending that James M. Rodriguez, D.D.S . , be appointed to the Governing Board of the Alameda-Contra Costa Health Systems Agency. Persons addressing the Board should complete the form provided on the rostrum and furnishthe C er wi a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 :00 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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. Fenny) will meet on the 1st and 3rd Mondays of each month at 9 :30 a.m. in the Administrator 's Conference Room, County Administration Building. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . NOTICE OF MEETINGS OF PUBLIC INTEREST (For additional information please phone the number indicated) San Francisco Bay Conservation and Development Commission lst and 3rd Thursdays of the month - phone 557-3686 Association of Bay Area Governments 3rd Thursday of the month - phone 841-9730 East Bay Regional Park District 1st and 3rd Tuesdays of the month - phone 531-9300 Bay Area Air Pollution Control District 1st, 3rd and 4th Wednesdays of the north - phone 771-6000 Metropolitan Transportation Connission 4th Wednesday of the month - phone 849-322; Contra Costa County Water District 1st and 3rd Wednesdays of the month; study sessions all other Wednesdays - phone 682-5950 •r OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions April 25, 1978 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS 1. Reclassification of positions as follows: Department From To County Secretary I Secretary II Administrator 101 2. Additions and cancellations of positions as follows: Department Addition Cancellation Auditor- 1 Assistant Law -- Controller and Justice Systems Director- Project 1 Systems Accountant-Project -- 2 Program Analyst -- EDP-Project 2 Programmer II- Project Planning 3 Planner I- -- Project Probation 4 Deputy 4 Deputy Probation Probation Officer III-Project Officer III 104, 105, 107, 108 II. TRAVEL AUTHORIZATIONS 3. Name and Destination Department and Date Meeting (a) Rodney F. Smith, Las Vegas, NV American Society Ph.D. , Health 5-14-78 to 5-19-78 for Microbiology (time only) Annual Meeting To: Board of Supervisors From: County Administrator Re: Recommended Actions 4-25-78 Page: 2. - _ II. TRAVEL AUTHORIZATIONS - continued 3. Name and Destination Department and Date Meeting (b) Walter Carr, Reno, NV Rocky Mountain Medical Services 5-4-78 to 5-6-78 Conference of (time only) Parasitologists (c) Sandra Fender, Seattle, WA Workshop in R.N. , Medical 5-3-78 to 5-5-78 "Developing the Services Nurse Manager" (d) James Cowger, Reno, NV InterRational Sheriff-Coroner 5-2-78 to 5-5-78 Association of Identification Officers Seminar (e) Kathryn Crossley, Vancouver, B. C. Annual Conference Social Service 5-15-78 to 5-20-78 of Association of (time only) Family Conciliation Courts III. APPROPRIATION ADJUSTMENTS 4. Bay Municipal Court. Appropriate $1,070 for office equipment. 5. Internal Adjustments. Changes not affecting totals for the following budget units: Assessor, Human Resources Agency, Public Works, Mt. Diablo Municipal Court, Auditor- Controller (Data Processing) , County Library, Contra Costa County Fire Protection District, Moraga Fire Protection District. IV. LIENS AND COLLECTIONS 6. Authorize Chairman, Board of Supervisors, to execute Satisfaction of Liens taken to guarantee repayment of the cost of services rendered by the County to the following individuals who have made repayment in full: Susie Nunally, Shirley Comer and Bert L. Jeffrey (2) . 7. Authorize Chairman, Board of Supervisors, to execute Satisfaction of Judgments taken to guarantee repayment of the cost of services rendered by the County to Lucinda Williford, who has made repayment in full. To: Board of Supervisors From: County Administrator Re: Recommended Actions 4-25-78 Page: 3. IV. LIENS AND COLLECTIONS - continued 8. As recommended by the County Lien Committee, authorize the County Auditor-Controller to accept compromise settlement amounts due the County for David M. Filoomeo and Jerald Bishop. V. CONTRACTS AND GRANTS 9. Approve and authorize Chairman, Board of Supervisors; to execute agreements between County and agencies as follows: Agency Purpose Amount Period (a) State of Contract Amendment -0- Period California to provide for ending Department State rather than 9-30-78 on Aging County expenditures (3 contracts) (b) Bobbie Foster parent $30 3-15-78 - Spiess training 6-30-78 (c) Professional Provide written $300 5-1-78 - Examination - test material 4-30-79 Service (d) Charles M. Mental Health $550 4-30-78 - Moselle staff training 7-9-78 (e) Paul Stewart Probation Dept. Not to 4-1-78 - Community Detention exceed 5-31-79 Project Evaluation $8,000* * (10% county funds) (f) Intergov- Consultation and $85,000 1-24-78 - ernmental technical assistance 9-30-78 Management to the County Man- Development power Program Institute (g) State of Amend WIN-COD-OJT $145,544 12-1-77 - California Contract 1-31-75 Employment Development Department To: Board of Supervisors From: County Administrator Re: Recommended Actions 4-25-78 Page: 4. - V. CONTRACTS AND GRANTS - continued 10. Amend March 28, 1978 Board order authorizing execution of Subgrant Modification Agreements with 29 CETA Title II PSE subgrantees to increase the allocation of funds to the Oakley Union School District from $34,460 to $55,512 for the period ending September 30, 1978, as recommended by the Director, Human Resources Agency. 11. Authorize Director, Human Resources Agency, to execute Subgrant Modification Agreements with 21 CETA Title II PSE subgrantees, effective February 15, 1978, to add one additional PSE participant for each subgrantee in order to ensure maximum use of fiscal year 1977-78 CETA Title II funds. VI. LEGISLATION 12. Establish County position on measures pending before the 1978 session of the California State Legislature as follows: Bill Number Subject Position AB-2565 BART service to East County. Support SB-881 Transfers the responsibility for Oppose, (Dills) the service of civil process from unless the Sheriff to the Marshals of the amended to municipal courts. provide for local option VII. REAL ESTATE ACTIONS 13. Approve Relocation Assistance Claim form, dated April 18, 1978, from Martin Flores for relocation payment; authorize Supervising Real Property Agent to sign said claim form on behalf of the County; and authorize the County Auditor- Controller to issue a warrant in the amount of $450 payable to Martin Flores. 14. Authorize Chairman, Board of Supervisors, to execute a month-to-month Rental Agreement between County and S. C. Bellecci, et al for premises at 821 Escobar Street, Martinez for continued use by the Planning Department DIME File Project. To: Board of Supervisors From: County Administrator Re: Recommended Actions 4-25-78 Page: 5. VII. REAL ESTATE ACTIONS - continued 15. Authorize Chairman, Board of Supervisors, to exercise the option to extend the lease with William and Lucinda Smith for a period of two years under the same terms and conditions for continued occupancy of 2910 Cutting Boulevard, Richmond for use by the Medical Services Methadone Clinic. 16. Authorize Chairman, Board of Supervisors, to execute' one year lease at rate of $180 per month between County and Brentwood Health Center Committee, Inc. for the premises at 118 Oak Street, Brentwood for continued use by the Health Department. 17. Authorize Chairman, Board of Supervisors, to execute month-to-month lease between County and Phoenix Programs Inc. for premises at 2253 Concord Boulevard, Concord for use by the County Hospital Continuing Care Program. 18. Authorize Chairman, Board of Supervisors, to execute Amendment to Lease for lease dated December 21, 1971 and extended Aril 5, 1977, between County and J. A. Duffel, et al nor premises at 3630 San Pablo Dam Road, E1 Sobrante for continued occupancy by the Social Service Department. VIII.OTHER ACTIONS 19. Approve allocation by the County Auditor-Controller of livestock head day tax collections for the period July 1, 1977 to December 31, 1977 in the total amount of $3,894 .44, pursuant to Section 5601 of the Revenue and Taxation Code. 20. As recommended by the District Attorney and County Auditor- Controller, authorize relief of cash shortages in the Change Fund and Revenue Fund of the Ygnacio Valley Library in the total amount of $32.85, pursuant to Government Code Section 29390. 21. As recommended by the County Auditor-Controller and Public Works Director, declare one 1976 Bischman 931 A truck tire changer (Serial 1#6929, County Property =94595) surplus to county needs, and authorize the Purchasing Agent to arrange for sale and transfer of said property. To: Board of Supervisors From: County Administrator Re: Recommended Actions 4-25-78 Page: 6. VIII.OTHER ACTIONS - continued 22. Authorize Chairman to execute Certificate of Compliance to U. S. Department of Housing and Urban Development and send letter requesting release of funds for Fourth Year Community Development Projects, .as recommended by the Director of Planning.. 23. Authorize reimbursement of costs of rain gear to certain employees in accordance with memoranda of understanding, said authorization correcting reimbursement rates previously set. 24. Reallocate the exempt class of Superior Court Administrator- Jury Commissioner from a flat rate of $1,866 per month to five-step range, level 468 ($1,535-1,866) per month. 25. Authorize Director, Human Resources Agency, to develop and release to the public appropriate competitive bid materials for the Social Service Department contract which provides transportation services for mentally retarded adults attending sheltered workshops. 26. Adopt resolution declaring the mor.`h of May, 1978 as the "1978 United States Savings Bonds Enrollment Period for Contra Costa County Employees" in support of the 1978 U. S. Savings Bonds campaign. 27. Authorize Chairman, Board of Supervisors, to execute and submit to Community Services Administration a Grant Application in the amount of $12,070 and an Agreement for Delegation of Activities for the continuation of the Summer Youth Recreation Program; program will be administered by the County Superintendent of Schools during the period June 19, 1978 through September 30, 1978. 28. As requested by the County Probation Officer, introduce an Ordinance to change the name of the Contra Costa County Girls' Center to Contra Costa County Youth Center to reflect the current usage of the facility; waive reading and fix May 2, 1978 for adoption. DEADLINE FOR AGENDA ITEMS: WEDNESDAY 12 NOON /�.► 01 � � CONTRA COSTA COUNTY PUBLIC WORKS DEV 3 RTZ•?EN^ Marti=.:z, California Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Depa rtment Agenda for Tpril 25, 1978 REPOgTS None SUPERVISORIAL DISTRICT I No Items SUPERVISOR DISTRICT II Item 1. SAN PABLO DAM ROAD - APPROVE PL: AND ADVERTISE FOR !.YDS - El Sob.rante Area It. is re-c,�:=len ded that the 1--"Gard of Sll:_:.2rvisors ap?ro';e _lans and speci Vic.--ions for tI?_ const-L'CtiJn Or �? trdfflC Slgn .l On San Pablo Dam Roar: at the intersection of Valley Vier Road, ane advertis_� for bids to be received in 20 days, and opened at 2:00 p.r.t. , on Thursday, May 25, 1973 . The Eng _neer's est-'-mated construction: cost is $48,800. This project is considered exem;Dt from Environmental Impact Report requirements as a Class IC Categcrical Exemption under County Guide- lines. It is also recommended that the Board of Sunervise.rs concur in this finding. (RE: Project No. 0961-4411-661-78 ) (TO) Item 2. CENTER AVENUE - APPROVE CONTRACT A.MENDITIENT - Pacheco Area It is ri_::;ommen wed that the Board of Supervisors approve an Aendmen- to Right of T•lay Contract, dated April 1, 1978 , with Gary Hernandz, et ux. , and authorize the Public Works Director to sign said Contract or_ behalf or the County. It is further recomrLiended that the County Auditor be author :-.ed to issue a warrant, in the amount o= $400, pavable to Gary and Elizabeth Ann Hernandez, for d__oaga to landscaping, and deliver sane to the Real Property Divisicn. (RE: Project 1o. 3471-434-2-663-76) (RP) A_ G E N D A Public TtiTO,�.' s Departmant Page of 10 `ICID1, 1978 4-ITSTRICT =II I•cem 3. PINE CREEK - ADOP 1, P-1ESOLL TION OF _-_.'_2- ENT P`:D SET PliBLIC HEARING - I• alnut Creek _---red It is recommended that the Board of Supervisors, as ex ofi:icio the Board of Supervisors o` the Contra Costa County Flood Control and ,•rater Conserva'aon District, adopt a Resolution of Intent, settwng the time and glace for t;:c,_ Board to co,:du,:t a public hearing on Amend- ment No. 5 to the Flood Control Zone 3B AGopted Project. -t is further recommended that the Clerk of the Board be directed to blish the resolution of Intent and to send copies of the Resolution to all cities in Flood Control Zone 3B. The Board on June 55, 1976 authorized the Public Works Director to determine the fear.:i-bility of constructing a ground level detention basin on Pine Creek in the vicinity of Nerthgate High School in Walnut Creek in lieu of the Arrovo Del Cerro single -_)urpose darns. As a re- sult of this study, the Zone 3B Advisory Board on April 13, 1978, passed a motion r-eco=,ending to the Boy _-d of Supervisors that the Zone 3B Adopted Project be amended to include the detention basin as outlined in the Engineer' s Report, hereby submitted for the Board' s censiJeration. (2:00 p.m. , on May 30, 1978 is suggested for the hearing date. ) (RE: Project No. 8286-75,20 - Flcod Control Zone No. 3B) (FCD) ::'='ERSiISORIAL DISTRICT IV Item 4. PORT CHICAGO HIGHWA - EX'=CuTE SII_'.:'- I.1 "BED - Concord Area It is recc_-unc-:-.ued that the Eoard :;f Supervisors authorize the Board Chair-.an to execute Caitclai:a Deeds to Leonard Dahlbeck, et ux. , and James Hemstalk, et ux. , cer_veying a portion of Fort Chicago Highway no longer required for County Highway purposes. The area being deeded was abandoned by Resolution No. 77/923 adopted by the Board on Nove-wer 8, 1977. The conveyance is considered a Class 12 Categorical Exemption (disposal of surplus goverment property) from Environmental Impact Report re- quirements, and is in conformance with the County General Plan. (RE: Road No. 4371) CRP) A G E `d D A Public ,•:r.)rks Department Page 2 of 10 Apr 1978 item 5. GRAY-SON CRSE" - ACC:^_-^' DEEDS - TJ1easa t Fill Area It is recomme_ided that the Boa---I of Superv=._-ors, as ex officj.-:, the Board of Supervisors of the Co:-.',.ra Costa County Flood Control and Water Conservation District, accept, the following Rights of Entry, Right of Way Contracts and Grant Deeds; authorize the Public Works Director to sign said Entries and Contracts on behalf of the District and further authorize the County Auditor- _'ontroller to draw warrants in the amounts specified below and deliver them to the County Super- vising Real Property Agent for payment: A. Right of Entry, Contract and Deed, dated April 13, 1973 , from Jose Carvalho, et ux. Payee: Grantors in the amount of $175. Payment is for 531 square feet of residential land. B. Right of Entry, Contract and Deed, dated April 14., 1978, from Steve J. Beratta, et ux. Payee: Grantor in the amount of $175. Pavment is for 2471 square feet of residential land. (RE: Work 0--der No. 8535-7520) (RP) SZ'ERVISORI?r. DISTRICT V Item 6. SUBDIVIS70N MS 175-7 7 - CONSEN.-' Ti' DE 1C�.r^ ' .�? B�7�'oI1 Area It is recc.ma,end::d th-=t t1-.e Board or Suzervlsars -•Jaive ti-e reales rement for a to Dedication" from the Byron Bethany Irrigation D.s- trict as r(:au4red by Section 94. 4.4'4 of the Subdivision ordinanc: of the Couz,.•`_y of Contra Costa. Tile ovir_er has attempted to obtain: this required consent but has been unable to comply as the Byron Bethany Irrigation District refuses to execute the required document. The lack of this consent will not adversely affect the rights of the County. Owner: Orbrie L. Revs P. O. Box 24 Byron, CA 94514 Location: Subdivision MS 175-77 fronts for 230 feet on the easterly side of T•,as'rir_gton Street and 200 feet on the northerly side of Railroad Avenue in the Byron area. (LD) Ite: 7 . DRAINL AGE -- EXCAVi?='E. DITCH MD TNSTALL CULVERT -- Brentwood Area it is recommended that the of Supervisors authorize the _nstal- lation of 40 feet of 27" x 93" corruaated metal pipes arch and t.1-4-e recj-'aging of 300 Leet of earth ditch along Arder son Lane at an esti- mated cost o; $1, 600. This .;cv ti : ill vra vent flooding of ?rode rsoa Lane and adjacent properties as occurred daring January, 1978 . (RL: Work Order Ito. 4722-'065) (b!} Ar;G E D A { _ _ _ _ 1511, `l Public Works Department Page 3 of 10 April 25, 1978 Ite:a 8. ,=,;,7!n1%7IS1ON 497.7 - 'tC^+_rT_ Alamo :area It is recomr:,ended that the t oa :d of issue an Order stat- that the construction c-)i: improvemcn—ts in Subdivision 4927 has been satisfactor-ily completed. Subdivision Agreement dated: June 28, 1977. Subdivider: George Martinovich 34 Jack London Square Oakland, CA 94607 Locaticn: Subdivision 4927 fronts on the south side of Stone Malley Road and on the east side of Gay Ct. , in the Alamo area. (LD) Item 9. j,-icD USE PERMIT 2173-76 - A1-17-,ROVE AGREE:,INT - Bethel Island Area it is recommended that the Board of Supervisors approve the Deferred Improvement Agreement e:i tai Lars T. Deli n, et al. , and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a cor_:. (tion of approval for LUP 2173-76 as required by the Board or D?;ner: Lars T. Del?n 36 Br,<.admore Ct. San _< ?:ion, CA 01-1533 Location: LUP 2173-76 fronts for 349 feet on the west side of Bethel Island Road, approximately 350 feet south of Sandmound Blvd. (RE: Assessor's Parcel No. 32-082-09) (LD) Item 10. COUNT'' SERVTC*. ';-EA R--7 - PUBLISH NOT T CE OF INTENTION - Sar. Ramon Area It is reconLmended that the Board of Supervisors approve and authorize publication of a Notice of Intention to exchange County-owned p-roperty acquired for park purposes for property of equal value owned by the Roman Catholic Bishop of Oakland, which is contiguous to the County property located in the San Ramon area north of E1 Capitan Drive. The exchange will be beneficial for -zhe ultimate park development in that area. The County-owned property is designated as Assessor's Parcel No. 207-12C-001, consisting of 9.39 acres, and the church-oFmed property is des 1 mated as Asse:,sor's P_.icel No. 207-120-002, consisting of 9.53 acres. (Continued on next page) A G E N D A Public works Department Page 4 of 10 April 25, 1978 Item .10 continued: All costs invc_7ad in the exchange will be financed from County Service Area funds. The Citizens Advisory Committee for County Service Area R-7 concur in the above recommendation. (RE: Work Order No. 5448-927) (SAC) Item 11. CROW CANYON ROAD - PARTIAL ROAD CLOSURE - Sar_ Ramon Area Peter Cole Jensen, Inc. , requests jarmission for a partial closure of the westbound lane of Crow Canyon Road near the Southern Pacific Railroad for the purpose of installing a sewer line and manhole. The partial closure is for the period from April 19, 1978 through May 3, 1978. Prior approval was granted by the Public Works Director in accord- ance with Item 3 of the Board Policy with the following conditions: 1. All signing to be in accordance with the State of California Manual of Warning Signs, Lights and Devices, dated 1973 and the County Manual of Warring Signs, Lights and Devices; and 2. The Contractor shall comply_ with the requirements of the Ordi- nance Code of Contra Costa County. It is recommended that tho Board of Supervisors approve the action taken by the Public Works Director. (LD) Item 12. COUNTY SERVICE AREA R-7 - APPROVE PLANS END ADVERTISE FOR BIDS - Danville Area It is recommended that the Board of Supervisors approve the plans and specifications for Community Park No. 1, Phase 1, 3131 Stone Valley Road, Danville, aad direct its Clerk to advertise for con- struction bids to be received until 2:00 p.m. , on May 23, 1978 . Preparation of plans and specifications was by Royston, Hana_moto, Beck and Abey, Landscape Architects, Mill Valley, California. The Landscape Architect' s cost estimate for the base bid is $280,000. The plans and specifications have been reviewed by the County Service Area R-7 Advisory Committee and the Public Works Department. (Continued on reit page) A_ G E N D A PublicWorks Department Page 5 of 10 Apr,,uQ1 -1978 Item 12 c::~�inued: A Negative Declaration pertaining to this project was posted' Zid filed with the County Clerk on May 19, 1977, with no Protes':.^ �e- ceived. The project has been determined to conform with the - ereral Plan. It is flarther recommended that the Board of Supei.�risors deter- mine that the project will not have a significant effect on '_ !e environment and instruct the Director of Planning to file a Notice of Determination with the County .Clerk. (RE: Work Order No. 5486-927) (B&G) (Agenda continues on next page) A G E N D A Public Works Department Page 6 of 10 April 25, 1978 tr GENERAL I..-em 13. VARIOUS LAND DEVELOPMENT AC^IC'TS It is recommended that the Board of Supervisors approve the following: Item Subd='viSion Cv,.-ner Area Final Map and 5216 Dame' Construction San Ramon Agreement Company Parcel Map MS 144-77 Charles Cunningham Alamo Parcel Map MS 166-77 Raymond M. Deutsch Danville Parcel Map MS 55-77 Charles E. Holman Danville Parcel Map MS 214-77 Gary tiigby San Ramon (LD) Item 14 . ACCEPTANCE OF INSTRUMENTS It is recommended that the Board c . Supervisors : A. Accept the following instruments : No. n-s{-xu_ent Date Grantor Reference 1. Reif i:quish 21—autters 3-4-78 Raymond M. Deutsch MAS 166-77 PL ct1is 2. Grant Deed for revel- 12-13-77 Century homes revel- SUB 4875 opment Rights opment Company B. Accept the following instruments for recording only: 1. Offer of Dedication 3-4-78 Raymond M. Deutsch MS 166-77 J= Roadway Purposes 2. Offer of Dedication 3-4-78 Raymond M. Deutsch MS 166-77 for Drainage Purposes (LD) Item 15 . FAMILY P.?ACTICE CLINIC - ADVERTISE FOR BIDS - Martinez Area It is recommended that the Board of Supervisors approve plans and specifications for the Remodel for Family Practice Clinic, 2500 Alhambra Avenue, Martinez, and advertise for bids to be received until 2:00 p.m. on Thursday, May 25, 1978. (Continued on next page) A G E N D A Public Works Derartment Page 7 of 10 April 25, 1978 Item i5 continued: Preparation of the plans and specifications 4as by Armas Sootaru, Architect, Martinez. The architect's cost estimate is $35,000 for the base bid. This project is considered exempt from Environmental Impact Report requirements as a Class !A Categorical Exemption under Count Guidelines. It is recommended that the Board of Supervisors concur in this finding and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. This Project will be 100% funded by a Bureau of Health Manpower/ Health Education and Welfare Grant. (RE: 4419-4280) (B&G) Item 16. CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT - ADVERTISE FOR BIDS - Cc„_cord Area By action of March 21, 1978 , the Board of Supervisors rejected all bids received for Classroom Remodel at Contra Costa County Fire Protection District Fire College, 2945 Treat Boulevard, Concord, and instructed the Public Works Director to review the rejected bids and make recommendations for further action. The plans and specifications have been revised by the Architect, John C. Wilscn, to red ce the scope and cost of the project; the revisions hnt-e been reviewed by the Fire Protection District and the Public ;forks Department. The Architect's cost estimate, based on the revised construction o'ccuments, is $200,000 . It is recommended that the Board, as ex officio the Governing Board of the Contra Costa County Fire Protection District, approve the revised plans, specifications, and construction cost estimate for Classroom Remodel at Contra Costa County Fire Protection District Fire College, and authorize its Clerk to advertise for construction . bids to be received until 2:00 p.m. on Jure 1, 1978 . This project is considered exempt from Environmental Impact Report requirements as a Class 1A Categorical Exemption under Count;, Guide- lines. it is also recommended that the Board concur in this find- ing and instruct the Director of Planning to file a `notice of Exemption with the County Clerk. (RE: 7100-4698) (B&G) A G E N D A Public V orks Department Page 8 of 10 April 25, Item 17. DETENTION FACILITY PROJECT - APP OVE COAT ACT CHANGE ORDER - Martinez Area It is recon ar.anded i..'.t th_� Hoard of Su^ervisors approve and autho- rize the Public ),,or'_s Director to exec .�.e Change Order No. 6 with M-B Construction; Walnut Creek, Calif-ornia, for Project No. 5269- 926- (44) , Detentior. Facility Structural Steel. The additional work approved by this Change Order is required for the final coordination of the structural steel.with the structural concrete shear walls, as well as other minor charges. The maximum payment authorized by this Change Order shall not exceed $35,369 without author-, zation of the Public works Director. (RE: Project No. 5269-926- (44) ) (DFP) Item 18 . IMPROVEMENTS FOR HANDICAP''_-D ACCESS AT VARIOUS COT-':.TY FACILITIES - APPROt'" aGRZE'-LNT It is recommended t_-at the Board of Supervisors approve the Consulting Service Agreement with 1%%-.:ts Sootaru, Architect, Martin ati for design services in connec.ion t.,i c:z "Improvements for HandicapDed Access at Various Co,.:._^*y Facilities" and authorize the Public Works Director to :sign the Agreement. The Agret_me t provides for pu:rmer_t cz an as-earned basis with a guaranteed na::imum mount of $4 ,000 , which amount shall :rot be exceeded without further written authorization by the Public Works Director. These consulting services are necessary in order to meet the short tine schedule req::fired by the Community Development Grant. This project will be funded with a $40,000 Community Development Block Grant. (RE: 4405-4196, $2, 300 and 0113-4258, $1, 700) (B&G) Item 19 . CONTRA COSTA COTJ:IITY WATER AGENCY - WEEKLY REPORT A. It is requasted that the Board of Supervisirs consider the attached "Calendar of jvater ?eetings . " B. The Delta Water Quality Report is submitted, for the Board of Supervisors ' information and public distribution_. No action required. C. Memorandum Repot on Water agency Activities - No Public hear- ings or meetings were held r'uring t::e _%ast week. (EC) A G E_ N D A_ Public Works Department Page 97 01 10 April 25, 1978 NOTE Chairman to ask for any comments by interested citizens in :_::endance at the meeting subject to carrying forward any particular item to a later specific time if discussion. becomes lengt-hy and interferes with consideration of -other calendar items. A_ G E N D A_ Public Works Department Page 1-0 of 10 April 25, 1978 Prepared by ' Chief Engineer of the Contra Costa County Water Agenc; April 25, 1978 CALENDAR OF WATER MEETINGS TIME ATTE`'-,-..',,!CE DATE DAY SPONSOR PLACE REMARKS Reco nx-: ded .kL:tI::)rization lay 4 -Thurs. San Joaquin 10:00 a.m. Public Advisory Staff Valley Fresno Committee Meeting _ Interagency Drainage Program say 18 Thurs. Hayward 10:00 a.m. Protection for Staff League of San Felipe the San Francisco Women Voters Center Bay-Delta 3058 D St. Hayward :..y 30 Tues. State {Vater 9:00 a.m. Public Hearing on Staff Resources Resources Bldg. Draft Water Quality Control Board Auditorium Control Plan for 1416 9th St. Delta and Suisun Sacramento Marsh and Draft EIR iris ,,r.;4 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 April 25, 1978 REPORTS Report A. BUCHANAN FIELD - AUTHORITY TO LEASE VACANT SITE At the Board meeting of April 18, 1978, the Public Works • Director recommended that the Board' of Supervisors autho- rize the Manager of Airports to solicit proposals for the leasing of a vacant site at Buchanan Field under the general terms and conditions outlined in a separate report which was furnished to the Board on April 18, 1978 . The Board referred this recommendation to the Aviation Advisory Committee (AAC) for review, and at the AAC meeting of April 18, 1978 the concept of entering into a short- term lease under the general terms and conditions described in the report was approved. It is recommended that the Manager of Airports be directed to solicit p-oposals as described in the April 18, 1978 report. (RE: Report dated April 18, 1978) (A) SUPERVISORIAL DISTRICT II Item 1. SLIDE REPAIR - INSTALL HYDRAUGERS - El Sobrante Area It is recommended that the Board of Supervisors authorize the Public Works Director to arrange for the installation of 8 hydraugers between 4178 and 4202 Foster Lane to drain sub-surface water from a slide area. The estimated total cost is $3,200. Work will be accomplished by contractor. (RE: Work Order No. 5818-665) (M) EXTRA BUSINESS Public Works Department Page 1 of 2 April 25, 1978 SUPERVISORIAL DISTRICT III Item 2. SUBDIVISION 5028 - AUTHORIZE PURCHASE ORDER - Walnut Creek Area j In conjunction with the development of Subdivision 5028, transverse drainage is required across Walnut Boulevard" and in accordance with the County's Frontage Improvement Policy this is a County obligation. O. C. Jones and Sons, the Developer's contractor, has submitted a bid in the amount of $3,560. to do the work. It is recommended that the Board of Supervisors authorize the Public Works Director to arrange for the issuance of a purchase order to O. C. Jones and Sons in the amount of $3,560. (RE: Work Order 6121-661) (LD) SUPERVISORIAL, DISTRICT V Item 3. COMMUNITY PARK NO. 1, PHASE lA. - APPROVE ADDENDUM NO. 1 - Danville Area It is recommended that the Board of Supervisors approve Addendum No. 1 to the contract documents for Community Park No. 1, Phase 1A, 3131 Stone Valley Road, Danville Area. The Addendum provides miscellaneous electrical corrections to the plans and specifications. There is no change in the extimated construction cost. (RE: 5486-927) (B&G) EXTRA BUSINESS Public Works Department Page 2 of 2 April 25, � ,8�- THE BOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE S-ECTION 2402.402 IN REGULAR SESSION AT 9:00 A.M. , TUESDAY, APRIL 25, 1978 IN ROO"i 107, COUNTY ADIMI'3IST-RATION BUILDII`iG, I+UARTjNE,7, CALIFORNIA. PRESENT: Chairman R. I. Schroder, presiding, Supervisors J. P. Kenny, N. C. Fanden N. Boggess, E. H. Hasseltine. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk X00'25 Contracts, Agreements, or other documents approved by the Board this day are microfilmed with the order except in those instances where the clerk was not furnished with the documents prior to the time when the minutes were micro- filmed. In such cases, when the documents are received they will be placed in the appropriate Pile (to be microfilmed at a later time) . ORDINANCE NO. 78-28 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 EAST ANTIOCH 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 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 map entitled a portion of the Districts Map for the East Antioch Area, Contra Costa County, Califorinia, insert Map No. 28. SECTION II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby amended by the addition of Subsection 1580 at the end. thereof, as follows: An Amendment to a portion of the Districts Map for the East Antioch_ Area, Contra Costa County, California, insert Map No. 28. 78-28 ; Raymond Vail & Associates, Applicants, 2207-RZ, land located in the East Antioch Area to Single Family 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 same shall be published once before the expiration of fifteen (1S) days after its passage and adoption, with the names of the members voting for and against the same, in ANTmc'u T)ATT.Y T.F.nrRR , a newspaper of general zirculation, 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 25th day of April, 1978 by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, VT. N. Boggess, E. H. Hasseltine, and R. I. Schroder NOES: Supervisors - None ABSENT: Supervisors - None - airman 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 sta, State of California By ;�- ;S. Deputy Clerk Diana M. Herman (SEAL) 2207-RZ Raymond Vail & Associates, Applicants U S A N J O A 0 U I N R I V E R gH Bill ! III .tUW .a NY2 I tli..I LR D•! C I T Y o F ( R-10 I AN TIOCH C I I I I <r.. I T7- HH I A-2 C-M I I I I I R-10) A-2 �I r iR-(01 Y.T wlGw w.r ---- -- II � II A-2 I L-I ANT..-2J A PORTION OF I ERE.. cO IN THAT THIS Is THE MAP AND THE DISTRICTS MAP FOR THE EAST ANTIOCH AREA REFERRED RR[0 TO IN ORDINANCE NO.Tt-h AND IS HERE.. r.00 . PART TNERECF. CONTRA COSTA COUNTY, CALIFORNIA J R.OLSSON. COUNTY CLERK �\/ 1 B* INSERT MAP NO. 28 �.j o2 DEPUTY CLERK fC.aC � r.Er BEING SECTION Sa.SUBSECTION tSBO.OF ORDINANCE NO 332. AS AMENDED BY ORDINANCE NO, F.. 2207-R2�'r'{I. 781 29 WwCN IS THE ZONwG ORDINANCE OF CONTRA COSTA COUNTY STATE OF CALIFORNIA. ue-'y ORDINANCE NO. 78-29 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 KNIGHTSEN 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 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 map entitled a portion of the Byron Division, Sector I, 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 1581 at the end thereof, as follows: 78-29 Frank P. Bellecci, Applicant, 2208-RZ; Wesley E. 4 Mary K. Gray, Applicants, 2219-RZ, Land located in the Knightsen Area to General Agricultural District (A-2) Zoning Classi- fication. 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 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 25th day of April, 1978 by the following vote: AYES: Supervisors - J.P. Denny, N.C. Fanden, W.N. Boggess, E.H. Hasseltine, and R.I. Schroder NOES: Supervisors - None ABSENT: Supervisors - None I.$chrejder Chilirman 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 Cpsta, State of California By,&,&_� Deputy Clerk , Diana M. Herman (SEAL) 2208-RZ, Frank P. Bellecci, Applicant 2219-RZ, Wesley E. $ Mary K. Gray, Applicants OAKLEY �f -3 Z / ' A2 •••[ •" ' EtDaa \ �/ •T•KPY[ 2 L bb A•2 . [wcwruN roR n ZOKD / 6 �2` ORwp`RNCE 43 Q L, R-15 A3 ' / 2 / I . , ' A-4 /•.IIrc ♦ - 219 �' � , • A-2 / - r A J s.PR c.tEK . �Ri00 A2 -•s , A- A3 Jot r , - - CITY-40 A-4 OF 195 BRENTWOOD A3 H Q3 A2� Ru•e.+. "'•f Rase / 711 / / , ' / , • : / A-4 A-2 q.3 ,1941 A-3 A4 Nff_�.2 � 1 1MEPESY CERTIFY TMST 71:S IS THE N•► REFERPE7 To :N O.OiNah�[ .o Ta-29•No BYRON DIVlSiON, SECTOR I IS NEREaY III A PART TNERECF J R DLSSON. COUNTY CLERK CONTRA COSTA COUNTY, CALIFORNIA I sY DEPUTY CLERK t[.•[ n rt[T BEING SECTION 3A.SUBSECTION M4 ,OF ORDINANCE NO 362.AS AMENDED BY ORDINANCE NOr Ta-29 THICH IS THE ZONING ORDINANCE OF CONTRA COSTA COUNTY.STATE OF CALIFORNIA. 2206-R2.•214N2 POSITION' ADJUSTMENT REQUEST No: D3�3 Department County Administrator Budget Unit0003 Date 3-20-78 Action Requested: Reclassify Secretary I (position #01) to Secretary II Proposed effective da : 4-15-78 Explain why adjustment is needed: Align classification with job res oasibi i Estimated-cost-1-6f adjustment: Amount: __. C: 1 . Salaries-and----wages: $ 220.50 2. Fixed Assets'.: (fit -stems and coat) Estimated total $ 220. Signature Department a Initial Determination of County Administrator Date: March 2 I, 9 78 To Civil Service: Request classification recommendation. Count Adm+if-ittrItbr Persopnel Office and/or Civil Service Commission Date: April 11, 1978 Classification and Pay Recommendation Reclassify 1 Secretary I to Secretary II. Study discloses duties and responsibilities now being performed justify reclassification to Secretary II. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Secretary I, position #01, Salary Level 280 (865-1052) to Secretary-II, Salary Level 331 (1011-1229) . i - v Assistant personnel 9irector Recommendation of County Administrator Date: April 21, 1978 1. Recommendation of Personnel Office and/or Civil Service Commission approved effective April 26, 1978. County Administrator Action of the Board of Su ervisors Adjustment APPROVED ( ) on APR 2 1978 J. R. OLSSON, County Clerk Date- APR 2 5 1978 By: YJarn;e L. Johnson �cp,;;y C!-,-k . APPROVAL o4 #his adjudtneit confit tutea an Apphopn,iati,on Adju6tment and Pex6onnet Resotution Amendment. I NOTE: Top section and reverse side of form rmust be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) J POSITION ADJUSTMENT REQUEST No: - 71---- Department vDepartment Auditor-Controller Budget Unit 235 Date 2/9/78 classification of and add Action Requested' Create 2ar Assistant Law and Justice systems Director-Project one position Proposed effective da e: L3/1/78 Explain why adjustment is needed: To assure continuity of the project and to respond to the work load increase that has taken place in the project. Estimatedcost✓of adjustment: - Amount: 1 . Salaries- a,4 wages: 20,000 2. Fixed Aisets: (.P,izt it ma and coat) LD Estimated total 0'T 01 $ 20,000 Signature Dep r�tme ead/ Initial Determination of County Administrator Date:. February 24, 1978 To Civil Service: 'g Request recommendation. oZ Count Administrator Personnel Office and/or Civil Service Co fission Date: April 19, 1978 Classification and Pay Recommendation Allocate the class.of Assistant Law and Justice Systems Director-Project on an Exempt basis and classify 1 Exempt position. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel, by adding Assistant Law and Justice Systems Director-Project, at 1977-78 Salary Level 495 (1667-2026) and 1978-79 Salary Level 511 (1750-2128); also amend Resolution 71/17 to reflect the addition of 1 Exempt position. Can be effective day following Board action. i This class is exempt from overtime. W -L4 4 AssistantPersonne Director Recommendation of County Administrator Date: April 21, 1978 Recommendation of Personnel Office and/or Civil Serivice Commission approved effective April 26, 1978. County m' r for Action of the Board of SupervisorsAPR 2 5 1978 Adjustment APPROVED on J. R. OLSSON, County Clerk Date: APR 2 5 1978 By: Jame L. Johnson APPROVAL o6 th..c a ad j uistmen t con ti to tes an App%0PA .a on Adjustment and Pelus onnet Reaotuti"on Amendment. NOTE: TOP section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) t,�S� .�c�2 POS ITI0N ADJUSTMENT REQUEST No: � 3 Department Auditor-Controller Budget Unit 235 Date 1/25/78 classification and add one position Action Requested: Create the Zpmebbbw of Systems Accountant - Project Proposed effective date 3/2/78 Explain why adjustment is needed: Phase II of the project is addressing several mayor departments in the county (DA, Public Defender, Superior Court, Court Administrator, the Clerk and Sheriff's Office. Consultants which have been utilized in the past are expensive and of limited use; more in-house expertise is necessary. Estimated -cost of adjustment: Amount: 1 . Sal arRe; ami wages: ..o:f�_t j`r County 18,600 2. fixed_AssAs: (Xiat stems and cobs) ED +"-- De ;917 Desk and files $ 500 olffice -C `I Estimated tofxbn % $19,100 nature F__=rcior Si_10g DepairtufAliTead Initial Determination of County Administrator Date: ebruary 24,_ 1978 l To Civil Service: Request recommendation. PountyAdministrator Personnel Office and/or Civil Service Commission Date: April 19, 1978 Classification and Pay Recommendation Allocate the class of Systems Accountant-Project on an Exempt basis and classify 1 Exempt position. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel, by adding Systems Accountant-Project, 1977-78 Salary Level'-469 (1540-1872) and 1978-79 Salary bevel 485 (1617-1968); also amend Resolution 71/17 to reflect the addi- tion of 1 Exempt position of Systems Accountant-Project. Can be effective day following Board action. This class is not exempt from overtime. Assistant PersonnW Director Recommendation of County Administrator Date: April 21, 1978 Recommendation of Personnel office and/or Civil Service Commission approved effective April 26, 1978. f County Administrator Action of the Board of Supervisors Adjustment APPROVED ( on APR 2 5 1978 J. R. OLSSON,,County Clerk Date: APR ? 51978 BY: Com✓/?/�11 �f,�'- rs-1 .� ��OT� Jamie ohnson APPROVAL 05 thus adjwstrre-tt eon t tWted an AppnopvLati.on Adjfu bmit -and Peuonnet Reeotuti.on Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. U MW P 300 (M347) (Rev. 11/70) POSITION ADJUSTMENT REQUEST No: _�03 V Department Auditor-Controller Budget Unit 0147 Date _March 24, 1978 Action Requested: Add two (2) Program AnaIVSt Elap�Pxo-je.ct) aR.A two—t2_} Programmer II (Project) positions Proposed effective date: ASAP Explain why adjustment is needed: _ To assist in the design , programming and implementation of the Criminal Justice System Estimated cost of adjustment: Amount: rte• '' �^:SPU CGv�I•iY 1 . Salaries and wages: (May 1 , 1978 - June 30; 97;8)` 11 ,520 2. Fixed Acs�sets (tilt .items and W,64desks ; rpt `J 7 Office of an Q Estimated totarw�, 12 ,600 Signature U) e ar - it ea J Initial--Dete4i nati on of County Administrator Date: April 7, 1978 To Civil Service: Request Recommendation. unt Administrator Personnel Office and/or Civil Service Commission Date: April 19, 1978 Classification and Pay Recommendation Classify (2) Program Analyst, IDP Project and (2) Programmer II-Project positions. Study discloses duties and responsibilities to be assigned justify classification as Program Analyst, EDP-Project and Programmer II-Project." Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding .(2) Program Analyst, IDP-Project, Salary Level 465 (1521-1849) and (2) Programmer II-Project, Salary Level 428 (1359-1652) . Assistant Person Director Recommendation of County Administrator Date: April 21, 1978 Recommendation of Personnel Office and/or Civil Service Commission approved effective April 26, 1978. County Administrator Action of the Board of Supervisors APR 2 5 1978 Adjustment APPROVED ( ) on J. R. OLSSON, County Clerk Date: APR 2 5 1978 By: ` amie L. Johnson ' Deputy Clerk APPROVAL o6 tlu:.s adjustment coits.ti to to s cut Appnoptis tion Ad ju.6tmui t and Pex6onne,_ Res o•f a tion Amendment. NOTE: Top section and reverse side of form rrua.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 0'%,j� ,,s 1 L W304 l POSITION ADJUSTMENT REQUEST No: 308(3060) Department PROBATION Budget Unit & 316 Date 4/19/78 3033) Action Requested: Cancel Project Positions 7AT1-04,4 I in Cost Center #316 Org. #3033, and add four (4) D F07M positions in Cost Center #308 Org.#30 0. Incumbents will be reassigned to new positions in #308 Proposed effective date: 4/1/78 Explain why adjustment is needed: Reduced grant funding for 2nd year Community Detention: limited Wil 601 service to be maintained and claimed against SB 84 Deinstitutionalization of Status Offenders. Estimated cost of adjustment: Total costs offset by claim for reimbursementAmount: of mandated programs. No additional County funds Cecurtire&sta County 1 . Salaries and wages: RECEIVED 2. Fixed Assets: (ti4t -item and coat) APP, i 1197§ F. Office of 1t1 ac o Estimated total � w CI Pnty ltd i istrcrto. $ None :0 Q Signature a Department a'ad A 01 Initially tercAnat4 on of County Administrator ate: ou itb Personnel Office and/or Civil Service Commission Dal/ Apri1 19 1978 Classification and Pay Recommendation Classify (4) Deputy Probation Officer III positions and cancel (4) Deputy Probation Officer I I- Project positions. Study discloses duties and responsibilities to be assigned justify classification as Deputy Probation Officer III. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition- of (41 Depdty Probation Officer III positions and the cancellation of (4) Deputy Probation Officer III-Project, positions #04, #05, #07 and #JC, all at Salary Level •435 (1388-1687) . i Assistant Person a Director Recommendation of County Administrator Date: April 21, 1978 Recommendation of Personnel Office and/or Civil Service Commission approved effective April 26, 1978. /Y County Administrator Action of the Board of Su ervisors APR 2 5 1973 Adjustment APPROVED on J. R. OLSSON, County Clerk Date: APR 2 5 1978 By: ��.-���.(/ �t=�4 - Jamie L. Johnson eputy Clerk APPROVAL oa th.,Ez adjub;tnent eonstctu.tes an Appropkiati.on Adjustment •and Pefusonnet Reao.euti..on Amendment. NOTE: Top section and reverse side of form mu4 t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (14347) (Rev. 11/70) 1„ e ` ( _rte) • , � - • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 1. DEPARTMENT OR ORCANIZATION UNIT: ACCOUNT COOING ASSESSOR ORGANIZATION SUB-OBJECT 2. FIXED ASSET I <DECREASE� INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM 10. QUANTITY 1600 2100 Office Expense 2,418 1610 2131 Minor Equipment 6S9 1620 2131 IT " 1,414 1630 2131 " ISO 1645 2131 11195 1600 2281 Maintenance Buildings & Improvements 2$200 1600 2284 Requested Maintenance 2,200 Contra Costa County RECEIVED A P 10, 17 -1978 Office of Ccu;liy Adminizfrator, APPROVED 3. EXPLANATION OF REOUEST AUDITOR-CONT LER �' Internal adjustment between accounts. No By: Dote /7b increase in the Assessor's overall budget is required for this adjustment. COUNTY ADMINISTRATOR By: -s ' Date /�/7d BOARD OF SUPERVISORS YES Supe aisors tirnrr,fsl:den, Jchrui!rr, N0:None APR Y 5 -197/ J.R. OLSSON, CLERK 4. A*" Asst. Assessor 4 11 M SIGNATURE TITLE DATE 7APPROPRIATION A eOO_�MA By. � 3mle L. Johnson Deputy clerk A01. JOURNAL NO_ (M 129 Rev. 7/7T) SEE INSTRUCTIONS ON REVERSE SIDE • CONTRA COSTA COUNTY • '� R-7S APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING HUMAN RESOURCES AGENCY 0180 ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 0180 5022 Costs Applied to Services & Supplies $1,700 2301 Auto Mileage-Employees 1,000 2281 Buildings & Improvements 100 2100 Office Expense $2,500 2284 Requested Maintenance 300 `a:Xtra Ccssta County R�=CV E D P ' 8 ;978 Office of CcU!-"7 Administrator APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER /' To adjust accounts to reflect current needs By: Z Date .411417 COUNTY ADMINISTRATOR B =\� "s—`X1•`� Date BOARD OF SUPERVISORS YES: S jr::►ScuSkcb (�i/lp:n, Schru4u,IIo-gEcss,}(asseicine NO: None APRT 5/197 On j.R. OLSSON, CLERK 4. R. devincenzi Fiscal Officer 4 /11 78 % - j , 314MATURE TITLE DATE B_' �_, 7, � (lr`—�`� APPROPRIATION A POO 3-37pr IZ1,I0 . JQ!iilz-,nn Deputy Clerk ADJ. JOURNAL NO. (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE CONTRA COSTA COUNTY - APPROPRIATION ADJUSTMENT TIC 22 ACCOUNT CODING 1. DEPARTMENT OR ORGANIZATION UNIT: PUBLIC WORKS ORGANIZATION SUB-OBJECT 2. FIXED A 5 S E T <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY P. W. ADMIN. OPERATION 4501 4951 1 . Desk 30" X 60" 0004 1 335 P. W. BUSINESS & SERVICES 4502 4951 1 . Desk 30" X 6011 004 2 670 P. W. TRANSPORTATION PLAN 4525 3580 1 . Grant in Aid 1 ,005 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER 1 . To provide funds for purchase of desks ,, �5�7� for Administration Operations and Business By Date & Services. COUNTY ADMINISTRATOR Bya Zxl ', �f. Date z,11,211-7i BOARD OF SUPERVISORS YES: '"I'c:raors �crn;.1':i�dcn, Schroder,Boi�&ess,Huse:une s „ NO: None `•� �' APQR 2� 1976 J.R. OLSSON, CLERK 4• 1 Sie TURE T17L 4�/47 By:�ls� tV • `� /' APPROPRIATILON NO A POO.5--U/ Jdl11lt3 L. jonnson Deputy Clerk (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE CONTRA COSTA 'Z:OUNTY 0 APPROPRIATION ADJUSTMENT 0 T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT ACCOUNT CODING PUBLIC WORKS - Buildings & Grounds ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 4034 1013 Temporary salaries $14,000 4034 1014 Permanent Overtime 7,500 4031 1013 Temporary Salaries $21 ,500 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To cover .� projected temporary salary and �°� -- 4,,,%, � overtime needs for operating engineers through By: Date 6/30/78. Funds transferred from custodial COUNTY ADMINISTR TOR division temporary salary account. Date BOARD OF SUPERVISORS YES: b"1`crt:Su:a Kcn::;, Schrudcr,l)uggess,Hassc)tine !? r� N0: None �J H40 APR ? f, ,/ 3 J.R. OLSSON, CLERK 4. Public Works DirectOr/ TITLE 434/ DATE By; __ l/ /� i APPROPRIATION A POOi �� 1 8/78 %idlille L. O f>•SOta Deputy Gork ADJ. JOURNAL NO. (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE CONTRA COSTA COUNTY ®rd PPROPKIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING I DEPARTMENT OA ORGANI ATION UNIT:pit. Diablo Municipal Court ORGANIZATION SUB-OBJECT 2. FIXED ASSET <,bECREASEj INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 0210 1011 Permanent Salaries $4,480. 1013 Temporary Salaries $4,480. Contra Costa County RECEll VED njpn 17 1978 Office of APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONThe permanently appointed court reporter for Department No. 1 (Judge lorman Spellberg) resigned By: ` J Date / on Murch 31, 1978. The Court does not intend to replace her with t three months and COUNTY ADMINISTRATOR ins ead plans on using temporary reporters. Consequently, an adjustment is needed, 64 working days until June 30 $70.00 per diem. BOARD OF SUPERVISORS YES: S&..roJc:. Wil NO: None 1 P R � 978 ;�� �J.R. OLSSON, CLERK 4. 4,Tn6n2'4rk-Administrai,or LL Y 8 /� SIGNATURE TITLE DATE By.0 �1 �—' APPROPRIATI. NO. A POO S�3 amie L. Johnson Depuly cls:.: (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE SIOE CONTRA COSTA COUNTY -7 Ole APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING Auditor-Data Processing ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 1060 4951 Key Tape Machines 2 270 1060 4951 Desk (60 x 30) coo/ / 270 C�- ;, ,o ^On R �cr t ty Of `or APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER C • /17/78 The addition of a third Data Processing -' Date Technician requires a desk for the employee ' s use . COUNTY ADMINISTRATOR // Byz� -nom, '�f.e-Date - 3 BOARD OF SUPERVISORS Surcreisors Kenn,,!:_*h,!=,YES: Sc -oder.Bo&Scss.Hassekin NO: None APR 25 )978 J.R. OLSSON, CLERK 4. ff. Services Mgr. 4 /14/ 78 �-/� /SIG NAT E TITLE DATE ey:c�/ �"' L � APPROPRIATION A 200.5 3J9 Jamie L. Johnson Deputy Ocrk ADJ. JOURNAL NO. (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE SIDE CONTRA CQSTA COUNTY APPROPRIATION ADJUSTMENT !� T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT �LI ACCOUNT CODING Las F1, !U LIBRARY �ii1 ORGANIZATION SUB-OBJECT 2. FIXED' ASSET , ECBFASIC> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM 0. QUANTITY 3700 Electronic Counter OOZY / $350 3700 4952 Credenza 0011 / $300 3700 2100 Office Expense $50 I - LSrp count C,'"Ce Of � ��.Jtl7iRrStrCjtOr APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONT RER � By: ?NA '�'t'�CVD Date // /7� To provide funds for purchase of electronic counting device needed to perform surveys of library patron COUNTY ADMINISTRATOR use. Credenza budgeted for in 1977-78 will not be e purchased this year. B n Date BOARD OF SUPERVISORS ti l;c n isnrc Kenn;.F�hdcn, YES. Schro iet,Dn�^ct,Hasxltine !� , ,n !1 NO: None ARof 9 1978 Administrative J.R. OLSSON, CLERK 4. Services Officer MUM- S I err[ URE TITLE DATE By: 0 APPROPRIATION APoO '33,1 le L. JOhnsot, Deputy Clerk ADJ. JOURNAL NO. (M 129 Rev. 7/77) 1 SEE INSTRUCTIONS ON REVERSE SIDE • CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CONIC Contra Costa County Fire Protection District ORCANIZATI01 SUI-OBJECT 2. FIXED ASSET -bECREASE> INCREASE OBJECT OF EXPENSE OR FIIED ASSET ITEM NO. QUANTITY - 7100 4956 Underground Fuel Tanks 0037 1 11,800.00 7100 4688 For Fuel Tanks 9,800.00 7100 4738 For Fuel Tanks 2,000.00 APPROVED 3. EXPLANATION OF REQUEST AUDIT - NTR Additional budgeting of fuel tank at Sta 5- Relocation of existing fuel tank and pump at By• Data r / Station 5-Pleasant Hill because of sale of property to City of Pleasant Hill. COUNTY ADMINISTRATOR Increase in cost of budgeted fuel tank instal- s . DatB lations and estimated cost of $4,000.00 for Building Projects Administration charges. BOARD OF SUPERVISORS Sc,crus.,�r�r.;•.:'->���. YES: NO: None APR 2 - 1 78 On- J.R. 0 SSON, CLERK 4. Chief 4 4/78 tlall Tull[ TITLE DATE oe By APPROPAIATINN A p00�3`t 2 Jamie L. Johnson Deputy Clerk ADJ. ANRNAL NO. (M 129 Rev. 7/7T) BEE INSTRUCTIONS ON REVERSE TIDE CONTRA COSTA COUNTY • ��•• APPROPRIATION ADJUSTMENT Q1�-- T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT ACCOUNT CODING MORAGA FIRE PROTECTION DISTRICT ORGANIZATION SUB-OBJECT Z. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. JOUANTITY 7050 4955 MOBILE RADIO 0004 1 -0- 1 I I Contra Costa County RECEIVED APP 18 1878 Office of Ccuniy Administrator. I PPROVEO 3. EXPLANATION OF REQUEST AUDIT ROLL /r� TO INCREASE QUANTITY OF MOBILE RADIO FROM By: Date ONE TO TWO WITH NO INCREASE IN VALUE. COUNTY ADMINISTRATOR B5�aZ - '- Datey� BOARD OF SUPERVISORS YES. -Sop+:1%':50n Kt rn: a_,....r.. Schroder.Ilu ess,H usr::inc r�f n NO: None {!+ik;cj j 2 p 1,978 J.R. OLSSON, CLERK 4. FIRE CHIEF oNATU1IC TITLE DATE By: ll {� � �"7l�/ APPROPRIATION a P0,5_336 Jamie. L. Jo inson Deputy Clerk ADJ. JOURNAL N0. (M 129 Rev. 7/77) I SEE INSTRUCTIONS ON REVERSE SIDE IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT Resolution of Intent to Consider } Adoption of Amendment No. 5 to ) the Zone 3B Adopted Project ) RESOLUTION N0.78/ 341 Walnut Creek Area (Pine Creek) ) Project No. 8286-7520 ) The Board of Supervisors of Contra Costa County, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, RESOLVES THAT: The Contra Costa County Flood Control and Water Conservation District Act, hereinafter referred to as Act, provides authority for the Board of Supervisors to adopt projects for the zones formed in accordance with the Act. The Board of Supervisors has herein considered the amendment of the project adopted for Zone 3B on December 16, 1954 and amended on February 23, 1960, -September 6, 1977, and November 8, 1977. The amendment is as set forth in the Engineer's Report dated April 18, 1978 which is on file with the Clerk of the Board. The Engineer's Report contained: (a) A general description of the proposed amendment. (b) A general description of the facilities to be deleted from the adopted project. (c) A general description of the lands, rights of way, easements, and property to be taken, acquired, or injured in carrying out the work involved in the amendment. (d) An estimate, the amount of $5,590,000, as the cost of the amendment including an estimate of the costs of the lands, rights of way, easements, and property proposed to be taken, acquired, or injured in carrying out the work proposed in the amendment, and-other cost likely to be incurred in connection therewith; which such report is hereby referred to for further particulars. It is anticipated that Zone 3B will bear approximately 10 percent of the estimated cost of this amendment. Amendment No. 5 deals with the Pine Creek watershed which is in the easterly portion of Zone 3B, more specifically in the south end of the Ygnacio Valley adjacent to Castle Rock Road opposite North Gate High School. The proposed zone plan amendment will provide a 47 acre detention basin with an adjacent 40 acre disposal site and appurtenant control structure, spillway pipes, energy dissipation structure and channel transition work in lieu of the earthfilled dams on Arroyo Del Cerro and Little Pine Creeks. The 1978 Engineer's Estimate of cost to implement that portion of the zone plan proposed to be deleted is $6,090,000. A map showing the location of the proposed amendment (designated as D-2760) is on file with the Clerk of the Board where it is available for inspection by any interested person. At 2:00 p.m. on Tuesday, May 30, 1978, in the chambers of the Board of Supervisors, Administration Building, Martinez, California, this Board will conduct a public hearing on the proposed amendment. At said hearing, this Board will hear and pass upon any and all written or oral objections to the amendment. Upon conclusion of the hearing the Board may abandon the proposed amendment or proceed with the same. RESOLUTION NO. 78/341 The Clerk of the Board of Supervisors is directed to publish this Notice and Resolution once a week for tho (2) successive weeks in the "Contra Costa Times" a newspaper of general circulation, circulated in Zone 3B. The publications shall be separated by at least five (5) days and the first and second publishings shall precede the hearing date by at least twenty (20) and seven (7) days respectively. The Clerk of the Board of Supervisors is further directed to forward copies of this Notice and Resolution to the Cities of Concord, Lafayette, Martinez, Pleasant Hill and Walnut Creek, at least twenty (20) days prior to the date of the hearing. PASSED AND ADOPTED on April 25, 1978, by the Board of Supervisors of Contra Costa County as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District. Originating Department: Public Works Flood Control cc: Cities Planning Department Public Works Director County Administrator County Counsel County Auditor-Controller r 1 RECEIVED CONTRA COSTA COUNTY FLOOD CONTROL AFF a.0 1976 AND J. R. OLSSON WATER CONSERVATION DISTRICT CLERK CO TRO Or OSSUPERVISORS tl TA Co. --� F I LED ' ENGINEERS REPORT APRZi978 FOR J. R. OLSSON CLERK BOARD OF SUPERVISORS PROJECT AMENDMENT NO. 5 NT T co. 8 ..Deputy TO ZONE 36 PROJECT ( WALNUT CREEK WATERSHED ) Vernon L. Cline, Ex officio Chief Engineer Flood Control and Water Conservation District April 18, 1978 ! r, if it L►�'� Microfilmed With board order I I . INTRODUCTION The Pine Creek watershed is located in the easterly section of Flood Control Zone 3B, which was established on December 16, 1954. Pine Creek and its tributaries arise on the western slopes of Mt. Diablo, flows in a northwesterly direction through the Ygnacio Valley and the cities of Walnut Creek and Concord where it is joined by Galindo Creek, and finally joins Walnut Creek just south of Buchanan field. The project site is located near the southern end of the Ygnacio Valley. The proposed detention basin whould be located on a 47 acre site straddling Pine Creek directly east of North Gate High School on Castle Rock Road about one-half mile south of Walnut Avenue. The approximately 40 acre disposal site is located immediately south and east of the detention basin site and would extend east to North Gate Road. This proposed Zone Plan Amendment is based on the Pine Creek Detention Basin Report (consisting of a Study Report, Draft Environmental Impact Report and a Hydrology Report) dated January, 1978 with Supplement which was completed under authorization given on June 15, 1976 by the Board of Supervisors. The Reports stated purpose was to determine the feasibility of constructing a ground level detention basin on Pine Creek in lieu of the Arroyo Del Cerro single purpose dams. The three major criteria investigated were public acceptability, flood control utility and cost. The Contra Costa County Flood Control and Water Conservation District has desired to create a flood control facility in the upper region of the Pine Creek watershed to "moderate" stream flows in Pine Creek. With completion of Work Plans for both Upper and Lower Pine Creek in 1969 the Arroyo Del Cerro reservoirs were established as this moderating facility. The Work Plans not only established the eligibility of this facility for federal funding under Public Law 566 but they have been the basis for the improvement of a considerable portion of Pine Creek. In addition, the Corps of Engineers recently received authorization to proceed with a $20 million improvement project on Lower Pine and Galindo Creeks which is designed to contain the channel flows -resulting from_a 100 year storm moderated by the flow retarding nature of the Arroyo Del Cerro facility. The District believes that the construction of an upstream facility is a necessary step towards the co-ordinated effort of controlling flooding in the Pine Creek watershed. 2. GENERAL DESCRIPTION OF AMENDED PROJECT The existing Zone 3B Project Plans will be amended to include the following proposed improvements: A. A detention basin in the vicinity of Pine Creek Road, Bowling Green Drive and Trails End Drive which will require approximately 47 acres of land and which will provide approximately 315 acre-feet of storm water storage. B. A detention basin control structure� spillwav pipes, energy -I- � u� � GENERAL DESCRIPTION OF AMENDED PROJECT (Continued) dissipation structure and channel transition work which will extend from the detention basin to approximately 1500 feet downstream. C. A disposal site adjacent to and southeast of the detention basin site which will require the temporary usage of approximately 40 acres of land. A more detailed description of the proposed improvements is provided in the Pine Creek Detention Basin Report. 3. GENERAL DESCRIPTION OF THE WORK TO BE DELETED FROM THE CURRENT PLAN The existing Zone Plan Improvements include two earthfilled dams to be constructed on Arroyo Del Cerro and Little Pine Creeks about a quarter of a mile above their junction with Pine Creek. The two dams would create a single, common reservoir providing both flood prevention and recreation features. It is proposed to replace the two dams with the improvements outlined in this report. The 1978 engineers estimate of cost to implement that portion of the Zone Plan proposed to be deleted is $6,090,000. 4. GENERAL PLANS AND SPECIFICATIONS The general plan, profile and cross-section are as shown on a drawing titled "Zone 3B, Project Amendment No. 5, Pine Creek Watershed, Right of Way and Improvements" and identified by the number D-2760, and assorted drawings in the Study Report. The proposed improvements will be constructed in accordance with the applicable provisions of either the Standard Specifications of the State of California Department of Transportation or of the Department of Agriculture-Soil Conservation Service with such modifications as may be necessary to meet special conditions which may exist. 5. GENERAL DESCRIPTION OF RIGHTS OF WAY A general description of the lands, easements and rights of way known to be required in carrying out the improvements is shown on drawing D-2760 (previously identified). Existing utilities which conflict with the proposed improvements will have to be relocated. 6. COST ESTIMATE The estimated costs for the proposed improvements are as follows; -2- U O U COST ESTIMATE (Continued) Others' Item Zone 36 Share Share Total Lands, Easements and Right of Way $590,000 $1 ,760,000 $2,350,000 Construction 70,000 2,490,000 2,560,000 Engineering and Administration 50,000 630,000 680,000 Total $710,000 $4,880,000 . $5,590,000 The "othersF share" will include both federal funds from the Depart- ment of Agriculture under the authority of Public Law 566 and state funds from the Department of Water Resources under the authority of the California Water Code. 7. RECOMMENDATION It is recommended that this Amendment No. 5 be adopted. -3- IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Directing Publication ) of Notice of Intention to Exchange County ) Owned Property for Property of Equal Value ) Owned by the Roman Catholic Bishop of Oakland, for Park Purposes, on Behalf of RESOLUTION NO. 78/342 County Service Area R-7 ) (San Ramon Area) (Gov. Code Sec. 25365) Work Order No. 5448-927 The Board of Supervisors of Contra Costa County RESOLVES THAT:. It intends to exchange County owned property for property of equal value owned by the Roman Catholic Bishop of Oakland, for park purposes, hereinafter described. The Board will meet on Tuesday, May 16, 1978 at 10:30 a.m. in the Board's Chambers, County Administration Building, Martinez, California, to • consider this proposed exchange, and the Clerk of the Board is directed to publish the following notice in the Valley Pioneer pursuant to Government Code Section 6061 : NOTICE OF INTENTION TO ACQUIRE REAL PROPERTY The Board of Supervisors of Contra Costa County declares its intention to exchange County owned property designated as Assessor's Parcel No. 207-120-001 , consisting of 9.39 acres for property of equal value owned by the Roman Catholic Bishop of Oakland, designated as Assessor's Parcel No. 207-120-002, consisting of 9.53 acres, located in the San Ramon Area north of E1 Capitan Drive at the terminus of Brookside Drive and east of the Southern Pacific Railroad right of way, and will meet at 10:30 a.m. on May 16, 1978 to consider the proposed exchange of the hereinabove real property. DATED: April 25, 1978 PASSED on April 25, 1978 unanimously by Supervisors present. Originating Department: �052 Public Works - S.A.C. cc: Public Works - R/P (2) Administrator Auditor County Counsel RESOLUTION NO. 78/34 2 1 � BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA AS THE BOARD OF DIRECTORS OF THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT Re: Conveyance of Contra Costa County ) Fire Protection District Property ) to Pleasant Hill Redevelopment ) RESOLUTION NO. 78/34 3 Agency, Excess Portion Boyd Road ) Station #5, Pleasant Hill ) _ (Gov. C. Sec. 25365) W/O 5499-658 ) The Board of Supervisors of Contra Costa County, as the Board of Directors of the Contra Costa County Fire Protection District, by vote of at least four-fifths of its members, RESOLVES THAT: This Board on April 4, 1978, passed Resolution of Intention to Convey Real Property No. 78/308, and notice fixing April 25, 1978 at 10:35 a.m., 'in its Chambers, County Administration Building, Martinez, California, as the time and place when it would meet to consummate the conveyance of the real property described. therein to the Pleasant Hill Redevelopment Agency; said Resolution was duly published in the Contra Costa Times. The Board by the aforesaid Resolution found that said property is no longer required for District or County use and the sales price of $139,750.00 represents its market value. This Board hereby APPROVES the Real Property Purchase Agreement dated March 22, 1978 between the Pleasant Hill Redevelopment Agency and the District and the conveyance of the property located at 205 Boyd Road, Pleasant Hill , to the Pleasant Hill Redevelopment Agency, upon payment of $139,750.00 to the District; and the Chairman of the Board is hereby AUTHORIZED to execute said Agreement and a Grant Deed to the Pleasant Hill Redevelopment Agency on behalf of the District, and cause its delivery to the Pleasant Hill Redevelopment Agency for acceptance and recording. PASSED AND ADOPTED on April 25, 1978 by the following vote: AYES: Supervisors N. C. Fanden, W. N. Boggess, E. H. Hasseltine, R. I. Schroder. NOES: None. ABSENT: Supervisor J. P. Kenny. Originator: Public Works Department Real Property Division cc: Pleasant Hill Redevelopment Agency (via P/W) Administrator Contra Costa County Fire Protection District Auditor-Controller Recorder (via R/P) RESOLUTION NO. 78/ 3�3 1J U RECORDING REQUESTED BY Pleasant Hill Redevelopment Agency AND WHEN RECORDED MAIL TO Name F Stet Pleasant Hill Redevelopment Agency Address City State L Zip - SPACE ABOVE THIS LINE FOR RECORDER'S USE---- r MAIL TAX STATEMENTS TO Name 1 DOCUMENTARY TRANSFER TAX S Street Address COMPUTED ON FULL VALUE OF PROPERTY CONVEYED, City OR COMPUTED ON FULLVALUE LESS LIENS AND StaYe ENCUMBRANCES REMAINING AT TIME OF SALE. Zip Signature of Declarant or Agent determining tax. Firm Name Portion of 150-202-014 GRANT DEED (Escrow By this instrument dated-------_---April 25, 1978 __,fora valuahleconsideration, CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT, as successor in interest by operation of law to, and having acquired title as Contra Costa County, a political sub- division of the State of California, for and on behalf of Central County Fire Protection District hereby GRANTS to PLEASANT HILL REDEVELOPMENT AGENCY, a public body corporate and politic the following described-Real Property is the State of California, County of.____ City of--------pleasant Hill _ _ FOR DESCRIPTION SEE EXHIBIT "A% ATTACHED HERETO AND MADE A PART HEREOF. CONTRA COSTA 0 IRE PROTECTION DISTRICT ZTATE OF mirc'i!A ii.C!!VtT:f!�iT. '•.71 caum. r-ut Cut::4TT 'is t•-Er, 1:ii,-lA�r 3i1 R. BY: �= ) C airman Board of Supervisors r:9�si!t.`ed ini5[::u.-!at i,'�', vt;.`.ffc-r.� W "m±. J-a ►a.s� t� R2 .1120 _ ���.. :f:-:0 C•1._.. 7( i`r. .!:•t.. 1..'J 7'._;!t Cir. e:,:,: ._:, �:,:.. G, ,, ,. ,� •�F_ :a;f> ay yea r� Attest: J. R. Olsson, Clerk rn2 tCday a:H;�... _ .. r..t L�3i ,,,:G pcJ4c ..,,:.t r_��:u:e1 ------------------------------------------------------------------'---------------------'---- C:Is dscwn•.rt. _ Ccunty C!tr:S Eto::icio Clan el Offard tit Sunerrf%ors ea nr vL_r t� -�1 G �r _ '_ BY� f-�, - _ -----`="- --------------- —_-__----------- Deputy Clerk aSTATE OF CALIFORNIA on---...... _.. _.__,19._._._.,before me,the undersigned,a Notary Public in and for said -o SS- County and State,personally appeared_____.._._ yCOUNIY OF.......------ --.----.--. _ __.._. _ ._._-.._ ____ _N imown to me to be the person.._.-._whose name.-._...._-_- abscribed to the within instru nen.t,and acknowledged to me that_._-_.he_____executed the same_ Nlotary's Signature. 0 E Nkrot-,ifcrnad With bcarc, ordeE_ t� 0 4 MAIL TAX STATEMENTS AS DIRECTED ABOVE Contra Costa County Fire Protection District Station #5 - Boyd Road EXHIBIT "A" Portion of Lot 9, as shown on the Map of Highway Junction Subdivision filed December 6, 1920, in Book 17 of Maps, Page 337, in the Office of the County Recorder of Contra Costa County, described as follows: Beginning at a point on the west line of the parcel of land described in the deed from Larry Surano, et ux, to Contra' Costa County, filed' in Book 4275 of Official Records, Page 434, distant thereon North 00 56' 06" East, 169.22 feet from the southwest corner of said parcel (4275 OR 434); thence continuing along said west line, North 00 56' 06" East, 310.78 feet to the southwest corner of the parcel of land described in the deed from Leonard D. Fenton, to Jeannette W. Fenton, filed in Book 6590 of Official Records at Page 201 ; thence along the south line of said Fenton Parcel (6590 OR 201) South 890 09' 53" East, 97.09 feet to a point on the westerly line of Cleaveland Road from which the center of a curve having a radius of 1 ,030 feet bears North 83° 09'- 36" East, 1,030 feet; thence along the westerly line of Cleaveland Road and the aforementioned curve, southerly and easterly through a central angle of 80 41 ' 56" an arc distance of 156.38 feet; thence South V 50'. 47" East, 127.35 feet; thence South 1° 00' 00" West, 32.00 feet; thence North 890 02' 43" West, 147.103 feet to the point of beginning. Containing 39,218 feet more or less. �. I R E C'F I V EE Project: Pleasant Hill Commons _ , 070 Portion of Parcel No. 150-202-14 !. R. CLS-ON CLERK GO;,,-\D 0.= SU=cEV1S0RS CO".�A COSTA C REAL PROPERTY PURCHASE AGREEMENT e;V THIS AGREEMENT made and entered into this :2 Q day of " 1978 by and between Contra Costa County Fire Protection District, hereina ter called "Grantor" and the Pleasant Hill Redevelopment Agency, a public body corporate and politic, hereinafter called "Agency". X-7-consideration of the covenants and conditions hereinafter contained, it is mutually agreed as follows: 1 . Grantor hereby agrees to sell and convey that tertian real property described in Exhibit "A" attached hereto and made a part hereof to the Agency for the sum of $139,750.00,* free and clear of all liens, _-.-L , "- delinquent taxes, rights of possession and lease- hold interests whether the same be recorded or unrecorded except: a. Nontaxable property - no tax proration. b. Redevelopment Plan or Declaration of Restrictions pursuant thereto. 2. Escrow Provisions. a. Escrow Instructions. Agency shall pay all costs of escrow, title insurance and conveyancing. b. Proration of Taxes. Nontaxable County property. No proration. 3. Close of Escrow and Possession. The Grantor shall retain possession of the Property up to and including the date of recordation of the Deed. The Agency shall deposit funds in escrow within sixty (60) days after receipt of written notice from the Grantor of their intention to deliver possession to the Agency. Possession to be delivered to the Agency upon close of escrow. 4. Risk of Loss on Grantor. Any and all loss or damage to the Property or any improvements thereon occurring prior to the recordation of the Deed shall be at the risk of the Grantor. 5. Improvements included in the purchase price. The purchase price shown in paragraph 1 above includes full payment for land and the following improvements which shall become the property of the Agency on close of escrow: a. Shop Building, 36' x 62' b. Hose Tower, 12' x 16' c. Storage Shed, 12' x 24' d. One Gas Pump - Turbo e. One U. 6. Gas tank f. One U. 6. Waste Oil tank *Payment provided in above clause will be made in accordance with the following schedule: one-half at close of escrow and balance Microfilmed wr •fn board order & �~�, 400C 11 197 8• r- It is understood that the Grartor will retain and remove from the Shop building the existing generator, air compressor, and overhead chain hoist. Grantor to also retain and remove diesel tank and pump located adjacent to the Shop Building. 6. It is understood and agreed that prior to such time that the Agency renders the Cleaveland Road driveway inoperative, it shall replace at Agency's cost a like and comparable driveway entrance off Cleaveland Road into Grantor's remaining property or, Agency shall replace said driveway concurrently with the refencing of the grantor's northerly property line, whichever comes first. Grantor retains the right to utilize the existing driveway until such time as it is relocated. Date April 2. 197$ Contra Cost ire Protection District Grantor ��e�2 B R. I.Schrodef' Ri hard Pearson airman, Board of Supervisors Recommended for Approval : PLEASANT HILL REDEVELOPMENT AGENCY ,V52 � Contra Costa County Fire Protection D " t. Executive Director ATTEST: J. R. Olsson, Clerk Real Prop y Division for Contra Costa County By PLEASANT HILL REDEVELOPMENT AG CY Deputy Clerk Y , -CONTRA CONTRA COUUY ounty dm nistrator Contra Costa County Fire Protection District Station #5 - Boyd Road EXHIBIT "A" Portion of Lot 9, as shown on the Map of Highway Junction Subdivision filed December 6, 1920, in Book 17 of Maps, Page 337, in the Office of the County Recorder of Contra Costa County, described as follows: Beginning at a point on the west line of the parcel of land described in the deed from Larry Surano, et ux, to Contra' Costa County, filed in Book 4275 of Official Records, Page 434, distant thereon North 0* 56' 06" East, 169.22 feet from the southwest corner of said parcel (4275 OR 434); thence continuing along said west line, North 00 56' 06" East, 310.78 feet to the southwest corner of the parcel of land described in the deed from Leonard D. Fenton to Jeannette W. Fenton, filed in Book 6590 of Official Records at Page 201 ; thence along the south line of said Fenton Parcel (6590 OR 201) South 890 09' 53" East, 97.09 feet to a point on the westerly line of Cleaveland Road from which the center of a curve having a radius of 1 ,030 feet bears North 83° 09' 36" East, 1 ,030 feet; thence along the westerly line of Cleaveland Road and the aforementioned curve, southerly and easterly through a central angle of 8° 41 ' 56" an arc distance of 156.38 feet; thence South 60 50' 47" East, 127.35 feet; thence South 1° 00' 00" West, 32.00 feet; thence North 89° 02' 43" West, 147.103 feet to the point of beginning. Containing 39,218 feet more or less. BOARD OF SUPERVISORS, CONTRAS COSTA COUNTY, CALIFORNIA Re: Completion of Proceedings ) RESOLUTION for Vine Hill Way Sewer RESOLUTIONN��0. 78/344 Boundary Reorganization ) (Gov.C. 5556430-56432) RESOLUTION CO.MPLETIN;G PROCEEDINGS FOR VINE HILL WAY SEWER BOULIDARY REORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES THAT: Application for the subject Reorganization was made by the Central Contra Costa Sanitary District and filed with the Executive 0`ficer of the Local Agency Formation_ Commission of Contra Costa County on February 2, 1978 . The P.eorgarization proposed was for the following charges of organization: 1. The annexation of certain territory (6 acres) to the Central Contra Costa Sanitary District, located entirely within Contra Costa County. 2. T.-.-- annexation of certain territory (2.4 acres) to Cie :.It. View Sanitary DistrictC, located entirely within Contra Costa County. 3. The detachnent and annexation or four small parcels of territory from one sanitary district to the other, all located entirely within Contra Costa County. The reason for the propcsed Reorganization is to provide economical server services to the affected territories. On March 1, 1978, after public hearing, the Local Agency Formation Commission of Contra Costa County approved the Reorganization, as set forth above. The particular changes of organization described hereinabove, and ar_v terns and conditions applicable thereto, along with any findings, statements of supporting facts, reasons and determinations of the Local ':gencv Formation Co:lmission relating thereto, are as rLore particularly dcscribec in the Resolution of the Local Agency Formation Conmussion of the Countv of Contra Costa '•Iakir_g Determinations and Approving the Vine Hill Way Sewer Boundary Reorganization, passed and adopted on Mach 1, 1978, a copy of which is on file :with the Clerk of this Board. Tile legal descriptions of the affected territory for each change of rrgani zation are as shown 1n Exhibit �� , attached hereto. -1- P 30LUTIC': _:0. 72/34Y �JOi,CJ This Board, at the time and place set for the hearin-, had the determinations of the Local Agency Formation Commission read aloud and they, called for evidence or protests as provided for by Government Code §56434. At the conclusion and after all persons presence were given an opportunity to be heard, t2his Board found that the proposed Reorganization would be in the best interests of any people in the area of said Reorganization, round the territory of the subject Reor- ganization to be legally uninhabited, and deternir_ed that protests comprised less than 25% of the landowners in the territories, owning less than 25% of the land therein, and less than 25% of the voting power of any voters residing therein. Therefore, this Board hereby ORDERS the subject Reorganization without an election. The Clerk shall transmit a certified copv of this resolution along with a remittance to cover the fees required by Section 54902.5 to the Executive Officer of the Local Agency Formation Commission. PASSED and ADOPTED on April 25, 1975, by unanimous vote of Supervisors present. DCU:s cc: LAFCO - Executive C==icer State 3oard of Ec_ualization County Assessor County Recorder County Auditor-Controller Public Works Director Central Contra Costa Sanitary District Mt. View Sanitary District Elections -2- RESOLUT-10" NO. 72/.344 r+!1 OCAL AGE:-;Ct FOX,4TIC� 55-79 Contra Costa County, Calif orni.i Uescription Late: 3/1/78 By: E:�CHIBIT "A" Vine Hill Way Sewer Boundary Reorganization Detachment from the Central Contra Costa Sanitary District and Annexation to the Mt.View Sanitary District Being a portion of Rancho Las Juntas, described as follows; Beginning at a point on the common boundary of the Central Contra Costa Sanitary District and the lit. Vier Sanitary Di.strict,'.said point being on the southern line of Center Avenue, said point being on the t a northwestern line of Parcel "A", as shown on that.certain nap filed ._ June 17, 1970, in Book 13, of Parcel Maps, page 22, said point also being the Most eastern corner of Parcel "D", `tract 47441, filed Nove!nbdr 4, 1977, in rap Book 204, at page 9; thence North 640 Oo' 37" East, along said common boundary and the no:thwestern line of Parcel "A" (13 P.H. 22)7 237.64 feet to the most northern corder of said Parcel "A" (13 P.I . 22); thence South 390 46' 23" Past, along said common boundary and the .north- easter.^_ line of said Parcel "A" (13 P-Ii. 22), 102.71 feet to the south- ern line of Center Aremse; thence, leaving said co wton boundary, Westerly, along the* southern line of Center Avenue as follows; Westerly, along a curve to the le=t wne center of vlr ch bears South 2' 59' 07" West, with a radius of 458.00 feet, .through a central angle. of 90 17' 07", a distance of 74.22 feet and South 830 42' 00" West, 206.641 feet to the point of beginning. Containing .26 of an acre, more or less. t �= ' ' ' '', 111 � l,`�lt�l➢� - 2 - Vine Hill Way Sewer Boundary Reorganization Annexation to Elt. Vier Sanitary District Being a portion of Tract 4744=, filed November 4, 1977, in ::aa Book 204, at page 9F, *described as follows*; Beginning at the intersection of the southern boundary of the I•It. View Sanitary District with the northern line of Lot 23, of said Tract 4744; thence, leaving said boundary of the Ht. Vier Sanitai- District,- South 850 28' 13" East, along the northern-Line of said I,ot 23, -50 feet, more or less, to the northeastern corner thereof; ' thence South 70 15' 42" East, along the eastern line of said Lot 23, 53.00 feet to the southeastern corner thereof, said point also being an angle point in the. northwestern line of I,ot 22, of said Tract 474,4; thence Southerly and Westerly, along the northwestern line of said lot 22, as follows; South 70 15' 42" East, 147.00 feet; South 270 00' 05" West, 197.52 feet; South 710 30' 19" West, 171.00 feet; North 580 21° 28" West, 109.00 feet a.-.d Sou-h £50 21' 46" best, 120 feet, more or less, to its intersection of the southern bounndarl of the I•It. Vier Sani tary District; thence Northeasterly, along the southern bound- ary of the Mt. View Sanitary Dist-rice, 550 feet, more or less, to the point of beginning. Containing 2.23 acres, more or lass. - 3 - Vine Hill Way Seger Boundary Reorganization Detach.::ent from the 2:t. View Sanitary District and Annexation .to the Central Contra. Costa Sanitary District (Three Parcels) Parcel Cne. Being a portion of Lot 22, Tract 4744, filed November 4, 1977 in tiap Bo&,c 204, at page 9, described as follows; Beginning at the intersection of the southern boundary of the Mt. View Sanitary District, with the eastern line of Morello Avedue .and the southwestern line of said Lot 22; thence, leaving said bound— ary of the tit. View Sanitary Lti strict, .Northwesterly, along the east- ern line of liorello Avenue and the western line of said Lot 22,- 20 feet, Wore or less to the southern lune of Lot 53, of said Tract 4744; thence North 850 21. 40" East, along the southern line of said Lot 53, 30 feet, pore or less, to its intersection with the southern bour_dary of the Mt. View Sanita.� District; thence Southwesterly, along the southern boundary of the I-It. Vier Sanitary Mstrict, 30 feet, rare or less, to the point of beginning. Containing .01 of an acre, more or less. Parcel Two. Being a porticn of Lot 21, Tract 4744, filed November 4, 1977, in I•iap Book 204, at page 9, described as follows; Beginning at the intersection of the southern boundary of the ,.t. Vier Sanitary District with the*northern line of Lot 23 of said Tract 4744; thence leaving said southern boundary, Borth 850 28. 13" VIest, along the northern line of said Lot 23, 50 feet, pore or less, to the northwestern corner thereof; thence North 70 15' 42" west, 37.50 feet to the southwestern corner of Lot 20 of said Tract 4744, thence Borth 820 44' 18" East, along the southern line of said Lot 20, 104.00 feet to the southeastern corner thereof; thence 'North 70 15' 42" ;test, --- along the eastern line of said Lot 20, 51.415 feet to the north eastern corner thereof, said point also being the southwestern corner of Lot 17, of said Tract 47441; thence South 87- 52' Ot" East, along the southern line of said Lot 17, 305.623 feet to an angle point therein; .thence North 640 005' 37" East, alcng the southern line of said Lot 17, 55.00 feet to the northern most corner of said Lot 21, •said point also being on the southern boundary* of the lit. View Sanitary District; thence Southwesterly, along the southern boundary of the iIt. View Sanitary District, 180 feet, none or less, to the point of beginning. Containing .13 of an acre, Wore or less. Parcel Three. . Parcel "D", Tract 4744, filed November 4, 1977, in Map Book 20'-:, at page -9, described as follows; Beginning at the intersection of the cor.Wmon boundary of the 111t. View Sanitary District and -the central Contra Costa Sanitary Mstrict Vit-h _Uie soLLthe= z ne of Center. Avenue, said point also being the most eastern corner of said Parcel "D"; thence South 640 06' 37' West, along said co=oz bounda—x j, 168.44 feet to the most eastern corner of Lot 161 of said Tract 4744; thence, leaving said cc,-mon boundary, North 17" 32_,. 17" best, along the eastern line of said Lot 16, 57.60 feet to the most northern corner thereof, said point also• being on the southern line of Center Avenue; thence North 830 42' 00" East, along the southern line of Center Avenue, 170.00 feet to the point of beginning. Containing .11 of an acre, more or less. � �3IJG 'i 5 Vine Hill 1-iay Se-,,er Boundary Reorganization Annexation to the Central Contra Costa Sanitaz-tf District Being a portion of Lots 21 and 22, Tract 4744, filed November 4. 1977; in Hap Book 204, at page 9, described as follows: Beginning at the intersection of the southern boundary of the Mt. View Sanitary District with the northern line of Lot; 23, of sajd Tract.- 4744-, thence, leaving said boundary'of the Ht. View Sanitary District., South 850 28' 13" East, aloe; the' northern line of said Lot 23,. 50 feet, more or less, to the northeastern corner th reof; thence South 70 15' 4211 East, along the eastern line of said Lot 23, 53-00 feet to the. southeastern corner thereof, said point- also being an angle point in the northwestern line of lot 22,. of said Tract LqLpy,,; thence Southerly and Westerly, along the northwestek"n line of said Lot 22, as follows; South 70 151 42" East-, 147.,00 feet; South 270 00' 05" West', 10-52 feet; South 710 30' 1911 West, 171-00 feet; North 580 2311 West, 109.00 -feet and South 850 71, &6,, west, 120 feet, more or less, to its ini'tersecition of the southern boundary of 'the Zlt.Vlew Sanitary District; thence, South-,resterly, along the southern boundary of the Mt. View 3andtary District 30 fee', more or less, to its inter_ section with the southwestern line of said Lot 22, said point being on the eastern*line of :gore?to Avenue; thence, leaving said southern boundary, Southeasterly, along the southwestern 11ne of said Lot 22, also being the eastern line of Morello Avenue and the northeastern line of Vine Hill feet, more or less, to a point -which bears Nor 600 591 34" -East, 105 feet, more or less, from the most northern- corner of the parcel ef land described in the deed to Andy E. Cu-.dn,:,rs et Ux' , recorded April 19, 1955, in Book 2517, of:Of Records, P-19P 496; thenc6 South. 60' 59' 34" lorest, 105 feet, more or less, to the most northern corner of said Comings parcel (2517 OR 4196), 0 said. point" also being on --the southwestern line of Vine Fill '.-Tay, said point also being an angle point on the boundary of the Contra Costa. Sanitary District; thence Southeasterly, Northeasterly and Northwesterly, along the boundary of the Central Contra Costa Sanitary District, 158,E feet, more or less, to its intersection with '.he southern boundary of the Mt. Vie-,,r Sanitary District, said point being the most northern corner of said Lot 21; thence, leaving said boundary of the Central Contra Costa Sari-Itary.District, Southwesterly, along the- southern boundary of the lit. View Sanitary District, 180 feet, more or less, to the point of beginning. Containing 7.43 acres, more or less. IN THE BOARD OF SUPERVISORS OF CONI A COSTA COUNTY, STATE OF CALIFORNIA Abandoning a Portion of the Drainage ) RESOLUTIOTI NO. 78/371 Easement on Lot 38, Subdivision 4496 ) Date: April 25, 1978 in the Danville Area ) Resolution and Order Abandoning County Drainage Easement (Gov. Code 50438, 50440, 50441) 'The Board of Supervisors of Contra Costa County RESOLVES THAT: On March 14, 1978, this Board passed a resolution of intention to abandon the County drainage easement described below and fixing April 25, 1978 at 10:30 a.m., in its chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for the hearing thereon, and ordered that the resolution be published and posted as required by law, which was done as shown by affidavits on file with this Board. The hearing was held at that time and place, this Board hearing ancl.duly considering evidence offered concerning the abandonment. The abandonment covers a triangular portion of the drainage easement lying within Lot 38 as shown on the map of subdivision 4496 filed June 19, 1974 in Book 170 of Maps at Page 7. The drainage easement was dedicated with the recording of the final map for subdivision 4496. Subsequently a hone was built on Lot 38, a portion of which inadvertently protruded into the drainage easement. The portion of the drainage easement to be abandoned is that which is occupied by the home and is triangular in shape and contains approximately 13 square feet of area. The Public Works Department recomm.-..nds the abandonment. There were no objections to the abandonment. This Board hereby FINDS that the proposed abandonment will not have a significant impact on the environment, and that a negative declaration has been prepared and processed in compliance with the California Environmental Quality Act, and that it has reviewed and considered the information contained in the negative declaration. This Board therefore hereby further finds that the hereinafter described portion of the County drainage easement dedicated to public use, is unnecessary for present or prospective use, and it is HEREBY ORDERED ABANDONED. The Director of Planning shall file with the County Clerk a Notice of Determination concerning this abandonment and the negative declaration. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. PASSED by the Board on April 25, 1978. Originating Department: Public Works Land Development Division cc: Recorder Director of Planning Public Works Director Dame Construction Company P. 0. Box 100 San Ramon, CA 94583 EB1IUD Central Contra Costa Sanitary District Contra Costa County Water District Stege Sanitary District of Contra Costa County Oakley County Water District West Contra Costa Sanitary District Pacific Gas & Electric Company, Land Department Pacific Telephone Ccarmany, Right of 1i'ay supervision Thomas Brothers Maps County Counsel RESOLUTION NO. 78/371 re Subdivision 4496- Lot 38 Abandonment of Portion of Drainage Easement A portion of that parcel of land shown as "Drainage Easement" on Lot 38 as said lot is shown on the map entitled "Subdivision 4496" filed June - 19, 1974 in Book 170 of Maps at page 7, Records of Contra Costa County, California, described as follows: Commencing at the intersection of the southwesterly line of the drainage easement of said Lot 38 with the easterly line of said Lot 38; thence, along said southwesterly line, N460 14' 34" W 50.37 feet to the true point of beginning of the hereinafter described parcel of land; thence, from said true point of beginning leaving said southwesterly line, NSo 29' 57" E, 4.46 feet; thence, N820 44' 34" W S.88 feet to said southwesterly line of said drainage easement; thence, along said southwesterly line S460 14' 34" E 7.49 feet to the true point of beginning. Containing an area of 13 square feet of land more or less. Checked 4-22-76 WEL:JN f� i 613 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans and ) Specifications for the Remodel for ) Family Practice Clinic, Martinez. ) RESOLUTION NO. 78/_372 (4419-4280) WHEREAS Plans and Specifications for Remodel for Family Practice Clinic, 2500 Alhambra Avenue, Martinez, have been filed with the Board this day by the Public Works Director; and WHEREAS the Architect's cost estimate for construction is $35,000; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class 1A Categorical Exemption under the County Guidelines, and this Board concurs and so finds; and the Director of Planning shall file a Notice of Exemption with the County Clerk. IT IS BY THE BOARD RESOLVED, that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on May 25, 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 14ARTINEZ NEWS GAZETTE, PASSED and ADOPTED by the Board on April 25, 1178. Originated by: Public Works Dept. Buildings and Grounds cc: Public Works Department Architectural Division Agenda Clerk Director of Planning Architect RESOLUTION NO. 781372 FILE U fIOTICE TO CONTRACTORS -� (Advertisement) ` Ai'1R X51978 Page 1 of 2 DIVISION A. NOTICE TO CONTRACTOR J. R. O:SSON CLUK BOARD OF SUPERVISORS CO TRA COT C (Advertisement) B - - Notice is hereby gi%•en by order of the Board of Supervisors of Contra r Costa County, that the Public :'orks Director will receive bids for the furnish- ing of all labor, materials, equipment, transportation and services for: Remodel for Family Practice Clinic at Contra Costa County Hospital , 2500 Alhambra Avenue, Martinez, California, Budget Line Item No. 4419-4280. The estimated construction contract cost (Base Bid) is $35,000. Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, Martinez, California. The Drawings and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications may be obtained at Room 112, County Courthouse, Martinez, at no cost. Return of Plans and Specifica- tions is requested. Documents may be obtained by mail with a written request to the Public :'Works Department, 6th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Design and Construction Section at telephone number (415) 372- 2146. Each bid shall be made on a bid fora to be obtained at Room 112, Courthouse, Martinez, and must be acco:rpanied by a certified cashier's check or checks, or- bid bond in the amount of the ten percent (10-1 of the base bid amount, made payable to the order of "Tile County of Contra Costa" and shall be sealed and filed with the Public Works Director. The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if auar ded 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 Contra Costa County. Bid proposals shall he sealed and shall be submitted to the Public Works Director, 6th Floor, Counter A(Elinistratien Building, 651 Pine Street, Martinez, California, 9.1553, on or before the May 25, 1 ;7', at 2 P.M. , and will be opened in public immediately aster the til:le clue in the 6th Floor Conference Room, 61Lh Floor, Adrlinistr'ation Building, ;tartinez, California and there read anis recorded. Any bid proposal received after the time S!•eci i led in L110 Notice ".''l l l be GOi.>t u -3 Microfilmed with board order • NOTICE TO CONTRACTORS (Advertisement) " Page 2 of 2 to DIVISION A. NOTICE TO CONT?ACTORS (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''J) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem -wages and rates for legal holidays and overtime -work in the locality in which this work is to be performed for each type of workman or mechanic required to exeucte the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over S50,000, a Contractor shall be required to submit for county approval an Affirmative Action Plan (See Division E) . The said Board reserves the right to reject any and all bids or any portion of anv 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 JX-IES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By u ty DATED: April 25, 1978 PUBLICATION DATES: Rev. 11177 SPECIFICATIONS , FOR REMODEL FOP•. FAfflLY PRACTICE CLINIC CONTRA COSTA COUNTY HOSPITAL 2500 Alhambra Avenue, California Budget Line Item No. 4419-4280 Prepared by ARMAS SOOTARU A.I.A 610 Las Juntas Martinez, CA. Prepared for Public Works Departizent Contra Costa County Sixth Floor Administration Building Martinez, California FIL E D File: 250-7812 G /� G�� C' APS 1978 1. R. OLSSON CLERK BOARD OF.SUPERVISORS C RA De u By Microfilmed with board order Family Practice Clinic Contra Costa County TABLE OF CONTENTS No. of Pages DIVISION A. Notice to Contractors (Advertisement) 2 DIVISION B. Instructions to Bidders 5 DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement 4 DIVISION E. Equal Employment Opportunity 9 DIVISION F. General Conditions 25 DIVISION G. Not Used DIVISION H. Alternates 1 SPECIFICATIONS Pages DIVISION 1 - GENERAL REQUIREMENTS Section 1A - Project General Requirements 1A-1 thru 1A-4 DIVISION 2 - SITE WORK Section 2A - Demolition 2A-1 thru 2A-2 DIVISION 3 through DIVISION 5 None in this Contract DIVISION 6 - CARPENTRY Section 6A - Carpentry, Wood Doors and Insulation 6A-1 thru 6A-4 DIVISION 7 - MOISTURE CONTROL See Section 6A DIVISION 3 - DOORS, WINDOWS, AND GLASS See Section 6A -1- TABLE OF CONTENTS 4 Oki t J Pages DIVISION 9 - FINISHES Section 9A - Gypsum Drywall 9A-1 thru 9A-3 9B - Acoustical Treatment - See Drawings 9C - Painting 9C-1 thru 9C-7 9D - Resilient Flooring - See Drawings DIVISION lO through DIVISION 14 None in this Contract DIVISION 15 - MECHANICAL Section 15A - Mechanical Work 15A-1 thru 15A-3 DIVISION 16 - ELECTRICAL Section 16A - Electrical Work 16A-1 thru 16A-5 -2- TABLE OF CONTENTS 00 77 77 ' NOTICE TO CONTRACTORS (Advertisement) Page l of 2 DIVISION A. NOTICE TO CONTRACTOR (Advertisement) Notice is hereby gi�,en by order of the Board of Supervisors of Contra ' Costa County, that the Public Works Director will receive bids for tile furnish- ing of all labor, materials, equipment, transportation and services for: Remodel Re0Odel f0r Family Practice Clinic at Contra Costa CDVDtv Hospital , 2500 Alhambra Avenue, Martinez, California, Budget Line Item No. 4419-4280. The estimated construction contract cost (Base Bid) is $35,080. Each bid is to be in accordance with the Drawings and Specifications On file at the Office Of the Clerk Of the Board of Supervisors, RVVN 103, County Administration Building, Martinez, California. The Drawings and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications may be Obtained at Room 112, County Courthouse, Martinez, at no Cost. Return of Plans and Specifica- tions is requested. Documents may be obtained uy0O1l with D written request to the Public Works Department, 61h Floor, Administration Building, Martinez, . California 94553. Technical questions regarding the contract documents should be directed to the Building Design and Construction S8Ct1OO at telephone AU0b8r /415\ 372- 2146, Each bid shall be made on d bid fOnV to be obtained at RVOH 112, Courthouse, Martinez, and must be accompanied by a certified cashier's check or Checks, or bid bond in the On0Unt Of the ten percent /10"1\ Of the base bid amount, made payable to the order Of "The County of Contra Costa" and shall be Sealed and filed with the Public Works Director. The above-mentioned security shall be given as a guarantee that tile 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, D8g>8ct8 Or fails to enter into said contract Or to furnish the O8o2SsJry bonds after being ` requested to do 5O by the Board of Supervisors of Contra Costa County. Bid proposals shall be sealed and shall be submitted to til2 Public Works Director, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California, 94553, OA or before tile May 25 1978 at 2 P.M. , and will be opened ill public immediately after tne time due ln the 601 Floor Conference Room, 6th Floor, Administration Building, Martinez, California and there read and recorded. Any bid proposal received after the time ' specified in the Notice xill be returned unopened. , �� �� �-~ - �3� �� � j NOTICE TO CONTRACTORS (Advertisement) Page 2 of 2 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 (50.1 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 the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per them 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 exeucte 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. In all projects over 550,000, a Contractor shall be required to submit for county approval an Affirmative Action Plan (See Division E) . The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By_ JA14ES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By Deputy DATED: April 25, 1978 PUBLICATION DATES: Rev. 11/77 -4- t DIVISION B. INSTRUCTION TO BIDDERS- The bidder shall carefully examine the instructions con- tained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) License: No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit, if called for in the "Notice to Contractor", page 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee, if called for in the "Notice to Contractor". page 3, is a non-refundable payment to defray a portion of the print- ing and handling cs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTGR'i RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefor. lie shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furn- ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or ocher structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material whi•:h has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the leg or test borings, or other preliminary investigations, or of the interpre- tation therefor. -5- 'Rev. 5,'•76 INSTRUCTION TO BIDDERS (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 unlocked for developments may not occur. Making such informa- tion available to bidders is not to be construed in any way as a waiver of the provisions.of this article concerning the Con- tractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBLLITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- cluding withouc limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cuationed that such utilities may include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be obseried at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, nor cause injury to persons, and suitable warning signs, barricades, and safety n devices shall be erected as necessary or required. In connection wick the foregoing, the bidder's attention is invited to Section 12 of Division J of these specifications. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior co the dace of bid opening, the bidder shall submit a written request for a clari- fication which will be given in the form of addenda co all bid- ders if time permits. Otherwise, in figuring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Section 15 of :)f these specifications. SECTION k. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section C of this Specification) , with all items completely filled out; numbers shall be seated both in writing and in figures, the signatures of all persons signed shall be in longhand. The com- pleted form should be wtchouc interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from chose supplying these specifications. Rev. -6- SEC:ICN 4. BIDDING DOCMEYrS (continued) (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be consid- ered, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. (c) List of Proposed Subcontractors: Each proposal shall have listedeerei.n the name and ad cess of each subcon- tractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of � of 1 percent of his total bia, in accordance with Chapter 2, Division 5, Title 1, of the Government Code. See Section $of Division r-o£ these specifications for further reference to subcontractors. (d) Bidder's Securit•:: All bids shall have enclosed cash, a cashier's eneCK,�cerci_d check or a bidder's bond, as described below, executed as surety by a corporation authorized to issue surety bonds in the State of California, made payable to "Contra Costa County", in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION S. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6, WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any tine 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. An oral, telegraphic, or telephonic relviest to withdraw a bid proposaT ,'isnot acce�tnollee. '[Fie withdrawal of a of s ai 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. Rev, 5176 -7. Y` grc+1^04`7. PUBLIC, OEENING OF PROPOSALS Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alter- ation of form, additions not ca led for, conditional bids, in- complete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Fo m and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: if more than one proposal be offered by any individual, firm, partnership, corporation, association, or any ccmbination thereof, under the same or different names, all such proposals may be rejected. A part yy 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 agree- ment fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, 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. SECT104 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- ial provisions of the contract, all of which are detailed in the General Cunditions (Division E) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5l76 00680 SECTION 12. EXECCTION OF CONTRACT: The contract (example in Section 0) shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Satur- days, 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 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 accept- able 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 forfeit- ure 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 respon- sible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. Cn the -allure 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 -eadvertised or may be conscrc,cted by day labor as provided by State law. Rev. 5/7G .9 Bidder DIVISION C. PROPOSAL (BID FORM) BIDS WILL BE RECEIVED UNTIL THE 25th Day of May 1978 AT 2 P.M. AT THE PUBLIC WORKS DEPARTMENT, 6th FLOOR, ADMINISTRATION BUILDING, 651 PINE STREET, MARTINEZ, CALIFORNIA 94553. (A) TO THE PUBLIC WORKS DIRECTOR, VERNON L . CLINE, PUBLIC WORKS DEPARTMENT: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for Remodel for Family Practice Clinic at Contra Costa County Hospital , 2500 Alhambra Ayepij, Martinez. alifornia. -Budget Line Item No. 4419-4280 in strict conformity with the Plans , Specifications , and other contract documents on file at the Office of the Clerk of the Board of Supervisors , First Floor, Administra- tion Building, Martinez, California , 94553, for the following sums; namely: BASE BID: Shall include all of the work for the construction and completion of all facilities therein: For the surn of: Dollars ($ ) ALTERNATE NO. 1 : State the amount to be added to the Base Bid for remodeling of Ward No. 5, as indicated on the drawings Add the Sunt of Dollars ($ ) ALTERNATE NO. 2: State the amount to be added to the Base Bid for remodeling of Ward No. 3 as indicated on the drawings Add the sum of Dollars ($ ) (B) It is understood that this bid is based upon completion of the work within Sixty Days (60) from and after the date of commencement. -10- 6.0(1 It is understood , with due allow-rinces made for unavoidable delays , that if the Cont:-actor should fail to compicte the worit o�--the contract ,-Yithin the stipulated th-ic , than, he shall be liable Co the 0c-nier in the amount of _fifty_dol lars per calendar da-y for each day said work ro.mains Rn��� beyona the time for coi-,,,plction, as and for liq- uidat(wd dam-ages anci not as a penalty, it baing0 agreed and ex- pressly stipulated that it Would be impractical and difficult to fix the actual amount of damage . (D) The undcrsignc:d has examined the location of the -Proposed, ,:�mjliLjr with the Plans , SpecircaCion d 1742":: and is , - L,- s and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors Will not be -.C- s?onsiblc for any errors 017 OMASSiCnS on the part of L1l(;1 under- L SISned in making up this bid . (F) VII unders;1411ed hereby Cer-.LfLC.1 chat ChLs gcnu:ne and noc sham or coLlusLva, or maoe in the trisercic or 'n *-.,malt of any per:;on not 'herein named. and chi: -.!'e undcr5i;ned has not induced Jr ii1telced An! :)c1.-,Lr bjOzer :o put In a sham or any ocl-c., person, corporacicn to ref:--Ln from bidding, and Chat the undursiAned • has not Ln any manner,' sought by coLl.,;sLcn co secure for ftLm- sal-4 an advantage over any other bidder. Attached is a list of the names and locations of Che place of business of the suoconcraccars. (H) Attached Is bid security as required In cite Notice to Contractors. C Cash C= Bidders 3ond c Cashiers Check =Cer:'—`ied Check (1) The folio-itn; addenda are hereby acknowledged as telny in- cluaed iA the bid: Addendum r1 dated Addendum 4 dated Addendum 4 dated Lrm By Title Address Phone Licensed ;n accordance with in act providing for the rtz.-istra- Clon if Cont:actors. Classii--catioa and 1-Lizense No. Dacad this _day of 19 .iev. /76 A4, (As requirce by Jivi.:iion J• SeccioR �, Pari�Cdnh (C: (Suhsc'_:ution of Lt:;__d u�c.;tractor�: See "vivision Section o, Paragraph F. . Portion or Work tiame Place o; Bidders I I I I I I I I I I I I . I I I I I I � I I I _ I I I i I I I I -I3 DIVISION C. — riw?COAL (lid co:m Cont:L Ued I. C :mi'I:,,%TZ :3 C; CC:ILIA::C:: ...Tri (Each i�.:,.2:11dt.E^�;.:1 v£�r:+C j wlll 2'C^ll�r:? the Inclut'icn of the foll^.:Jla 1.1riCi1.3F,e ,13 d Lion of an-, �",ranl., Co.ntraCL,' loan, insurance, or. ouarartee involving fedarally aszistod Construction.) ,,.• ,� r Op. Z.UE V...,.AiC %,-. ::..'L G-1.r __ AT IT T L FJ LL'I CC.••°L� �.1 �.w,.J i ,Z Ci..s. .. By ?:.c: T I'.'Z O.0-211 113 r 5 ni.�l ,..,. C:,,�U.. , n.:J PUL=,J Ai;J P. CuLI T IGNS !0511:0 i(t Rz"U J2;R ;iHlCri ,�.�.� i:�P.?.isY ..:CCi?— �, ;- PCI:,,T::J BY i'... ?.id:N'Ci, AS ;►PPI-0i�I«Ts. '1c1.3 CO:�TiL�C l0it CO,o�:I..: I:��w� ,�,,,, V „TT,,...,, pP.Qi� Ri.i GIGi J E_TD CP. C,7FLR C:I_ TO .ri'uCii wr.rLlni C:. BY L'I:�:�I i1, 0 n r, "" T:UX i OR SUBCVu 1 tL,C.. BY SIGi;I:iv C., O—MSR*.=-S ACCsP ::.0 A CCi; Signaz,ura of authoriuu r epr ese Mati.e of biadar } k1 l 1 -x Z a:Xq c.;.;`='s. `t -• x x.Six t,`i.:P'� "`.�'st:" ,3',,:.�.+.1 ' r �,ny:, y-!'',. �' .a .�.. h �: it �>• y • nw" ;it s#, y4r "r M«� .Y.�' u} ,tia z`.x.. ., b'„✓- ..,ci;t,w a $ js aUs ktt�t >t� rL aid ri + r <'v �& * • + t� ittx r. � =as; .��` }t a Y L 4 �^ •5 �., � .(ni,, s � Y � � t3; Y r � [ r r !I - �Sa. DIVISIOn D . ARTICLES OF AGREEMENT (Contract ) (CJnstruCticn Agr.c-ent) (Contra C--3t,2 County Standard For-t ^.dose maria! terma are incorporated baicv by reSa: :ce. ?cr:ies: (Pudic Agency] (Cortractorl ' tt:ccp.0 to lea l :s:..a t (52) :.;;aa:L'Ja �c:. (See ,ri Lor startin; rate.; {53) .:Ie work: (54) C.arpla:don '. re: (stri):e out (a) or (51 and "calan•_ar' cr ";orair.zr( (a) By I•ulate) {b} WLI-hin caiondar/vor i nZ days from start*,-.-.; data. {55) Lsqusda:sd Z.-maa7cs: 5 per caluncar day. (5fi} ?•r$Zio Agena)r': Agent: (57) Con:rao. ?riser S (tor unit ries eoatraats: roto or Lass, in accore:anca = u.t uaatit:an at at cic prices.) (Strike out aarontnCt.ca1 matar:.t..i:*inappiicaoia.( /•, 2. Byi (?rasidsnt, chairman yr Cts er �caigzatad ^.crraaaacatiroi t (Secratary) Con:r:atar, herocy also ice:nct+led;irg a 4raress o: and compliance ait.'1 Laaor Code ;13al cor.uarning Workers' 3anpensat.cr. .ax. B j tLt:62 nate 3:..C:a: Capacl (�..�.�:�PQ.4n:,i'. . � r ty to ..:t.t a:talaCSSt $EAL( syr (:.aa:�nata o._:c:a: uaaac:ty .. tuu must;asst. :Jars :o Con:raa:or 1 i) -rnauta .Zou, and (_) i a a;rpora• :don, c;';ix cartura:e Sam:. . . . . . . . . . . .. . . . . . - . . . j State of California ) 5er .tc. -.7:•F _ (hy Carporatian, County of ) Pars neru:tij), or indiLt3uai) The Poraon(s) signinq abova Lar Contractor, known to cc in individual and busin.:ss espactty as stated, porsonaily aproared oafore mo today and acknouicoea .Yat ao.,taoy executed it and that t:w corporation or ?artnersniu narcu ,:neve oxacut.:d it. oatcdt (VO ARIAL Fora 'u'r 0.20 by County Counsel, (Page 1 of ;) 1 1 � Llt;� ' �..+}1' V��•�4h�`'•hJ��Y tf / � '" > t A^ y - 4ii �' '� h^Ss*` ! L `�� t -yl Y'k�iY M... .� y • nTkt a �4 1i.a' >SG. .� y.. etgp i..1 t.*'�.h}Y t ^•tt't:^t r;,:t�')et�it;a':�,d�+r res.M. t a. , t r �_,` � :Y .. eoti s v. .5:4. s r;"S-k,`7�k+..5✓,,_,•+� � �4 ;�xF .k rs s ��A�-�,`.2; .:.+". •t.,:'.'�a •m�ati��,�.'vr .�v.+st'�t5, �}.y�.t7.k �'qt �;t �x`-z-� -�„- . ���4 r ,_; 's. s.,ax r �a x�.�+ri�'�`,"7,'��•y�`'��.wc�r z��',r '`au�'��+m-t "���"'�i � i� .�ti� ,o a � `'�^":�y�'�„, v.rs'"LF�., '�,e r C;v� +� .y, *�; .}x �yy �L J�..i��.� +i� �.M%&.;.;rte''�w.§•�+,xe'+s4� ,�'�5 j����; �t�.N„�r.. � h��r� �.�'`��2''�3Y�'+ �,+"�i�gj�Y�i� �'S�i6tt4;tt• tk §� . s . , _��3n'.ire§A .�'��'".*N,'�^,,'�r�1`•�4+•Rk�,�S`T� r :�. L tt S}� a*i,,c,��E�����y,�*jyv�.,l�1 ».+�. .,r,e+ r Sz.ct�t�`.S�'�•$'E{'���{ y , R ���i.�' ..fw:s•.a«, k ._ �a1'��.:�,{'���ae����^J,'i>. ,"�',a�`.._ .zt#�£s:�a:��- .T,r.. amx �*..nw �iL..'( 4'.�.r''z`� G�'a'F�yi+� r r 1.. - _. a3 .. - ... _.. _. - .3Gt. ...___;:Cr r «.a3C ":'.-:-C4• nC :nat� 31 1' - ___. __:�: Sec. I=) rn.:'- CC 3.:.. 3: ...:2 r•n COSL i:.r :a:7C. 1.'. ...'J .. - :. :. Snr SY_...-_:j ;cr::= 1n- ...- t:C:.. ,and _.-- .-..._r.. 3-. r. ._3:3,• .-- .. __..__ 3.r CC.^.•/Q.^ n% d:.0 '7.20 .:t 7.r_. o __. _ ._- __.::Q. O! acc=.3ancC•t1:.. ?:...__. _•.. _ :3r =._:1:'-S ln.'. -_..._..__. .-.-. .:o.-A Can =a -a:_ r - ••.-. ?�.___ i::1n=•'3 -- __.en+Cr r ata=-�+':' 3-_ . Chit-.Ca and .- -O3. 3. _r .O' .r _._23: -:r Z.-.z _._._ A;=ney 3n 3:: never n i'.'4•:O pay -OrC -nanrS;ac-.-ac �3=. i-.......r_ 3*.;=.. ... r___.. _. ,4• -uP. *::'::C: ;7 ?SCC:- =3- _ 3n 1:_ 3: •'_ ..r... as Qir?^r a:: in - 3:3Ci- ..r «:8 .•_- 1J .O ._=C3acf AZU 3Aa-- rpa<T4 aS-.0.�.2Cif:J:: i.: 3. I-/•"_r1,••�•°'D �i:l+.'•i�S. �� .ne C=-.:3=141 .a__ t'.-is t is "Cc:.racz :d :3 4cr. • Vi:: .. .nQ t1::1 _.:a:. .:Q:4- .. a.-r,Snca ca::= -.S.:a :.-C= C0nCi3s '33 •� he .b.Qcc-4's liaBla t0 :e ?::O:.r AzQ.-.1p a-- .-r lcrs^and da-ago .nC:C f. -f S.:r :ec3_3a, from the nJC.=Q c= the Casa, :t I3 am wi:1 :C .-i.:3C-.r_:13 xnd extrane-'1rui..iO_.r a ascertain and fi:. t:a 7=1iC ACC:�f'a••aC-r3. rr.ac2 fr_n'3--y cUlay S :arf1 wr..=a•-arSCf, it it S;:CCr CC :act r :1i- r1 a3 r .a:_r da.- Ccs to ..:a 7.. _ .;.^..::;: .ns :OJSCJY^:a sL'•a 3rac-fi3d it SJC.•1• :a :Qs1: Of he Oart:as, raa3c n--z" es: :3 jai^ 1^.6:3 is -- OCnSaC.r.. :►•:sfrr f- _aCn 03:-. .1ar 117'3 .1111• .. j:.._r -. . 143=-t/i:. and :! he 33 .Q to .rr_^r_ 11 1-�..- I.;2:.�: -1, _. rr.-r. .r -. ..-S:Sia7•I•Ga:;uc: -n! Ad-.0 fr - an -...., r-. .- ...... -rG_- ..0.:..rr. -.-- ...:5 •.... :f .La ?.c--r '.iaAC/:.-r- a:.j•r ria,•Sr...r...31 r -r r•..-a.•. ]:r.-.Of »OraCr M:-.2.^s: C: . - ..-r -..•s:al_ Ja a4dul. : no _-:. o ac. :4:--:. but i- 3nsll act -d_ct"ad a watver :or =a _scc to ant r:; ::a Agency :a dara;as !_. ..cn-r_:- -._ 1. d_a ncr .a.ne_r. ?_r _a.._ a :)a^ �a =:.3 3e=. 4213. ..s C3 rs- _ ncc -- aaa=zac '1=.:crr ^.:=3;05 fc- dala. _.. :3:_-•• t.':z t:o::, .:ncn s_c-�d21a1•..13 ca_rza =/ -..-u. - utility a prcv:do�fc. -arzva-' -. =a:_1s::cn of •a:_r:i:;+r._1:ty fat::i_cas. 6. The plans. at: :;s and 3�a::ficr:inns Or spJ=:a1 ;.-=---.34:A3 O. U..2 •-J--O .yC: =1�1. z:-'! !- .dr and ..:.rr:-r'C 3.._aJ.-` tJ. . f=: :.:3 S. :.{ -r3 tiara=y :;Orate:.' 1::o :..:3,. .-..f An(; :Jy 3:C i:. .-rrrr :3 _O-•1_8:1:3, Sc -:1- e':•:; c:-*r-. ::;ss=ee:=:=aem-: spac:1: pr=v:3iCn3,•_: 111=0 :3raa.•.3 :o =a a::3 as aCr. Ln..=nar Sat fart. :n --Oca, :a -:J :aza 3na:_ :a finr:il .1=11::.1:4 L' '•� r'.2:-r ..;1n1;'i C Agan". s aci!ica in Sac. I. :g 7. ?A'!!1° (al Y:= :i- s: _..S L'taxa: :211-1: o= _ eza _ _1113 sad JS:3 JS ^•C= cen3a: OA f:: 1:. .. :S vcrn' ..a-r�J:i= :�anC;: Sn3i:• '4•1 .:] J: rata: -• the z:.: s tae:f:as: In lac. 1, a:.ca: .:at _a .n:t :ca ecat:ae_r «.a palaJnt�s.z.- :a fer finiaaac quant:t:asr_ ❖u: a.' ?r:=cs. (b) on c: aicut ::e fits: a1y Of Qac: %he Ccntractc: saa1: 3_111 :o the ?,='.-,c i.gancl a •tar frac: a*p1 cat_=n ::. a rant, 3 naer.:d by a str._.:.Jn: all =ater:als aetsal:l inztal'_eci .n, zhe recti';-:g ncc:tn. t:3a l.abc: .1.411 .na:lcn, and tn1 c--z-- _.;s:ro: wacrou cr., a?:.. -:a:.iny, .:3a ?_ l:c Aganc. s.-.3: -as.a tO Cant:acca: a tar..' acJ .or :o a:or._ sr. - , :a to -:a, » nus :3t� :a:cc: to .:ova:--crc =a Sec. ..=t uta:._ -.__ 1va :cre. and =ata:-res tiava ;een• rar..ovet., raplacad Jac lade ,cou._ (a) ••::C O: its J.}attt ::XI. .-.::Oi.'. anp 111--1-•:. Jr ucJu.... J: .ata: U:J.:1Vereu aViWJCJ nu-111-Vi a: or any :O pa1'Ran:. to 3UC1% extent and per.ad of t1k•u only as -ay 3.2 necezaary to protect _:a Pull-1;.." :.:a n.j f:ca lass bucau74 of: (1) Icfect:va work not ro :Cied. or uncc:r..p:etal :tory:, tar (2) Clams idea or reasona:.i:u av:.:Qnce ....scats::-) 0r.:2azle finny, or (3) Fa11-:re to prego:ly pa/ s:_eont:aa:c:s or fcr catartai or :a=Jr. or (4) 7aaSQn4L jj couut t.tat t::a ua:k Can .+o Ccr-piacnd :or t tw balanca ttun :apa:e. or (S) caraue to acot.:ur contractor, or (6) CanagQ to ---.4 ?ulic .tgenc-/, otnar cnaa clanlga dues to delays. (b) he public Ic;uncy shall -4z-i .24sonJola .:ili,once to L:i7cover anti raoort :o � a Contractor, az ..:a »7rX pr=;:J3aJ3. :U :J:a::ala anv. :'-Cc wniCn arta ..-1 as::S:.2r:'•:( .O ' it to 19 tO..4VO1.:. or cost :o -he Co.:L v.a:zar :.1 -a»::a j:z- any duca=t. a :torr. cr pars. (cl 15 :a:am!ar daps attar :nes ?'.1:= Ayancy f:1cs .t3 notS=J cif (73:;C 2 of 31 �.. -1: : xt��t• ±a • 't c� t . '"/' C �,'s w f i a1. i� t� r ""; 131'4 .i -..� r' �„�•�:SSw:.� 11..,.1 r �4 `?,': � F)7 T..�;tLy, �'S 1 i• S 4i iT i ?j._} � !w� •:s ,ti.' 4 1 a •''f•!� ..,y�i } i'�w }r t `n %� ., :h.1;�� S�i''l' ��.?"S3y;�.1i�i", ls;,. :Y• i", �4er<,�'i1i"'.`#.'<k.w� .r .sz.;,` 'C4.,. w.. { .+ •i.-.�rpirt• Se'�i r �x��Y f r ",..`*ti�jftF'e,.e t a�t ��+,,. J;�f��`e"n`''�"�/.+'S-i'+,.�r+,?.,.�. 5 4�,� ...1e>w. .w^{ ....y ,sR+' �. _ , �.r.�,d.,.�F L-S ,�a�t..1 fi+�y 4:'�:• �� r � *;•r.--, �:ior�':i?- i ii�" +'g«-4T at ...� 'yTrl '1� ir. h.`^ t� .; [ i:�}.,Ai4 x} y }'•YR- 'Yr'..4'1' Y�}dna�'L� .t ,..k. ...t!). .;� - �.r .a. ,49�e r,.Y t�•s a -Z>:i k`Y(,a 2 r 5, x• �• � ;-�"'2 � si FX 2.q���+1 e- .tr '':3?• + � .F.• s ...:� err^. ,�K„ v ti't�. n) •• � �,. w'F -* r Y :� .�, ra,'�.a� �� ��e.,5^.a.t.�t�t� � . � A. a++�� 3rz. i 5 rX ». . �l, •=� ,� 4 _ � t 1 G 1 +t ^. ..1�,''•i..^x« .� ���.�+�` . M`7 ,. 'Cc`'" i''0 ^"�,'' 7. `?_• 'e 11 �. 1i"x.� Six ••1++. 7�r fe c .. ! � '�' ': �r ti,e S r A'wt ..i� (� Icor;., snail __ .a a certificate t4 ::e Ccnt:3c:4r anu gay _ne bala.c_ o: .::a acs `' griaa'after ducuc _Aq all ar..euntz ws:nncid ..,ter .•i ecn:tar - ._ - _ ., c e� dna .j:.:- sno.vs _.:at ail - ._«3 fcr la�or^anal r..a:_____s aava :..±_n - gresunteu to t.:e•:L..i:_ Agent, i.•aceti C:j dcZz or r..:s :cs of .s•a _ :.tact_. : Or w::..no:_ not-=- .^.aYC !:cc:, f:leu aCai.. - _n3 :14 _ ._ _ a -'� ! 4:3 : o: a a ar ^rr_=j= dna:3 ate .-^- rease;ta,:u tnuicat-cas of defoet_•: - e e: ai--_aq wort: or of :a:_ ._so::_•u ..a___aa e: •t .r_ or claim aga:nit ccntractor, ens 9. (LaLor Ccdc SSI360 -ji) Cn sir-i-s 's cc: -ac- Contract:: rust i _r (-i a ccr_ ^•act oe cc,-.30 t :o a: _...s.o -.33-j" t:u arec:c: of Indu3:::a: 8niatic. or (-) a eortifi a_4 of •,or%firs' Ccn_e.aat__n ssranee iasued 'cy an m:«i-tc.: ina::rer, or (3) an uric-- or Sup:::r_e _.:e:a9f _-.:find r! ca _:act- : ' or :nc inaurar. Cc rlc:or is s.tarc .f x,.-_1i cc«arras wits Lasor LM,J Sac. 31:3 ant -.a_ Wore:s• C:«gensat:c n _Aw. On zig ninq :.his contract Centrictcr s'sail dclivcr toPubli• :.goncy for a;. :ov.._ gccd and +ufficiant Lords with 3ua« r3:iQ3, .a cunt(s) scocifiad in the scat:! catizn3 or Zpacialgrov:sions, g:iarsnta4:.^.4 ,,i3 f1/::'f:a g4rf3—.^ nce of =nis ccnziazz ":i •ni3 payr..ent for all !ah-or and Matoriala i-:ruurdar. If :ha Cor.-:actor at ary tira -4fucos or naglOcts, :oitnCut faz'• O: _ fr. :, u.'.c'•' -_ it3 a=cn::3), to s::• •rly .. !:: -star :rom do t0 ccr.;pleta this aq:neran: and ::or): as gr •_ei: :.a:cir.. far-'a f l3 da•,•s -r n_:e afar r:- wrL..c. nc.ico ..'.area! $r..t. a P•a::lia:.,3nc.!, :rte i'liblic:At4ncy za!: f9rn13 n sa«0 a.-.t ::ate:ct tho reizof'.aula ax=e n3Os _ozzof from t::4 e«ntrac: �riJa. 12. *-*.'.:S 4PPLY 'Uur._r a1. Both ,a-_:3s roc_q.- c.-F:_ a.iri c_LiL':y of .rar:cus fedo:ai, 5mato 7" OC.L lata,_tai requ-'aticnz, a3i:Cc:aI L,•.a::tcr i Of Part 7 of _.:4 .•:�f2rn/a La.,or �da�(ba;.nAIA;•w:ti: sac. :73,,, and i:c._ai::q Sass. 1733, 177 .3, t 17:7.v :;,--•dc di3 :iii n_ _cn) ant i::ond that :iia agr4u:»Ont ce:t_I:_n tae:c+i:.".. :aa =a:::as agacifi:at.y st:pL•:ata ..::1: :..':a -C.avant gana:t:•23 and :Jtfc_1 ZU:33 p:O'I:t:aJ .. :he ..r.Or CC::a, aspecla:ly Seca. 1773 L 1:13, ccncar.-.isiq prova11/na wayc3 ant! :iCL•r1, saa:1 arnlr to :nia ay:CO«an: 43 t_hougn fully stipu:atad :10rO:n. 13. SL'.0?::^::L:';+,. 4cvcrnr.:nt Ccda a:a incori:orated harein. 14•^ .,\G. ?.t^L'S. (a) ^urcuan: to L•:o: Cede Sec. 1773, the Zirae:cr of the 2e22:_en: of 1 aL '- _i:izn3 Sas aszo dined. ;At --antralr:e al:i :St.! 0! aac4s DQ: .d_iin, s::. f--^ •� 1 holiday and _ve::_ca c:%, in the :ctali:j :::cn _.ss :o:% is :o De ear:o^e3, f=: sscr. ala3S:f'caLon, Or : :4 of wort:«an .:acuuu to Q::QCSta _. :s ccn :ac:, an.F•3air :alas Ara as spec:ri•se L. :::a cal. fsr bids f3. ...a mrk and arc on fila with _.:a Puzli: :.,ancj, a..: are nercuy ineo:, rated :stain. (b) T iz schcdutc Of w tyis is azzed On a wcr:::n j dal 4f 3 hours un:Qss 0 ;ar-otsa Specified; and dna Carly rat_ t3 tna %ocrly rate stat::?1:Oc by 1.40 nunkar cf :Data c:n- stitutla; situ day. !)hen '1:1a t.:an that ntxr.or of :ours arc wor..=3, z.-.a :.ally ':aqa rata is rro;^.ort_znate:y rocuc.:.a, but taa :,curly rate :attains as sta:eu. (c) •.h4 Ccntractcr, and all his subcontrac:cr3, mutt pay at Iaaat taasa `-atas to a:: puc3on3 tri this watt., inclulirc; ail _ray.11, _suus::I:encs, an.: fr:n;o be;.c:i% pay-ants p:ov:.:.ai for by appl.caitlu co:l4cti7a aaV;Qtinny agracrusica. All t1kil.ac lator ctIis-a,i above Must uu pate ar least tae wa;a scala •a tan:ia,t�� uy. co12o_ti.,c 'Jaai...; a rca«an: for sutra IaLor :n tno lccalit, %moro suca 'sur,. ii ::Jii.y purformd. 1.1 It 1LVCc.:.aa f nary for rna ecnc:actcr or any zuxcntrac:or to at,;ploy ass• roc:an in a craft, Q:sts cation or eypu of wont (u.ICCPZ exacut:•:o, cr atnar ncn-nauual uor'wrs as such) for %mica no nta.m.uw Maya ra:c la sn.icifled,-can Contractzr shall .irmodiatuly notify tato Public Aquncy witiva Miall prorptly d_torar.ra _- wage rate t.tdruicr anu 2lrni3h thu Cantractu w1th t.:.! mini:.wa raw..based :narcon, wn::a - shall apply frcm tau tire of tats initial imploym t of ::1u pu:son affactcd anti aurinjj tha ccnttnuanca of u.c:f c=ployrunt. L•it):tt hours of Tabor :r. ono calendar da•! constitutes a 1ola1 day's crple,ad at an, t:..e on t:i:z war). Ly the eont:actar or by any sub- contractor. aaall,S:Q •r-,qui:ed Or-pundit:cu t0 wort Ion". t-idraon uxcaut as przvj;;cd :n' La»or Ccdu Sacs. 19:3-:915, 15. 'i`:•P::^.:CLS. Properly indcncured apprenticed may cc 4m,31ayud on ciia work in acct: aY.6af :i::t La«or Coca Stet. 1711.5 and 1717.6, farU,._'S:n.j a:acriaunat:an. (Pago 3 of it •i rfe„ � i.r ➢ .t a i i a' . to s �{iY d Lr ,e ; - r" _� w4�,..�.g#fit' a.-iA y� JY �...�� .R.F.Y'.,e. < s4�,.i; .+§...a....J.a-i .I'... '' $z+,n.,,k"`. . E1Asct.� #'*�� �,� I;;a-k,^i.. � �*'.,,a,<ra ,�,w�.pa•'.'•tt,a�•r.t`:�±.a/ ;." .a.;, r R.,Y;' � d K•.3,a 4 •�'�i`a'+R },.:. .�k�»� a ,t {' � '�' '1;*k 6 rk .t'�-wr V11 x'k;h5+ ice.•F.r '.s 1_'` ..5-2 Sh 1yt R •-af ,tw.,x `ifri\ v '•�Y f� "r.,7 •''c c.tt`y!'i £ ,. `+?} r .,+�'.:Y . { ..,+ �'' , ., ..:rf �, •i i:;. �.rftS;.Ln1M � �nh.}s a,'i r• :i'+i�.t' t�"'.i ' ,3 ... �?#�^y Y-7t+.,r'� } ...Y _ `y. .y.,fHi•t.� .�,a�'t.;� .":.. M. ki'C.i r..1++ � 1� e�. x.. ��.i Y�"•�, :.� a `"t���.;,»:�:`.. i�'ta..�w^ Y � 17. '?i:l.F?:"::CC Mix •L'-1:::AL :he ?clic Agency desires to promo:- _.:a isdust__as and r eccnc:.,y c: -z:.:--a tcata Czuncy, anu sa Contractor tnurcfcr_ prc-/_.:s to usetas prr-_c::, wor;:zan, laLorcr: and -echanic: of c:i3 Court-!Court-! in every cane w;%a a ::rice, and qualify Ira acual. This acroemcnt Linda the hoirs, :uccossors, 393i;ns, and reo _ser:s:i os Or t::a but ho cannot a::i♦;n l: in :OGa or is part, nor iny monies ae•_. :O. beef-a oue undar it, without -ha prior w:ittan cense..-.t of t o ?folic Agency and _.. COAtraet.r's surae, or sureties, unlcs: 'hay nava walveu notize of a$5ign-ant. 1?. ::tj ' *.x%Tn 2'f PS2:.'C Ar;_*:Cy. Z.nsraetien of tha vor an:!/o: .»-torial^.. or apt:c:a1 of wo:,: and,o: c:a:ar_aia itsrec:ec, or d:-to:pont uy any ocfi-_r, agent or e-oloyeu c: c Public *.genet' ineicat-nq .c wor or any par: _::or_cf comnlics wit . a zeGuiraMJn:: cf this ccn:ract, or acceptance of _=a wnola or any part of adiu wo: and/or m3ta::313, : paynonc: therefor, or any ccmbiration o: tsuso act:, s:1a11 nor relieve -so Caatzac--r a_ his cLligation to fulfill this contract as ?reser-=ad; nor snail %nz ?:tali- Agarcy -a t::c:eLy estoppou from bri ngin; any action f-r. da-ages or ar.fo:ocrenz arising fz.._ .:a failure to co-ply with any of t:.a tor.--s andeenditions horoof. 20. HOL" I!.•'?.:LL3S s •:LC ^Y (al Cog -actor pro=isas to and a,all sold ha^lass and laOC:lli:y..zGm "OL: iii- Saa•a7 defiaad�in -i- acct--on. (b) Tse iteas'bonu_ifea -.d protected by t'as prcniso gra :sa Agency and it: elcctiva s:.0 Appointive :card:, Cc=I.::icr,:, officszs, agents 3n. 'a»?lo=ses: (c) ;.".o lics_•ititins procor_ed a;ain:t arm any liaLili:y or c_ain :or danaga of ray kind allaeedly :u::creu, incurrau cc _saaccrad because u: ac:-.ices .iefinad halow, n-l_dinc personal .n7ur7, doat:, property ca-agu, inva::e eonecrla:.on, or any of .masa, regard'lass of sino::er or not suca liaaili:y, claim a da.:.ago was unicresoaaala at any _--e bJfoz :a ?t_aie '.gene, apo:ovcu _:a i .;.ro:•enont plan or acro-rod tno _ap:::ementa as cc-ploted, gad incl-ding the dafansa o: x.y suit(s) or acticnts; at law or those. (d) Tho actions causing liabi:it, ara any act or o.-fission (no;li;ent or gen-ra;liGznt) Ln connection wit• _aa :atto:: ccvo:J.. by tnis cz...:act ane a:: ibu:aola to the oon:zac:e:, suucantraC:cr(s), or any Officcr(3), agant(a) orr auloyco(3) of ;.-.a or more of .nem. j� ( (a) :to. COahit:Onst "':a (7:0^Sneer_�:J and agrec.mont in t is sac:ion is .:oc co--,, itnss \: dependent on w.:e:av: az ao:nary %L"cc has p:ayanuc+, s.roliJd, or approved say drawing(a) , 1peciiica:iOn(:) or 3recial pzev:sicnls) in een:.ect.on wit: :. :s wort, :as insurance or otne: nuur:�i:icaticn c_•rori..^.q gay o: .:enc :tate:::, or _mat Etna allalaa danago resulted partly fzcm any neglipmr. o: wi111f•.1 mi.conauet of any ;neo:Ai:da. 21. :0:1. Contractor seal: cc-ply with tete p:o•naicn: o: :..Lor Code Sac. 4.725. if dpp+iia.._a. ..y suL-Lt:inq to Punic Aitnc, a dctaiicd plan saowin4 tie Basi;I of 3:o bracing, slopi nq, or othar provisian: to be r..ado for •�orkzr p:otocticn :rem tnJ ;w_ara of caving q:fund during trance: axcavaticn. ) , (PagaA of 41 (CC-1; r ".��•'c.y- L '�, . r �''-t i•i SS{{ ♦ a 1. S♦�' t � �t��V� �'+�"a.. �p� .s sig .R.-:� M>., :..ca t .e {.J, _. ,h :.ltiLfl' ,"�i;��'�,4�•..�y+Q-1 `,tAl:'e 4♦i;6��♦�t'�'t h,t+'45<'2t:;t 'Ew ".;�1 r`.-u •'�` 9�.d +moi y S it �sy`� sy .. ti Sa �a. . �'♦hl k'st`K ,.,v` "i''�9'..F iq '" ` 1 ., ,"� T<.#g,�'y: .Js>,' ,. ;. Yr. .� $'va 's,��iViya�.�♦ �'`{t _ t;+'t,i't's'I^.'�, ,. �ldte ::.k.'+ T,""'''.�#J'•.. � � _,sX .� r ti , s x .r,.yxr'K; +.• .. a ,;: a .x fv;.., i ,.ut• i. .kz, h mt, n ,.,'„±, rtii �'y�_ �#� ♦..,dy�7.'7"aa� , .7 ,�,p ��y�{;.F •R i �' "7 (`�.. �'^�.� yet' �J� M �} `ti`�`. ,i;jy ._. .L�Z�YL.'�J �iiiwe..tCtx4JkY-1�.".L.Li.«xh.Y�CIi:G.tK�_�=.;'AN_i�;�'i.l�. ^. �.� .4�'�kk e l.� «ter..- ,SY�1L��,}�.�.•wi...'•�}�.�.R�A1'._�I._...�i(!S#��±,i-t,t. 4 1�'1�S r, SECTION 3 Bra CO,taI^:IO}t3 ArFIXI TI 4 ACTIC:i ?M -MC-UT.i, B4UAL-sruLGl:•hi-CPPCP."U'.�iiT Part I: The provisions of this Part I apply to bidders, contractors and subcontractors with respect to those construction trades for 4hick 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 aro commitments by labor organisations 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',incorperated herein by reference and ars hersinafter cumulatively referred to as.the Contra Costa Plan. Any bidder, contractor or subcontractor using ore or more trades of construction employees must comply with either nsrt I or ?art iI of these Bid Conditions as to each such trade. Thus, a bidder, :antractcr or subcontractor -� may be in compliance Frith these conditions by its inclusiau, With its union, in the Contra Costa Plan a specific :csrut,-:*nt by that union to a goal of minority manpower utilisation for such trade "A", thereoy -eetinrt the provisions of this ?art r, and by its commitrant to Part .I in regard to trade "H" in the instance in which it is not included in the Contra Costa ?Ian and, therefore, cannot moot the provisions of this ?art t. , To be eligible for award of a contract ander Part I of this invitation for Bids, a bidder or subcontractor lust sxacute and sucmi. as part of its bid +z the certification required by Part :II hereof. Par: II: A. Coverage. The provisions of this ?art "I shall be applicable to those bidders, :ontractors and :subcontractors, wno, in regard to those construction trades to be omployed by them on the protect to which twee bid conditions pertain. 1. Ars not or hereafter cease to be signatories to the Contra Costa Plan referred to in ?art I hereof; 2. Ars signatories to the ContraCosta ?Ian but are not parties to collective bargaining agreements; Are signatories to the Contra Costa ?Ian but are parties to bargsininR agreements rith labor organizations Vh0 are not or ',are- collective after cease to be signator_cs to the Contra Costa Plan. !s. Aro 31rnatorias to the Contra Costa Plan but as to which not specific commitment to Boats`of minority manpowr utilization by.labor'oreani- zation have been executed pursuant to the Contra Costa ?Ian; or Rev. S/76 y: l�. _t t .�`f`t,#Ex*+,�!.,�;.�� E ';,.:�` .. .:'• "h:.. ... .. :., ;+•,�e�.y.., 1 ,;, � '#� �.,-t�'=��"tr �;+i...�-: i _,;.. LEP,�ta ?'kat,£''S..v��3,,, t . �+y`w..'. f�`'�t,.� E.G � C �'.. _.�. t a ?. .7 ;.z. ,� 4�9.� L- r�.,;'�?"{.. � �'.., a +- �.. � r'�'.`.'�`.• �' ,.. �ek�€'ix.a'1 dk k'v` iyl: i�,., :x.:, Q'�`ae..4:': ,0��.'r'i��.'�`~� :`i 3�.-, :`'� ::'�;, i? -:. .. � a.N.er'R3*�,.�� #�1'.'r � r1 E„>. x :r�,h� "3=*4r�•'�' A „�� f a L �, -:�.:. ##. ''`Prod `"��a�T aa.. .,M �#. � .*",,"k+,+,�,; �r�. '�.e.,'w"tSi4."��. � :' �.s.� e�•„y� -r 3�J��`tn1,+.�; .�., 1'f t�� �1 k,� k -'.r�'f� y,F-�,n .-� a r �fi� wit' ' t t `�,' '� ���, j-wr ��§:�7 ! ,.: 7�e�"'����'x t h?°t-, t �r r{, � : i�1 � '• ><�t .s� ^M°,. 3r � ,` X+� ��'��k¢ � ��*i.�3-c°3' o '+'r a � tin. h*�i�`t k fi i.k a zX�l•�`2�4 N'.e.�;. f,�; r�,. �`i2 # �a�. ,�'y"�r�`�`$� 4h. W �: :•� A`.`�A' �` `� . ,•#d f d :;�} � ,�p;,eF�j.a+� e�.��,}`'�, ��3.s {,�„r�.f ",�+ ��..t `S=f .-iA ���uy� .a.�. y.�x.'� 'i�•F+�..rti'��c':,'3 �''.+3fi.`�'"�,���az�.4�4 i�Lkk�,� �4. ,a�F•'�t`.`'i` '” M' .r s s 5. Are no Ion,^_r particizatin3 is arm affi Wative action pian acce?- table to the Director. OFCC, including :he Contra Costa ?Ian. B Reoair-men t -- A�l Af:i-native ac:icn 31an. The bidders, contractors and suoccr.trac:crs described :n 3arag=aphs 1 :hraugh 5 above will not eligible for award of a contract :.rider this Invitation for Bids, unless it certifies as prescribed in paragrazh 2b of :he certification specified in ?art Iii hereof that it adopts the minimum 3oals and cinecaoles of minority manpower utilization, and specific affirmative action steps set fourth in Sac:ion 3.1 and ? of this Part it directed at increasing minority manpower utilization by weans of applying good faith of-'arts to carrying out such steps or is deemed to have adopted such a prograa pur- suant to Section 3.3 of :his ?ar: :... Both the goals and timetables, and the a.firzative action steps sat meet the reauiremencs of .his ?art :1 as set forth below for all trades wnich are to be utilized on the project, whether 3u4contracted or not. 1. C.1als and -%=atables. The .,oals o: minortcy manoownr utilization for thbound by the provisions of par:a bidder and suocontractors are a3piicao'e_ to each :race not ot.`,er- :rise ; hereof :or the fzI.owtng ttwe 3er_ods, far each trade unich will be used an tte project :ttht. ,antra Casts Count California. ! The :zn;,es for all trades to be ucz:ized on the project shall be as follows: ?r:.. 17.C,'. - 19.5, :n -he event that cinder i contract :+hick 43 suo,ect to these Bid %n- diticr.3 arrr %or:c is zerfarned in r %-ear tater than the :atest :,ear *or M1fii:n 3cceat.o:x tar.-,ea of tinom-7 :xnpcuvr nazi' ration 'nave ''-asn dot a^gyred herein, the ranres the pa mod :0/1/-h throucn )1:0/75 Shai:. to acpli:abla to sura 7ta ~ertenta-es 7i -i ncrity -.annower !iti'ization *ove 3rD ixpressea in tams of 'narnoura o:' .r3ining- ind !=iu,rent as i :rcpor:ion at tho ictal nannours to be .ror<eo 'sy the bidder'3, rontractor'3 tnd 3ucrontractor'•r .,ntire :vrlc «orce in that :rade on x12 gro,cct3 in :antra ;osta :ounty, .ali:ornia luring the perfor-arca of tt3 !cntrart or sueccntract. :he -iannour3 «7r minom-7 •rorti aro trarrtn: -u3t "_e aubctanLial=y snii rm thr^r1.;hout the 'ength at' the -ontract, on all pro•eet3 znd 'or each of trio traco4. F+rr-.her, the transfer of ninor_ty emplo/ees or srair.ee3 «rcm ama_eyer-tarecros:Iver or .r:nn pro ect-to-uro ect «cr ,.he 3019 purp03e al ..coLing '•he zantractor'J or iubcontractor'3 rca-a 3ha2l :e a --olatiz.a ci these zonditions. / rinort:j iu aeza neu i _taludiaz Ne,roas, 3pani3h Surnames ..mericars, Orianta.13 and Arerican Ii"ians. Rev. 5/76 -16- t and for each of the trades. Further, the transfer of minority employees or trainees frame =oloyer-to-employer err _`cpm project-co-project for tae sole pur?ose of :gee:iag the contractor's or subcontractor's pals shall be a violation of .hese conditions. In reaching the goals of oinorit•/ manpower util+,.ration -ecuired of bidders, cancract=rs and subcontractors pursuant to this ?art II, ever/ effor: shall be made to find and e=ploy qualified journe;nen. However, where mtnori:y journeymen are not available, minority trainees in pre- apprenticeship, apprenticesnip, journeyman training or other training programs may be used. :a arder :bat the nonworking .aintn; hours of _ratnees may be counted in mee:in; the goal, such trainees must be rmployeed by the con- tractor during :he training period, :he cont.-actor :•usc hate made a cam- ait:ent :a ezviop the trainees at the cpep.ietion of chess .raining and the trainees must be trained pursuant to established training p:o raw.a uhich ^est be the equivalent of :he train_n; programs -low or here-nafcer prov:ced for in the Contra Costa a"lan erica respect :o the :azure, :x:en: and duration of :raining offered. A cantrac:err or subcontractor ;hat: a deemed to be :n cezpliance with :he tc^s and -egair=ents of this ?art _- by :he employment sad training of zinor:ties in the aoproortace percentage of bis a,^,gregacc :rora ...:ce in .;cnt:a Costa Cott^.:r, Califa a t'or each trade for vnich it is co=irtea to a goal -ander :his ?art :I. }' However, no contractor or subcontractor ;hall be found to be in nonecspliance ;oie_'y on .account ci its failure :a meet its goals within its timetables, tut such tor.:r»e:or shall Se ;even :ne anoorr»n_ry to dc=-s:sa:e it has Inst_:uced all of tae soecitic act_=ative action steps ;peclfiad :n :his ?art _ and :las =ace ever/ ,pod °a.ch ei'ort to mace :hese ste?s worts toward :he a:-.airmen.: of acs boa's within it: time- taoLes, all to :he pur,ose a: axpanuing =-nor-_r/ manpower ut:._'"at:cn ca. all of .:s projects in. Contra Coata Count:, CalifornL_,. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective ooli;ations under the teras of these 3id Conditions. herefore, contractors or subcontractors .rho are ;overnea by the provisions of this ?art II 'hall. be subject to the requi:cmenta of :hac ?arc regardless of the oblibations of its prize can- tractor it :ower tier subcontractors. All bidders said all contractors and 'ubcontraecors pertarring or to perforce work an aroleecs sub;ecc to these 3id Conditions hereby agree to inform their 'uaconrractors of :heir respective obligations under :he r^^• and requirements of these 3t.d Condic:ons, including the provisions ai pals of minority enploymene d craininn. Rev. 5/76 -17- t f orN Z, SaItCific Affi--acive Actien Stew. Bidders, contractors and subcont:aerors subject to :aim ?art 11, rust en4a3e in a!fir._ativa ac- tion directed at increasing minority manpower utilization, which is At . least as extensive and as speci!ic.as the following steps: a. The contractor shall notify cc=muni^/ organizations that the contractor has e=107ment opportunities available and shall =Lntain records of the organizations' r►.sponse, b. The contractor shall maintain a file of the names and ad- dresses of each =ino riry.worker ref.•.'erred to him and what action was taken with respect to each such referred worker, and i. :he worker was not employed. the reasons thereiar. tf such -worker was not sent to :he union hirtng hall for referral or if such worker was not --=played by the contractor, the contractor's file shall document this and the reasons therefor. z. ".e :ontrac:cr 3ha11 -npt:y iotif-f :he :C.'s7..A =577 .VQ37T•_ ?T.: .C'u33 waen .:a unicn or .inions _:h whcrn ..._ ;ntractor ss a :olJoctile aarRa:xtrg iarre_ent ^as not re_'err,�d .n :.he contractcr a -tiino: t7 xomr srint by ,h,s cot•r act^. or :a ... . :cter has ..her in_°ornaticn t. -.at tie union referral prcces3has i.•:�oded him .n hz3 effcrtz to meet ni3 ;pal. d. She contractor shall particinate in.training prog:atas in the area, especially those :ended by the "epar==fint of L.ioor. / e. The contractor shall disseminate his IEO nol:cy within his own organtzacica :,y including it in any policy manual; ty puoliciz_z; in cc--v=y newspapers, annual reports, etc.; by conduct--ng sta:f, eaplovee and union representatives' neettn33 :a e.m lain and diaeuss the policy; by posting o. the policy; and by speet.tiz review of the policy with miaort r/ C=Playees. f. The ecntractor shall disseminate his EEO policy externally by iafe=ing Ana discussing It with all recrui=enr sources; by advert--s- ing to news media, speca!tcally including minority news media; and by roti:/ing and diacassing it with all subcontractors and suppliers. Z. The contractor shall' make specific and constant personal (both written and oral) recruLcmenc ezforts directed ut all ainortey organizations, schools with minortr/ students, mtnerity recruitment organizations and minority training organizations within the contractor's • reeruit=cnt area. h. The contractor shall make specific efforts to encourage present atnoricy =ployees .a recruit their friends and relatives. i. The contractor shall validate all asp specifications, selec- tion requirements, tests, etc. Rev. 5/7b -19- t t" GN {,s; j. The contractor shall make every effort to prostate after- school, suer and vacation ©ploy-sent to minority youth. k. The contractor shall develop on-the-job training opportvn- ities and participate and assist in any association or emplo?er-1..oup training pro&r+na relevant to the contractor's employee needs consistent with its obligations under this Par. U. 1. The contractor shall continually Inventory and evaluate all minority personnel for promotion opportunities and encourage ainoric? e:m- ployees to seek such ipportunities. m. The contractor shall make sure that seniority practices job classificaticns, ece., do not have a disc rniaatory effect.. a. .he contractor shall make certain that -all facilities and company acti•ittiea are non-se3ragated. o. :`.e contractor shall conci=ally monitor all personnel ac- vities to ensure that his =rrCr policy is be:_ng carred out. P. -:be contractor ;hall solicit bids for subcontracts :rem available :noel:/ subcontractors engaged in the trades covered by these Bid Condit.ons, :ncludinq circulation oz minority ontractor association. 3. Can.rraerors end rp ne Fou^d by ?art - In the event a contractor or suocontractor, wno '.s it :he .:=e of oidding eligible under ?art . of these 31d Conditions, is no longer participating in an azfir-alive action plan acceptable to the Director of the �zfice oz Federal Contract -:ampliance, incluaing the Cancra Costa ?Ian. he shall be deemed to be c.—tred to Part I: oz these aid Conditions. Further, when- ever a contractor or subcontractor, who at the ti=e oz bidding is elirible ,ender ?art .- of these Bid Conditions, uses traces not contemplated at the time he _-ubmits his bid, he shall be cos:aitted to ?art I: for those trades. '.'her.ever a contractor or subcontractor ts deemed to be co:uitted to ?art II of those aid Condir=ns, he shall be considered to be committed to a manpower arilization goal of the minirman percentage range for that trade for the appropriate year. J. Subser.•ient ?i matory to -he Cantri "osta ?Ian. Any contractor or subcontractor :u5lecc to the requiremepts az this ?art 11 for any trade at the ti=e az the submission pf his bid who together with the labor ur- ganizacion with whom it has a collective bargaining agreement subsequently becomes a signatory to the Contra Costa Plan, either -naividually or through. an associtaticn, may meet its requirements under these Bid Conditions for such trade, U such contractor or subcontractor executes and submits a new certification comitting himself to Parr I a these Bid Conditions. Vo contractor or subcontractor shall be deemed to be subject to the require- meats of Part I until such certification is executed and submitted. Rev, 5/76 -19- l 0003 i 5. '.:on-discrimination. In no event may a contractor or subcontractor utilize the ,oais, :..aecaoles or a:fi=ative action steps required by this Part :: in such a manner as to cause or result in discrimination against any person on account of race, dolor, religion, sex or national origin. — par Cer-i"caticns. A. Bidders` Carti'!:a:ion. A bidder will not be aii3ibla for award of a contract under :his .avtcacton for Bids un- less such bidder has subaizted as a part of its bid the following certifi- cation, which will be dee-ed a part of the resulting contract: BIDDERS' Cz?r7:CAT:d:i certifies that: (Bidder) 1, tt intends to =olo; the _`oildwing listed const.uction trades in its wort :ander :he Contract and i (a) as :o those rases set forth in the-preceding paragraph one hereoffcr w.`.:ch it is aligablu undar Part . of these Bid Conditions for partici,-att:n in the Ccntra Costa ?lin, .t will conoiY with :he Contra Costa ?1an an this and all future construction worx :.n :antra testa :cun. within ":-e scene .- --overago of .hat Kan, those Cranes `_ming: andior ('a) as to those trades for -:hick it is .sautred by :hese aid Conditicns to coxol� with ?art .: of :hese Bid ;:andit:ons, .. adoots the 3i^: lino:.:y man:ower utilization goals and the soectfic a'fir native action steps containec 4= said ?art --, :n this ins all future construction anrk la ...,..ra :data a»nt;. :so'ett :o --n150 Si: :onait,ona, these .radoa and 7. it will obtain fron each of its subcor.tractora and sucait to the - contractt:g or adc:iniszeria; agency prior to the award of any subcontract under this contract the subcontractor certification required by :hese Bid Conaitiors. (Si.nature of authorized representative or yidcer) '_ccntrnct:rs' ^er^i=ications. ?riot to the award of any subcontract under this .nvitat.cn for Bids, regardless of tier, the prospective sub- contractor must execute and submit to the Prime Contractor the following certification, which will be deruzed a part of the resulting, subcontract: Rev. 5176 _70_ iI SlldCON-MAC:ORS' CER:Z 1CATION certifies that: (Subcontractor) 1. it intends to employ :he following listed construction trades in its work under the subconcract 2. (a) as to :hose trades set forth in :he preceding ?aragrann one hereci for vhicn it is 3113ibla under ?art I of these 3id Conoic4ons for participation in the Con:ra Costa ?'.an, it will comply with -he Concra Costa ?Ian on :ifs and ail future consc u ction work in Contra :osta County sub;ect to those Bid S;ord7,tion3, those trades '.eing: and/or (b) as to those trades for wn:cn it is recuired by :hese 31d Conditions to :cmp:y with ?art 11 cf :hese 3id Cand4-:ie:3, ... adoocs -..Ie �ia_za nino:i=f manouwer utilizat.on goals and the ,pcets.c i_c_�a:.va ac:_.:n stdvs .ont_.nad in 3ald ?art :1 on this and 21: futu=a zo nztruction wcri. in ;aa:ra .cs.a :oumy 3uo:e^ t ".o :hnue Bid ;.rditic:s,sena t,attes being: • ` and 3. it viil obtain .rem eae of 4.cs ubconrracrars pr-.jr :a :ie .:ward cf any 3ubcznt act .scar _. _ :ubcor.tract the subcontractor certi_`icaciea required by :hese 3id Conditions. (Sir-:acure of aut:.crized representative of aiudurj In order to ensure that the said subcontractors' cerci!ication be- comes a par: of all subcontracts :ander :he ?rime contract, no subcontract .hail So executed until in aurhor:zed :apresencative of the Contra Costa CuuntJ �Uol;c forks 3coartment ~as later-a.aod, in writing' Chat :he laid -:Ort"_CSLitn :iaz :een t..-corporated in such 3uocontract, rogardiass of afar. Any ;uccontract .azecuted vit.:out such Britton approval jhall W voided. C. Nsterialitt ar.d losoensivt�ness. : e certi:icatians required to be etude ay the binder pursuant :o :hese 31d CandLt4ons is anterial and dill Severn r... bidder's perforaance on the p:o;ect and will be made a part �f his `'a railura to submit tie cert:�icaCion will render the bid nonresponsive. Rev. 5/76 -21- f 0 0 97 Part IY: Como Iianee and Emforr-e.ment. Contractors are responsible for ' informing t-.eir suocontractors iregarsles� of tier) as to their respective obligations under Parts I and II hereof (, : applicable). The bidder, contractor or subcontractor shall carry out sucn san,..icns and penalties for violation OF the equal occoreanity clause including suspension, termination and cancellation of existing supcon-racts as .nay he inoosed or ordered by the contra Costa County Public uor'<s Oe2artnent. any bidder, or contractor or s4beontractor wro shall fall to carry out such sant:ions and penalties snail be deemed to be in nonccn- pliance with these Bid Conditions. Violation of any substantial requirement In the Contra Costa Plan by a contractor or subcontractor covered oy ?art I of these aid Conditions Including the failure of such contractor or suocontrac.or to hake a good faith effort to meet its fair share of the trade's goals of nlnority -iancower itili:ation, or of the requirements of Fart 11 hereof by a contractor or succontractor who is covered by Part II shall be deemed to oe in noncompliance by such contractor or subcontractor with the Equal Joodrtunity Clause of :he contract, and shall be grounds of imoosi-Ion of the sanctions and ianaltles provided herein. The 'antra Costa County Public 'corks ;eoartment shall review its contractors' and sui:=ntractors' ". DioYTent oracticis :Urinq :he cerfor"ance of the contract. In regard to 'art it Of thes•s sonaiticnS it t^.e contractor :r subcontractor -eets its :Gals or if t contractor or suocentrac;or can remonstrate -rat it las made every ;oco Faith effort to -eet ;hose ,;cals, the :ontractor Or subcontractor shall be ortsumea ;o ce in -omoliance with these Bih Conditions and no formal saneticns -r proceedings eadino tcwarr sanctions snal: be instituted unless the agency otterwise aeternines that the :ontrac:or rf ;uacontrac:or is not proviaing equal dmploy-ent -.opo r unities. In juacin, .netner s :cntractor or subcontractor has net its ^oafs, the agency will consider each :an•ractor•s -.r suocontraetar's . -minority nanoo.,er vtili.ation dna will got take into :onsideratian the aimority manoc.,er utili:ati-n of -s suoccntrac:ors. Yhere :ne agcncy 'inas rat -re contractor cr suocontraetcr 1,as 'ailed :o :omol•i -itn tre tcuiremerts of :nese Bid :ohaltions, --it agenc•v snall twice sccn action aria inoosa ;uch sanctions as nay be aporooriate inciuuing, but not limited to: 1. Wlthnolainq of oa•v"ents to the contractor uraer :he ccntrac: unt'.I the :ontrac:cr :cmolies, and/or 2. :dncei:ation, termination or susoensicn of :he Contract, in chole ]r in - oart, and/or ;. To ttie extent allowed by iopltcanle State Statutes, the ccntractor nay be :eelarea inelia,ole far further County 'uolie ,orks :ontraets until he satisfies the :ounty ;hat he nas nstaolisned and is imolementlnq all Equal E'*olovnent )ocortunity program wnich Conforms to the provisions containea herein. when the anency proceeds with such formal action it has the bur'len Of ?roving :nat :he contractor .*as not not the requir^.ment5 if these aid onditions, but the contractor's (allure. to reet his goals sha11 sniFt to hln the requirement :o come forward with evidence to snow that he nas met the "gcca faith" requirements of these Bid Conditions by Instituting at Ivast the Specific Affirmative action steps listed above and oy makinq every qc.)d fsitn of-ort to make those steps work toward the attainment of its r.oais within its timetables. The pendency of such fo r+al proceedings shall be taken Into consideration by Contra Costa County Rev. 5/76 -22- �`.,P ILI in determining wnethir such contractor u. subcontractor can compi•r with the requirements contained tnerein and is therefore a "responsible prosoective 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 shalt not apply to any contract when the Contra Costa County Public 'porus )eoartment determines that such contract is essential to the national Security and that its award without following such orocedures is necessary to the national security. Contractors and subcontractors must 'keep such records and file such reports relating to the provisions of ;nese eid Conditions as shall be ''eQuired by the :antra :osta County Public_ '•orks )eoart-,!nt. Suomittal of CAL.°_:NS form 4C•7, =E:ER:,L-alO 41GHWAY CCUSTRUCTICN COUT7ACTCAS .E) ?E?CAT or uotionai form 66, i0:174L'f "At1PCt:ER UTILIZATIC`t A:P",RT will Se r»cuired -onthly. Additional forms ar reports that may be required w:ti Se ar:sented at a ore-construction conference to is held orior to the start of wor-.. For the inforriation of bidders, a copy of the Contra Costa Plan may be obtained from the Contrs Costa County Puolic '.orx% )apartment. Rev. 5/76 ' —Z3— t} DVrsioN CEVERAL =4DI'=:ONS • SEC?04 Def+n`-'chs: 'whenever the following :erms, 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 perioa which modifies, supersedes, or supplements the original contract documents. Aff'_rmacive Action Manpower 11t.liza:.on Seoort - A wr�c:an dociumanc kaai.y, :+eex17, or moncniy) prepared by the contractor for submission to the Ccunty which reports the coral numcer of employees, the :ocai numoer of min- ority employees, and the present minority manhours of total man- hours worked on the project. Agreement - The :mitten document of agreement, axe- cured by the County and the Contractor. Architect or Engineer - Shall mean the architect, engineer, in iviouai or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these soeci- ficacions. When Contra Costa County is designated as the Engineer, Engineer shall mean :he ?unlit Works Director, or his auc:arized representative. Bidder - Any individual, partnership, cornoracion, association, point venture, or any ccmbinacion cherecf, ;ubmL:ting a proposal for :he work, acting directly, or through a duly auchor- ized representative. Board of Superlisors - Shall mean the duly elected or appointed of_.ciala who constitute such a Board, who w111 act for the County in ail matters pertaining to the Contract. Change Order - Is any change in contract cine or price and any change Ln cont=act documents not covered ay subcontractors Taiec: Inspector, Conscrsction Suo�r-itsor, Insoec:or, or Clerk of '.1Ux e -ors - snaj- mean cne aucnor.zad agent of .ne Bouncy at the sL:d of :he work. Contract - The contract is comprised of the contract documents. Con tract Doc—=ents - The contract documents include the agreement, noc:ce to contractors, instructions to bidders, proposal, plans, general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Rev 3/76 ' . -?4- DIVISION F. GENERAL CONDITIONS SECTION ? D ffinicions: (continued) Contractor - The individual, partnership, corporation, association, yoi.nc venture, or any combination thereof, who has entered into a contract with the County. Count,r - Shall mean the County of Contra Costa, a political suodivision 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. t5ee Section 16B) . General 'cotes - The written instructions, provisions, conditions, or ocher requirements appearing on the drawings, and so identified thereon, which pertain to the ?erformance of the work. Plans - The official drawings including plans, ele- vations, sect ons, detail drawings, diagrams, general notes, in- formation and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Soecifications - The instructions, provisions, condi- tions and detailed requirements pertaining to the methods and fan- ner of performing the work, or to the qualities and quantities of work to be furnished and installed under this cancracc. Subcenersccor - An individual, partnership, cprporacion, association, joinc venture, or any comoination thereof, who con- tracts with ane Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not Include those who supply materials only. Superintendent - The representative of the Contractor Who shall be ?resent at the work site at all times during perform- ance of the work, Such Superintendent shall at all times be 0117 authorized to receive and act upon instructions for the Architect or his authorized agents and to axecute and direct the work on be- half of the Contractor. Supplementary Qreemenc - A written agreement providing for alteration, aaenement, or extension of the contract. Werk - The furnishing and installing of all labor, materials, articles, supplies, and equipment as specified, desig- naced, or required by the contract. aev. S06 -25- U A DIVISION T CEnRAL CONDITIONS (ccnt'_nued) SECTION 2. Governing Laws and Reeulacions: A. The Contractor shall keeo tnior=ad of and obse rie, and comply with and cause all of his agents and em- ployees to ooaerve and comply with all prevailing Federal and State Laws, local ordinances, and rules and regulations made pursuant to said laws. which in anv wav affect the conduct si the work of this contract. B. All work and materials shall be in full accord- ance with the latest rules and regulations of the (Uniform 3uilding Code, the State :ire Marshal, the Safety Orders of the Division of Industrial Safec'/, the Nacional Electric Code, the � Uniform Plbing Code published by the Western Plumbing officials Association, and ocher applicable State laws or regulations. Nothing in these Plans or 5oecifiaacions is co be const—.-,ed co permit work not conforming co these Godes. The Contraccor shall keep copies of Codes on job ac all cimes during conscraction period. C. Excerpts from Section 6422 of the Labor Code of the Staca of California are included below. The Contraccor shall comply fully with Chis section of the Labor Code as applicable. "Ho contract for public •narks involving an estimated expendtiure in axcess of $25,000.00 for the excavation of any trench or trenches five feet or more in depth, shall be awarded ( unless it contains a clause requiring submission by the Contractor and acceptance by the awarding body or by a registered civil or structural engineer, emoloyed by one awarding bddy to whom auehorzey co accept has been delegated, in advance of ex- cavacion, of a davalled plan showing the design of shoring, brac- ing, sloping, or ocher provisions to be made Cor worker protection from the 'hazard of caving ;round during the excavaeion or such trench or trenches. 1,4 such plan varies cram the shoring system standards established by the Construction Safety Orders, the olan shall be prepared by a registered civil or scrsctural engineer. ":loching in chis section shall be deemed co allow the use of a shoring, sloping, or protective system less effective than Chat required by the Construction Safety orders of the Divisicn of Industrial Safety. "Nothing in chis section shall be construed to impose tort liability on the awarding body or any of Les employees. .he terms 'public works' and 'awarding body' , as used In this section shall have the same meaning as in Labor Code Sec- tions 1720 and 1722 respectively." Rev. 5176 .26- O1VISI0,N1 F. GE!1ER .L CC-NO I T I M I S (c0nt'd) SE'Cii3;i S. Sond and 1^surance (con?.-.Aj 3. C31mPensation Insurance: The Cunrrac:Cr znal . zake cu-. arc ..ain:a .n durinc ^.e life OT this C.,,.ni.raC- , ad_Cuate 'ii0r�..:.an 'S �C "eR5a�i0n in=aran;e TOr -11 ;;^,I em - j - ployees employed at the site or the prc,;ect, and in case _ny work is subla: , the Ccntrac: shall reduire the subcontractor sillilarly to 'provide C:,I�.^yens _z:ion Insurance for re lager's employees . unless such employees are c:) Bred by tr.e .ro_ec.ion ar:orded by tie .,orltractor. In Case any class or =r. oloyee. encace'd in haZcrdcus work under the Contract at t.^.: site 0 the or iect i •n r a ed under ne o c„ � s of �, ot,... .. and t.._ t�.,,rkl:.en's Co.mpensation st-atute, or in Case there is no aoclicable i•.'Orkman 's CCroarsa:ion ` statute, the Contractor shall provide , and shall cause each subcontractor :o orovide, adeouat_ insurance for the protec:ion OT his emolcyees not other;rise OrOteC:�d. C. Public Liability and Property Damace Insurance: The Contractor, at no cost to Public .4gency,. shai1 CCtain and maintain during the term hereof , Corrorehensive Liability Insurance, in- cluding coverage for owned and non-owned automobiles , with a minirrum combined sincla limit Coverage of »00,000 for all darSages due to todily injury , sick- ness or disease, or death to any person , and dacaca to property , including the loss of use thereof, arising out o; each acZiden- , or occUrrer.ce . CCn- suitant shall furnish evidence or such coverage, naming Public Acency , its orfic:rs and emnlcyees as adoitional insureds , and requiring 30 Lays ' :frit:an notice or aolicy lapse or carcallation. The The Contractor shall sutmit a Certi ;ica.e of Liability Insur- ance which shall incluae the "gold harriless" agreement as required -in the Articles to Agreement. 0. Fire insurance: Omitted. -28- 0 N 0; D177 TCU r CEYgRAJ, CC:'DLT?ONS (Continued) SECT:Oy 5. SubconcracciaQ (continued) D. Subletting or subcontracting any portior. e: :he work as to which no subcontractor was designated in the original Sid shall be permitted only as case or public emergency or necessity, and then only after a finding reduced to writing as public rec- ord of the awarding authority setting forth the :acts constituting such emergency or Necessity. . T. Substicution of Subcontractors: Contractor shall not substitute any person or suoconcraccor in place of a subcontractor listed In his bid proposal without the writ:en aoprovai of the Councy. Substitution or subcontractors must be in accordance with the provisions of -he "Subletting and Subcontracting Fair Practices Act" beginning with Section µ100 or the Covern;menc -"ode. 7ioiac.ons of this Act by the Contractor may subject :nim to penalties which may include cancellation or contract, assessment of 10 percent or the subcontractor's bid, and disciplinary action 5y the Concracrcrs' State License Board. SEC':?0'.i 7. M? OF 'CORK .AND ^,A MES: A. The Councy will designate the starting day of the con- . tract on which the Contractor snail isediacely begin and :hereafter dili3encly prosecute the work :o completion. the Concraccor obil- gaces ni=eif :o comolece the work on or 5erore the dace, or within the ntroer of calendar days, sec earth iii :he ?r000sal (3id Form) for completion, subiecc only to sucn adjustment or :ime as may be sec forth in this article or pursuant to Section 21. B. If the work is not comoieced wit::in :he :i=e required, damage will be sustained by the County. I: Is and will be i=oracc- icable and extremely difficult :a ascertain and determine :he actual damage which the County will sustain by reason of such delay, and is is therefore agreed that the Cantraccor will pay co the Councy the sup of money stipulated per -ay In :he Soecificacions for each andevery day's delay in :4n,3h4=; the work bevond the time pres- cribed. if :he Contractor faits to 3av such Liquidated damages :he County may deduct the amount :hereor• fre= any money due or chat may become due the Contractor under :he contract. C. :he work shall be regarded as ccmpleced 1pon the dace :he County has acceoced :he sa=e ri inz. D. 1,ric:en requests for =oncracc time extensions, along with adequate justification, snail oe suomictee to the Councy not lacer than zne moncn following the delay. Any money due, or co become due the Contractor, :jy oe retained co cover said liquidated damages and should such money :ioc be sufficient :o over such damages, the Cjunty small have tae risat co recover :he balance from the Contractor or nis sureties. Rev. 5/70 -30- i D171son F GENERAL CCNDITICNS fccncinaed? SLC7!CH 2. Governing Laws and Reauiacinns: A. The Contractor shall keep iniorred of and observe, and ccmoly with and cause all of his agents and em- ployees co ooserve and comply :rich all prevailing Federal and Stace laws, local ordinances, and rules and regulations made pursuant co said laws. which to any way affect the conduct if the work of this contract B. All work and materials shall be in full accord- ance with the latest rules and regulations of the Uniform Building Code, the State :ire :Marshal, the Safeco Order3 of the Division of Industrial Safety, the Nacional Zleccric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and ocher applicable State laws or regulations. Nothing in these Plans or Specifications is co be consc::sed co oermic work not conforming to these Codes. The Contractor shall keep copies of Codes on job at all times during construction period. C. Excerpts from Section 6422 of the Labor Code of the Scace of California are included belcw. The Contractor shall comply fully with this section of the Labor Code as applicable. "No contract for public works involving an estiaaced expendtiure in axcess of $25,000.00 for chs excavation of any trench or trenches five feet or more in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding body or by a registered civil or structural engineer, employed by the awarding bddy to whom authority co accept has been delegated, in advance of ex- cavacion, of a dacailed plan shoving the design of shoring, Van- Qg, sloping, or ocher provisions to be made for worker procaction from the hazard of caving ground during the excavation of such trench or trenches, is such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or scractural engineer. "Nothing in this section shall be deemed co allow the use of a shoring, sloping, or protective system less effective chan that required my the Conscruccion Safety orders of the Divisicn of industrial Safety. "Nothing in chis section shall be construed to !=pose Cart liability an the awarding body or any of its employees. "':he terms 'public works' and 'awarding body' , as used in chis section shall have the same meaning as in Laoor Code Sec- tions 1720 and 1722 respectively." Rev. 5/76 -26- DI7ISICtf F Cc 7E?.AL =101TIONS (continued) SEC;?CV 3. ?atenes and Roval:tes: 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- mits Por the use of any p,atented or copyrighted devices shall be secured and paid for the Contractor and delivered to the County on completion of ce work, i- required. SECTION 4. Concractor_'s ResDensibflity °or work and ?-sblic A. The 4ork: Until the formal acceptance of the work by the County, the Contractor shall have the charge and care thereof and shall bear the risk of infur1 or da--age co any ?art of the work by tae action of the elements or from any ocher cause ex- cepc as provided in Section 13. The Contractor, at Contractor's case, shall rebuild, repair, restore, and make good all such damages :o any porcion of the work occasioned by any of such causes before ica accept- ance. 3, ?ablic Ut'ilit`ies: a. The Contractor shall send ?roper notices, rake all necessar7 arrangements, and perform all ocher services required in the care and maintenance of all public ueilicies. The Zon- tractor shall assume all responsibility concerning same for which the Councy hay be liable. b. Enclosing or boxing in, for portection of any public utility equipment, shall be done by the Contractor. Upon coc:ole- tion of :he work, the Contractor shall remove all enclosures, fill in all openings in masonry, grouting the same watertight, ind leave In a finished condition. c. All connections co public utilities shall be made and maintained In such naincatned as not co interfere with the --on- cinuing use of same by the County during the entire progress of the work. SECTION 5, Gond 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 owner on the Concra Cosca County Standard Form for the work in accordance wick the drawing and Specifications, shall fur- nish and file ac the same time labor and material and faithful per- formance bonds as set forth in the advertisement for bids, an a fora acceptable to the County. Rev. 5/76 -27- 1 (cont'd) S7Cit' 5. Sond and Insurance fcontd? S. C;.mnensation Insurance: The Contrac.cr steal take Cut and ;.ain.a:n dui-inc :.,e life of this C'ontrac- , ad_cuate `riork.man0- �•Or.^ensa.ion in=_urarce for _, I nis »n- ployees e:loloyed at the site of the�prC„ect, and in case any •Nora: is sublet, the Contract shall renui re the subcontractor simni larl y to ,ro`/idE :':ork,:cn Is C:;,Toensa-i;n Insurance for t- 1at_ar's 4maloyOes. unless such er+piOyeeS are covered by tr- :.ro.ec.ion ar;ord_d by the C;,ntractCr. in case any class of erclo_:ae. engaged in hazardous work under rt a` _ the iao- teczed er a kme the Contract � ... site d� t.._ orC„ Lis not fro L.,... J Nnd tr... t•�or. .. n S C.,,moensation statute, or in Case there is no aoClicatle CCm;ensa.•.on sta_ute, the Contractor shall provide and shall cause each subcontractor .o orovidde , adeouate insurance for the oroteCtion of his eTolCyeeS n0. otherwise Drotc-.ed. C. Public Liability and prooerty -Damace Insurance: The Contractor, at no cost to Public .-g-ncy , shall obtain and maintain during the term hereof, Comprehensive Liability Insurance , in- cluding coverage for owned and non-owned automobiles , wi .h a minimum combined sincla limit cover_ne of 5500.000 -Ior all daraces due to bodily injury , sick- • neSs or -disease, or death to any person , and da,,.ace to property , including the loss of use t".reof, ar•sing out 0; each ac: tent, or occurrence , C;:n- sul Cant shall i urn i sh evidence of such cover3ce , naming Pub l i C c-encv , its o f f i Cera and emnl C'Jees as adoi t iOna1 insureds , and requiring 30 CsyS•' notice of oolicy lapse or ca^cellation. The The Contractor shall sutrnit a Carti =ica.e or Liability Insur- ance which shall include the "hold harr,,less" agreement as required in the Articles to ngrYement. 0. =ire Insur!r,ce: Can tted. -23- 'It'll DIVISION ? GENERAL CNDITIONS (cencinued) STCT_`0N 55. BOND A.ND !NSUEOUNCE (continued) E. CERTIFICATES OF INSURANCE: Certificates of such Wo6zmen's Compensation, Public Liability, Property Damage Insurance, and .ire Insurance, shall be filed with the County and shall be subject to Councy approval for adeauac7 of protection. All certificates shall Indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provisicn :hac coverage ax- forded under Che policies will nor be cancelled u-ncil at lease ten days' prior written notice has been given to Contra Costa Count7. . . PTRFOR.u.ANCE 30ND: One bond shall be in the amount of One hundred percent (10C.) of the Contract, and shall insure the Owner during the life of the Contract and for :he cern of one (1) year from the data of acceocance of the work against °aulcy or improper macer- lals or workmanship that may be discovered during that time. G. PAY`iE*r.r 30'M: One bond shall be in the amount of fifty percent (50:) of :he Contract ?rice, and shall be in accordance with the laws of the Stare of California to secure the payment of all claims for labor and materials used or consumed in the oer:or--ante of ;his contract and of all amounts under the Unemp.loymenc Insurance Act. SEC::ON 5. SUBC0,M.AC-MIG: A. The Contractor shall be resoonsible for all work per- for--ed under this contract, and no su6concraccor will be recog- nized as such. All persons engaged in :he work will be considered as employees of the Contractor. 3. The Contractor shall ;ive his personal attention to the !ul- 4il!=enc of this contract and inall keep the work under his control. 'When any 3ubconcractor fails to prosecute 3 portion of the work in a manner 3aci3faccory to the Architect or Engineer, the Ccncraccor. shall remove such subcontractor immediately upon written request u[ the Architect or Engineer and he shall nor again be employed on :he work. C. Although the specification sections of this contract may be arranged according to various trades, or ;enerai grouping of work, the contractor is nor obligated to sublet the work in suz-h manner. The County will not entertain requests to arbitrate dis- puces among subcontractors or between the Contractor and •ane or more subcontractors concerning responsibillcy for performing any par: of the work. Rev. 5/76 29 DIVISTCU *. GQrERkL (Continued? SEC-:ON S. Su6contrac:tng (continued) 0. Subleczing or subcontracting any portion of the work as co which no subcontractor was designated in the original 54-d shall be permitted only !n case of public emergency or necessity, and Chen only after a finding reduced to writing as public rec- ord of the awarding authority setting forth the facts constituting such emergency or necessity. Substitution of Subcontractors: Contractor shall not substi:uca any person or. subcontractor In place of a subcontractor listed in his bid proposal without the wriiten approval of the Count7. Substitution of subcontractors must be in accordance with the provisions of the "Subletting and Suoconcract,I ng Fair ?racttzes Act" beginning with Section 4100 of the Government '..ode. 71olat4ons of this Act by the Concraczor may suDject nim to penalties which may Include cancellation of contract, assessment of 10 percent of the subcontractor's bid, and disciplinary action by the _'Oncracccrs State License Board. SECTIO."{ 7. -MOF WORK AM �ktkGES: A. The County will designate the starting day of the con- tract on which the Contractor snail i—ediacely begin and :hereafter dilijencly prosecute the work :a completion. the Concraccor obll- gacas himself co comotece the work on or before ecce daca, or vizhin the number of calendar days, sac forth in :he ?Tcposal (3-4d Form) for ccmplecion, subject cnl7 to such adjustment of time as may be sac forth in chis article or pursuant ca Section 2-1. 3. If the work Is not completed within :he :i=e required, damage will be sustained by the Councy. I: is and will be i=Drac:- tcable and extremely difficult :a ascertain and decermine the actual damage which the Councy will sustain ay reason of such delay; and 'It is therefore agreed chat the Cancraccor will pay to the Councy Che 3L= or money stipulated per day in :he Soeci-ficac ions for each and every day's delay in finishing the work beyond the time pres- cribed. if :he Concractor tails to -jav such '.11quidaced damages :he County may deduct the amount thereoi' -.rcm any money due or that may become due the Contractor under the contract. C. The work shall be regarded as cc,moleced -jpon the date :he Councy has acceoced :he s.=e in wrizini4. 0. Wric:en requests for contract ci=e extensions, along with adequate justification, snall :)a suomLcced to the County not licar than one moncn :allowing the delay. Any money due, or co become due the Contractor, may be retained co cover said liquidated damages and should such money not be sufficient :a cover such damages, cite County snall have the rtinz co recover the balance from Che Contractor or his sureties. Rev. 5/76 -30- 4. DIVISICN F. G'c:;Z3AL =MITIONS (continued) 0 SECTIC:I i. ME OF CORK AN'D D+MG 5: (continued) P. Should the County, for any cause, authorize a sus- pension of :cork, the time of such suspension will be added to the ti.-:e allowed for cmulecion. Suspension of :cork by order of the County shall noc 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 3. PRCCRESS SCEDLL : ?rior co beginning work the Contractor shall submit to the County a practicable progress schedule of operations on a chart form aooroved by the County. The schedule of operations shall show the order in which the Contractor orcooses to cam ouc the work, the daces on which he will scam each .:.ajar sub- division of the work, and the contemplated daces of c--mplecion of such subdivision. When required oy the Covincy, The contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. (Normally a new schedule will be requested when schedule is more than thirty (30) days in error.) SECTiMI 9. TEXTO?A.RY UTILIT-_ZS AND =ACILITIT-S: A. All water used on the work will be Tarnished and Said for by the Contractor. The Contractor shall furnish the necessar-I tempora r) piping from the distribution point to the points on the site where water is necessary co carr7 on the work and upon ccm- plecion of the work shall r move all tempor3r7 piping. B. The Contractor, at his cwn cost, shall furnish and in- stall all mecers,all electric light and power equipment and wiring, all gas meters, Sas equipment ano piping chat is necessary to per- form his work and shall remove the sage noon the completion of the work. The Contractor shall pay for nLL power, light and Sas used in the construction work. C. The Contractor shall furnish, vire for, install and main- tain temporary electric light wherever it is necessary to provide illumination :or the prover performance and/or inspection of the work. The lighting shall provide sufficient ill=inacion and shall be so placed and distributed chat these Specifications can be easily read in every place where said work is being performed. This cem- porary 113hcing equipment may be moved about but shall be maintained throughouc the work, available for the use of the Engineer, Project Inspector, or any ocher authorized representative of the County wnenever required for inspection. Rev. 5/76 -31- f 00105- I DI'ITSIO,i F. GL:.LRAL CC+MT7ICNS (Continued) S -7?G'1 9, r '�r.gnFY "T:' i" =5 Ati,7 e'Ari: - i. : c3 �Ccnc rued) D. The Conc:accor shall prcvide and maintain :or the duration of the work, :e=orary coilec facilities for the work- men. These facilities shall be of an approved type conforming to :he requirements of the County Health Depar:aenc, and shall be weachertighe strut:ures with raised floors. Structures are to have adequate light and ventilation and door equipped rich latch or Lock. Contractor shall service such facilities daily, maintaining same in a clean and sanitary _ondicion. Portion of site occupied by coilec facilities shall be graded and cleaned lap upon removal of facilities when so ordered and/or upon completion of work. The Councy will o�v directly to the utility c=n anies connection fees, annexacion tees, permit fees, acreage fees, and all ocher fees required by :he utility companies ant associated with the permanent ucili:y ser-rices. 1i addicicnal tees associ- ated with cite temporary services are required chev will ''e paid by the Contractor. The Counev will not Pay for water, Sas, :eia- phone and electricity consuaea on the oro•ect until after the Councy rakes written request co the utility tom?anies chat bil- lings be sent to the Councy. ;;(ormally the Councy will :take these requests aicer tate project is accepted as complece.) 7. See Special Conditions for 'Iariations to the above requirements. 5EC';:J`r 'O. ?E?Xl7g A. The Contractor shall make application for all per3ic3, that are requirea for :he perforr-ante of lis work by all lairs, ordinances, rules, regulations, or orders, of any bodv lawfully empowered to make or issue Che same and caving ;urisdiacion, and shall_ give all notices necessary in connection :herewich. The Contractor i3 not required to pay any charges associated with per- mits. (it is roc :ne present policy of :he Councy :o pay fees :o :he incorporatdd :h ies for per=Lc3.) :ECT' C;7 :' `FOGGY ^r "CBK: A. The Contractor shall observe that the Councy reserves. the right to do ocher work in connection with the pro;acc ov Can- t-act or otherwise, and he shall at all :-mes conduct ;:is wn'rk so as to i=pose no hardship on :he County or others engaged is :ae Work. :?e shall adjust, correct and coordinaca his work With :he work of others so chat no discrepancies snail :esul: in the whole work. 3. The Contractor shall provide an adecuace work force, materials of proper quality, and equipment :o properly carry on the work and :o 'insure completion of each part in accordance with :tis schedule and with the time agreed. Rev. 5i%5 00106 c_ DIITSIC4 F Gr.::RAL CO2SIITTCt(S (Continued) SECTION ail. CONDUCT OF WORK: C. The Contractor shall personally superintend the work and shall maintain a comoecene superin:endenc or foreman ac sli :i-es until the job is accepted by the Ccunty. This suoerincencenc snail be empowered to act in all matters pertaining to the work. D. Daily N.anpower Teports shall be - signed b7 the Contractor, or his Superintendent, and submitted weekly. Z. Unless otherwise speci:,ied, the Contractor shall clear all cbstr•.sctions and prepare the site ready for the construction. He shall verity dimensions and scale of plot plans, and shall check all dimensions, levels, and construction. F. 1.1here work of one trade joins, or is on ocher work, there shall be no dizereoancy or incomplete portions when the total project is complete. in engaging one kind of work aich another, marring or damaging same will noc he permitted. Should Improper work of any trade be covered by another which ;._suits in damage, or defects, the whole work affected shall be made 3ood 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 chat required anchorage or blocking is furnisned and sec ac proper :-1-es. An- chorage and blocking for each trade snail oe a part of same, ex- cept wnere stated otherwise. H. ?roper facilities shall be provided at all times for access of :he County representatives to ccnveniently examine and inspect the work. I. ,acchmen, ac Contractor's option, aha'-1 he maintained during the progress of the work as required, ac :he expense of :he Contractor. J. If any subcontractor or person e=loved by the Contractor shall appear to the Engineer :a be incomoecenc or to ace in a dis- orderly or iWproper manner, he shall be discharged immediately on the written request of the Zngineer/Archicect, and such person shall not again be employed on the work. SECT:C!1 1? FOR S777 rCM)T-'(1yc- The following shall constitute exceptions, and the sale exceptions, to the responsibility of the Contractor set forth in Section v, in the Instructions to 3idders: A. If during the course of the work the Contractor encount- ers active utilit7 installations which are not shown or Indicated in the plans or in the specifications, or which are round in a location substantially dif.erenc frac that shown, and such utilities are noc reasonably apparent :rem •i3ual examination, then he- shall Rev. 5/76 -33- 00107 DI'I'S_^.a• G7,N-El;L C" 1710S (Continued) 5EC7:CN 12 RES?C11S1.3ILL.! FOR 3177 (continued) promocly notify the County in writing. ,mere necessary for the work of the contract, the Councy shall issue a written order to the Contractor to make such adjuscaenc, rearrangement, repair, removal, alteration, or special handling of such utility, including repair of the damaged utility. For thn purposes of the foregoing, "active" shall mean ocher than abandoned, ind "utility installations" shall include Cine following: Steam, petroleum products air, chemical, water, sewer, storm water, ;as, electric, and teiaphone pipe lines or conduits. The Contractor shall per=ora the work described in such written order and ncmpensacion therefor wt L' be made in accord- ance with Section 21, relating :o changes in :he worn. Except for cne items of cost specified in sucn Sections, the Contractor shall receive no ccmpensacion for any ocher cost, damage or delay to him due to the presence of such ucili:y. If the Contractor fails to 31ve the notice specified above and :hereafter acts with- ouc instructions from :he County, then he shall be liable for any or all damage to such utilities or ocher work of the contract which arises =rcm his operations suosequene to discovery thereof, and he shall repair and rake 3ood such damage ac his own case. B. Lf the contract requires excavation or ocher work to a stated limit of excavation beneath the surface, and if luring :he course of :he worx :he County orders a change of depth ur dimen- sions of such subsurface work due to discovery of unsuitable bearing material or for any ocher cause, then adjustment to con- tract price for such change will be made in accerdance with Sec- tion 2l. Excepc mor :he items of cost speciiied therein, the Con- tractor shall receive no compensation for any ocher cost, 4acage, or delay to him due to the presence of such unsuitable bearing material or ocher obstruction. SEC':•,v`7 i3. I`iS?°C'"_ry; A. The Contractor shall ac all t4-es oar--ax :he Councv and :heir authorized agenc3 :o visit and inspect' che work or anv*oart thereof and :he shoos where work is in ?re?aracion. This obli- yatir on snail include maintaining, proper faeilleies and safe access for such inspection. '4here the contact requires work ca be tested, is shill noc oe covered up until inspected and approved by the County, and :he Contractor snail be solely responsible for nocify- Ing :ne Coun•y where and •men such work is in readiness for inscec- :ion and casc_ng. Should any such work be covered without such test and approval, it shall be uncovered at the Contractor's ex- pense. 3. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal 'holiday, he snail give notice to :he County ..- ."ch intention at 'ease two working days prior :a performing such work, or such other period as may be speci- fied, so that the County may =Ke necessa:r arrangemenc3. 3ay. 5/70 -,4- ll l/ Olt DIVISIC:► - CS:•c?.AL CC,t'DT_TIONS (Continued) SECTION 113. I:1S?EC-:_O:i: (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obiigacLcns co fulfill his concracc as prescribed. :fork and materials nec meeting such requirements shall be made good and .unsuitable :cork or materials may be rejected, notwithstanding chat such work or materials have been previously inspected or that payment has been made. SECT,,Ott ?b. REJECTIONS O€ u4TERIALS: A. The Contractor shall promptly remove from the prexiaes all materials conde=ed by the ;_zuncy as failing to conform to the Contract, whether incorporated Ln the wor-r. or nor, and :he Contractor shall aromociy replace and reexecu:e aim can work in accordance with :he Contract and wi:houc exvense co ;he Ccuncy and shall bear the expense of making 3cod all :+orx ci cc"er Contractors destroyed or damaged by such removal. 3. If the Contractor does not remove such condemned work and materials within reasonable ci=e. fixed by written notice, the Councy may remove thea and =v store the materials ac cce expense of :he Contractor. If :he Ccncractor does not pay :he expenses of such removal within ren (10) days thereafter, the County may upon ten (10) days written notice, sell such :acer?.-als at auction or at private sale and snail account tar the nec pro- ceeds th•.reoi after deducting all costs and expenses chat should have been borne by the Contractor. SECT:011 l5. I'ME.,?RSTnTIC4 GF Cotr7 ,AC:' 2EOUTIE!-E TS: A. Correlation: The contract documents shall be tnceroreced as being comolementary Ln requiring a comolece work ready for use and occupancy or, if not to be occupied, operation. .any require- ment occurring Ln any one of the documents is as binding as through occurring in all. B. Conflicts in the Contract. Documents: In the event of conium: to the :oncract documents, :he priorities stated in sub- divisions 1, 2, i, and S below shall govern: 1. Addenda shall govern over all ocher concracc doucments, exceoc the Councy s Standard Fora Agreement unless is 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. Conflicc within the Plans: a. Schedules, when identified as such, shall govern over all ocher portions of the plans. b„ Specific Notes, shall govern over all ocher notes and all ocher portions of the plans. c. Larger scale drawings shall govern over =cellar Scale drawings. .33- .Nev 3!7i 00109 31'115;CN' p, 'r?,1L S_ "I_'i .e r• -Door-'.1 �G'! �•r ��.t.l.o��'; ern.. �;y.r�tTi: l:�;i'�.) 1. Conflicts within the Specifications: A. ".!:e "lenerai Conditions of the Contricc" :salt tovern over all sections of the specifications except for specific modifications thereto that v y be stated in Che Special Conditions. b. Omissions: If the contract docuaenes are not complete as ` to any minor detail of a required construction system or with regard to the manner of combining or Installing of parts, saterials, or equipment, 'suc there exists an accepted trade standard for good and vorkmanttke conncraction, such detail small be deemed to have been 1=11 edly required by the contract documents In accordance with such standard. "`ilnor detail" shall Include tie concept of subscanciall? Identical components, where the vrico of each sucn comvonenc Is small even though Che a-;regate cost or '.:portance is suoscant:al, and shall include a strsle coa:oonent which is incidental, even chougn its cost or importance may be substantial. ,he quaLICy and quantity of the parts or :^acerial so suvolled shall conform to trade standards and do coaroacible with the composition, St:•engch, lite, and profile of the parts or .nacartals ochervise sec forth in t the contract documents. S? 'C?! �5. �1o�.r.lC t!S 1.'�7 ,nnl:'�C!IA:. .�—^nr•- `!: A. 'locifieaeion by Contractor: Should the Coneraetor discover any confIIcCs, omisnions, or errors In the contract documents or have any question concerning Incorarecacion or _larifleacion or the contract doc nencs, or if it appears to him chat the work to be done or any %Ac-,ers re!acive viers- to are not sufficiently detailed or explained in the contract docu encs, then, before proceeding with :he work affected, he shall imneoiacoly nocsfy the County In writing through t!•e Construction Supervisor, and request Interpret.]- cion, clarification or furnishing of addltional decailad instructions concerning Cho •sork. All such :,uesctons shall be resolved and instructions to '.Mn Contractor Issued within a reasonable time by the County, whose decision shall :e final and conclusive. Should the Cantractor proceed with the work affected before receipt of Instructions from the County, he shall remove Ind replace or idjusc env vorx which is not In accordance :herewith and he small 5e resoonstbie 'or any -esultant damaee, defect or .laded cost. 9. vieia urgers: burin; :no course of the :fork the Arcnitect and/or engineer 7-ay eau icid Orders cevarding the •.ork- ;hese . :ala .roars +iii eupplerenc :he ?tans and 50ec.fiZ3cion3 Ln order co clsr::,' :nd :ac_nr at the concradc :oc-gents by adjustment :o neet fietd :on<icions or :o :aka the various ptoses of the work meet and join properly. A FLeid ordcr :n%gives no c.".ange in contract 'cite or orice. ?erCornance, partially or in cult, of a Fltid rair snaLl conitituce a -diver it :!aim for a cnange in contract ::me or ?rice for the •,orx covered by the Field Craer, uniass a Change 13rder has been issued. C. Change orders: See iect.an 11, :his otv:ston. :.ev.17 j72 36 A010 DIVISION: . GENE?AL CC;:=TC45 (Coo'c,) SZCT104 17. ?4ODUCT +'(D 7EFZFENCIZ 3-IM DARDS: A. ?:oduct Designation: When descriptive catalogue aesi3nations, including zanuiacturer's name, proaucc brand name, or nodal nu=oer are :eferrea to in the contract documents, such designations sha11 be considered as being those found in industry publications of current issue at dace of first invitation to bid. 3. Reference Standards: When scanaards of the Federal Cover:imenc, trade societies, or :rade associations are referred :o in the contract documents by specific dace of issue, these snail be considered .s part of this concrac;. when sucn references do not year a date of issue, the cur:-:-.c publ_shed edtcion at uace of first invitation to yid shall be considerea is ear: of :.lis contract. SE=10,11 I.S. MAT^nIALi, ARTICLZ3 AYD "c0U1?Y.=4T: A. Material shall be new ind of quaiicy specified. ::hen not particularly specified, :acerial snall be the best of its class or kind. The Contraccor snali, 1: :squired, submtc sactsiaccary svtdence as :o tae kind and quality of macarial. ?rice, fitness and 4uailry being equal, preference shall be given :o products made in Calicornia, to accordance •:icn Section 4330 cc seq., of ;he Sovernmenc Coos, Scace of --Ali:ornia. 3. Mechanical equiprenc, fixtures ind material s.^ail as deliverea In ort4inai shippia; crates :o ;he gob site and :he Count-/ :nal: be notified of :no :ecetpc of such _quipmenc, fixtures and :ateriai betcre uncrating. 'he Councy vtil, when cesired, inspec: sucn iquipment, fixtures or viceriai :a decar=Lne any damage or ievtacion from tnac specified. Items damaged auring celivery snail be :e)actea. C. wherever ..he nave or brand of a zanuiacturer's ar:i.le is specified herein, it is used as a =eaaure of quality 3nd icili:y or i standard. If the Contractor sashes to use any ocher brand or :anufaccure of equal :uaiity Ana utility to ihat specified, is snail maKe application to :he G uncy in wrtting !or any proposed suoseitucions, iuch application ;nal: be accoc^pantad oy evidence satisfactory to :he County :hac :ne material or process is equal to .Rev. 12.,'72 -37- !e" •,+ ; � moi. ='+at toect'i,?d. 3equesc !or substitution shall `_u made In ample tine .'or :tq :ouncv'm consideration as to delay or extra ct.ae -ill's lac allowed on account :'er-af, w llamas furn!shed to :he County ov :ne Contractor shall consist of • aaequace size samoles of aaCartai, tenting laboratory reports on r.acertal or proretm, :anu,accurer's moecific3clon data, field reports on product's Approval ane use by ocher public agencies, .aatartal eomts. and tnscallacion costs and aincenance orovir.ionm and experience or ocher data as require11 511 tea :ounty. Counc'Ps decision concerning :ae refusal or acceptance of proposed s+lbmcttute 'pr -`ac mact`Ied small be accepted am final. ?equascc 'or su1)mc!:ucion will only be ccnmtdered -ihen o'.feren by :ho Contrac:_r vita tae reason ID- substicuc-on. .Imre :o summit comoeCenC evidence am reouirsd and requested by ^.ounty small be eonsteersd zroundm for refumal of subneltucton. The :onersc:or shall include nocece of change in contract ?rices• if suoscl:ution :a atorovee... D. All .nacertals shall be delivered so as :p Insure a soeedy and uninterr,oced orogresm of t:e work. .lame snail be scored so as :a cause no obstruction, and so as :o prevent overLoading of arty portion of :ne structure. and the Contractor shall be enctrely responsible for damage or loss la:i eac-sr or ocher cause. L '.Ithin !!f:een (t5) says ift?r -:•e stantrz of -`- •:n:rac:, t••- '.ncrsc^_or small submtc !or soprnvst :p to .:sunc•: i car�lace test ie ill m cer.ais !. nr000sed Use •oder `is "ar.tr3c:, wnich differ in any riscec: 'r Om -acertais soect'ied. is li.it snail lr.eiuda all naeartais vnicn ars nr000Red by :he succoncraccors is -well as by ^tamelf for wse :n work of his Contract and which are not soectfleally eencioned to the ioeciflcactons. '!tis 1!st rust also Include the figures received lay :fie :oncrac:or In bid forts for tae nacertal or .macertais which are suomtt:ed for Approval or suosctcucion, :omechar ''itch the figures In laid form of :ne soect%tad ^ateriat or ^acertals for which substitutions are proposal. :n :ase a suos:::uce is offered and accepted is approved equal to materials apectftad, tae :psc of which is less than the zosc of the nacertal or aquipmenc .soec!fted. :hen a credit wall 3e Casen for the difference 5etveen :he :,do costs in order that :he Cauncy shall oota!n imacaver benefits .may be derived fron tae subscttucien. rallure to pr000se tae substitution of any article within :dirty-five (35) days after :ne sizninz of :he Concracr may be deemed sufficient cause for :he dental of requemt for subsctcuc:on. '9, ;TROP '`UWT'>".S-,, ?F,SCZI°TT'!r A. :he C.ncractor snail aubmic promptly to the Councy, so as :o eaume no delay In Che work, all shop drawtrtgs, lescrtocive .saca and samples for c^e various crsdem as required by the specifications. and offers of alter- r.acives, If any. Such submtttals shall be checked and coordlnacad ay the Contractor with the work of ocher trades involved before they aro submitted co tno Zouncy for examination. Rev. 12%72 DWISIO4f . CELE?AL XNDI7104S (Can't.) S_C:':C'f :9. 5ri0? 0PAai'1C:3. 7"SCR'�'^l� DATA, SA"_=-S, (Con'..} B. The Contractor shall suzmi: cc :he County shoo or diagram drawissgs in :he number of copies as required in submit:al schedule, or five 15) cootes if no schedule is included in these documents. The drawings shall show compleceiy the work cc be done; any error or omission shall be rade 300d 5y the Czncraccor at his own expense, even thou3h the work be installed Sefore same becomes apparent, as approval by the County covers general layout only. Fabrication, details and Inspection shall conform to approved Cont:scc Drawings. C. Dnscriotiye Data: Submit secs of :anufacturer's brochures or ocher data required by the specifications in the number of copies as required to submittal schedule, or :lie (5) copies if no schedule is Included in :hese documents. rhe Councy will examine such aubmicraij, noting :hereon :or:eccions, ane ret•irn three copies with a letter ai ::ansmic:al indicating actions raKen by the .aunty ar required of :he Contractor. D. S"mI as: Submit samples of articles, materials or equipment as required by the soec(ticaclans. The work snall be in accordance +irn the approval of the samples. ;amoLos mall be removed :rom County property when directed. Sam les not :emoved by the Contractor, at rte County's option. will become the property of the Councy or will be removed or disposed of by the Councy at Contractor's expense. ?. Alternatives: For convenience In designation an :he plans or In the specifications, esrtaln maeer(ala, articlas, or equipmene .:.ay be designated by a brand or trade nasty or :he name of rhe manufacturer together with catalog designation or other Identifying tnto nation, hereinafter referred to asnerlcally is "desLznaced by brand name". An alternative iiarertal, articte, or equirment which Is of equal Quality and of :ne required charsecer(setcs for the purpose intended sat be Dr000sed :or use provided t:e :oncrsctor :cVpL!es with :he following requirements: 1. The Contractor shall submit his proposal .+or an ilternattve In writing within the time limit designated in the soect:leacions, or l: nos designated, :hen within a period which will cause no delay in :Ma work. 2. 40 such proposal will be considered unless accompanied by cuevoiece Informaelon. and descriptive data. Mace nary :o determine the equality of the offered aatertals, articles, or equipment. Samples snail be Drovtded vhen requested by :Me County. The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equip- .enc ,hall be upon the Conc:actor. The County shall be the soil juage as co such nae:erd. In :he event c.Uc the :aunty :eject; the use of such ilternacive aac%:r:al„ srttclas, or equipmene, ::sen ant of :Me particular proauc:a designated by brava nage ;marl be furnlaned. ?ev. LI 72 _j:)_ ; a .i CV!E:',Ai. aJITt.?.S (Con'_.) 19 Litz? 2:1-AW l`X..i. 7ijC?IMV. �ATA iAY?L'i Vj::` NA i177i: The :aunty will examine, with reasonable ;r,m"tneTt, such submittals. and return of submittals to the :oncrector shatl not relieve the Contractor !rare resaunsiblllty !or devtactons and alternacivee from the � w contract plans and specifications, nor snail It relieve him !ram responsibiilty for errors In :he submittals, A failure by the Contractor to identify in Nis Letter of transmittal material deviations from the plans and Specifications shall void the submittal and any action taken thereon by the County, ':hen specific lly requested by the County, the Contractor shall resubmit such shop dravinas, descriptive data, and samples As may be required. If any mechanical, electrical, structural, or ocher chanaes ire requtr!d for the )roper tnscaliacion and fit of altornacive -naceriais, articles, or equipment, or because ofdevlacions from the concrsct :fans and specifictions, such chances shall not be ..ads wichouc the consent of :he CounCy and shall be 'ado without additional case to the Councv. The County reserves Chs richt at Its own expense to order tests of any part or :he work. If as a result of any such cast the work is found unacceptable. It will be rojecCed and any additional test required by the Counry shall be aC Contractor's expense. Unless otherwise directed, all samples for testing will be taken by Che :ouncy !rom thn natertals, articles or aquipment detivered. or from work perfor-red. And tests will be under the super- viston of, or directed by, and at such places as way oe convenient :o the Caunty, "acertals, articles, and equipment requiring tests shall be .telivered in smale time before Intended use :a allow for testing, and none may oe used before receive of v-itten sooroval by the County. Any same ia lelivared :o the County or to :he premises for examinacton, including testing, shall be disposed of by vin :onersetor At his own exaenae within not more than tan (10) days after :he Contractor acquires knowledge that such examination is concluded, unless otherwise ,directed by the County. 2 t. C4ANC'c ORDERS: The County reserves the right to order in wri:inq changer .n the plans and specifi.aticns, without votding :he contract, and the Contractor snail comply with such order. No change or devtacion from :he plans and 3p•_clfic3c:ons will be .i made without auchority in writing !ram the Caunty. Changed work shall be performed in aczordance with :he original reouiremencs of the Contract Documents and previous fully executed Change Orders. A Change Order :my adjust the contract price either upward or down- ward to accordance with either or a combination of the follcwing bases, as the Councy ray elect: (1} On a lump sura basts as supported by breakdown of estimated coats. Zev. 12/72 -40_ / „"• ..�.+�1-•.. �h.'•+-lA.}� t'..s14... .:...4i'...r.,.i.r.w w—i -i4:.f.4+ f +3 .. DIVISION F CE:IEF.AL CONDITIONS (Can't.) SEC:-C?1 21. CNANCE OP.DER5: (Can'.- (2) Can't(2) On a unit price basis. (3) on a cost-plus basis in accordance with the following conditions: (a) `41RK-ilP5: 1. For work performed by the Ceneral Contractor an amount equal to the direct coat (as defined herein) of the work plus 15% of the direct costs for overhead and profit. 2. For work performed by a sub-contractor an aooune equal to the direct costs (as defined 7trein) of :he work plus 207. of the direct costs for overhead and profit. (Suggested breakdown: 0% to the sub-contractor, 57 to General Contractor.) }, For work performed by a sub-sub-contractor an amount equal to the direct costs ',as deiineo nerein) of the work plus 25% of the direct costs for overheat and profit. (Suggested breakdown: 15: to sub-sub-contractor, 5: to sub-contractor, 57 to Central Contractor.) L. In no case will the total mark-up be greater than 25% of the direct costs notvithscanding the number of contract tiers actually existing. S•. For deleted work the mark-up shall be 10: of the direct - • :oats or the agreed upon estimate thereof. (b) DUE= COSTS: 1. Labor: The costs for labor shall include any employer payments to or on behalf of :rte vorkmen for health and welfare, pension, vacation and similar purposes. :,moor :sces will not be recognized when in excess of those prevailing in the locality and time the work is being performed. 2. Nateriais: The actual cost to the Contractor for the materials sirectly required for the performance of the ganged work. Such cost of materials may include the cost of procuremanc, :ransporracion 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. Rev. 12/72 Rev. , 1� —�i 01'lIs'I0:1 G£`1ca.AL CWrD*T.b'1S (Can't.} SEC710J 21. CdA:iCF. 'ADBRS. (Can't.) 2. "acer:als: (Can't.) 1., in the opinion of the County, :he cost of ssaterials is Y excessive, or if the Contractor fails cc furnisn sattsfae:ocy evidence of the case to him from the actuat suopliar thereof, « then in either case the cost of the materials shalt be deemed to be the lowest current whoiesale price sc which similar materials are ° available in the quantities required. The County reserves the right ca furnish such materials as it deems advisable, and the Contractor shall have no claims for cases or profits on :material furnished by the •:aunty. 3. ?ouionenc. The actual cost to the Contractor for the use of equipmenc directly requirea in the performance of :he changed work. In computing the hourly rental of eouipment, anv -I" less clan 30 minutes shall be considered one-half hour. 'to :avnenc will' be made for time while equipmenc is inoperative due to areAKoowns or for non-working days. In addition, the rental :::e shall tnclade the time required :o :ave the equiomenc cc the work from the nearest available source for rental of such equiomenc, And cc return it to the source. If such aquipmenc is not moves: by ics own power, then loading and transportation costs will be paid in lieu of rental ti.e :hereior. However, neither roving time nor fading and transportation costs will be paid if the equipment is used on the project in any ocher way than upon :he changed work. lndivicual oieees of eaultment havin; s ceolacenenc `,slue of i:.l"0 it cess snali -,e cansiderea :C rid tools cr irai. :rteRC. int io :a`7er.c will be -sane r.erefar. _ For equipment owned, furnished, or rented by the Contractor, no case therefor. snail be recognized in excess of the rental :aces established by distributors or equiomenc rental Agencies in the locality where the work is per:u:ned. ,he amount to be paid to the Contractor for :he use of equiomenc as sec forth above shall :cn3tttuta full compensation :o case Contractor for the cost of fuel, power, at.. lubrication, supplies, small toots, small equipment, necessary actacnmants, repairs and :aincenance of any kind, depreciation, storage, insurance, labor (except for equipcenc operators), Ana my And stt costs to the Conc•actar incidental to the use of such equipment. (c) AL G.'ASL —Ivr ?tIEP5IC'tSa For any change in the work, the Contractor shall be entitled only to such Adjust.—encs in time by which completion of the entire work is delayed due to performance of the :hanged work. :ac's estimate for a change in the work submitted by the :antractor shall scats the amount of extra time chat he considers should be Allowed for making the requested change. Rev. 12/72 .0 1Iry L 7� DIVISION F. GENERAL =1017I015 (Can't,) S£C7ION 21. CpANCE ORDERS: (Can't.) (d) RECORDS AAUD SUPPOR7I11$ I:rrgP�ATICN: (1) The Contractor shall =alncain his records In such a -tanner as to provide a clear distinction between the direct costs of extra work paid for on a cost-plus basis and the costs of ocher operations. (2) Contractor shall maincain daily records shoving man hours and material quantities required for cost plus work. The Contractor shall use a fora approved or provided by the County. The .or=a will be filled out in duplicate and the County's inspector will review and attach his aoorovinq signature to the form on the davv the work is oertoraed. (2) Rental and racerial charges shall be ;ubscanciaced by valid copies of vendor's invoices. (4) The contractor's coat records pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAIUM E TO ACRES AS TO COST: Notwithstanding the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contractor, ucon written order frcm the County, shall proceed mediately with the :hanged work. Daily job records shall be kept as indicated in Paragraph (d) above ane when agreed to .by the Contractor and the conscructzon inspector, it shall become the bash .'or payment of the changed work. Agreement and axecucion of the daily job record by the construction inspector shall not preclude subsequent adjust«enc based upon a later audit by the County. Rev. 12/72 —43—. . t 00117 - w'rel.w. w.r.:t...w ,wa. »+b+iiw.✓. :fa.w,. ?I'JISIO:I F, CE:;w_4L :O:MITMIS (Con't.) 3T-CT!C.'1to-V?.- Every cart of the vorx s9all be accomoilshed by vor men, laborers, or nechanics esoeciaily skilled In the class of vorx reoutred inn wo m-nansntp shall So :he oast, gr...4. fi t _C p,•,ry av 7ur 'C «..v PRM7 70 �CCZFTr ANC; The Caunc'. reserves :he right CO :cct:oy all or in? gar: of :he Project prior to :acoletion of trm 'fore, upon yr;c_en artier Visretor, to 4uc:t event. the .oncr2ctor will be relieved of responsibility :or sny inpiry or !amass to such part as results :ram suer occupancy and use oy :.`.e Counc;:. Such occsmancy does noc constitsce acceocance by the Councy of :he work or any portion thersot, nor wtll 'it relieve the Cantrlctor a! resoonsibtllty !or correcctng defective vnrk or aacerdals found ae any :tire before the accezcance of :he vori� is sec 'arch In Section iL or during the guaranty period atter such IecepCance, as sec forth In .Section :3. 4.D "':.m-mir.: A. The Cancractor shall protect and preserve :re writ !rom ill 3am3ae or accident, providing sny te=orary roofs, window and Soor coverings, boxings or other :onscrucclon as reoutred by :he Caunty. This shall Include any adjoining ,property of :he Caf .cy and others. 3. The Contractor shall properiy clean the work as tt arotresses. As directed luring const—icsion, ruobish shall be removed, Ind at :orr.*s*sleclon the whole •fork shall be :leaned and all tamoorary -onsc:-jccion, equitmone and rubbish shatl .e *emovad .`ram the site, al: being left In I clean and proper -andition satisfactory co thmCaunty. _'S 7ke':AC.`.T 'r TOE7iL Any federal, SCACa or local tax payaole on srttcles furnished by :rte _ontractor, unrer :he Contract, shalt be Included In :he 1::ntract price Ind paid by the Cancractor. The County will furnish Excise :arc Exemoclon �'.artl!tcices to z Contractor for any articles which are required to be furnished under the tiv. i2/72 I DIVISION T. GENERAL COWETIC'IS (Con':.) SECT 10:11 15 ?;V`*. rr OF - "?AL 0R STATE ':'AYES: (Con':) Contract and which are exempt .-r= Tederai Excise Tax. SECTION 'S. ACCZ*?TAN E . A. The work shall be accepted in writing only when is s shall have been completed satisfactorily cc cam Councy. ?arcial payments shall not be conscraed as acceptance or 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 ac :he time and in the manner as called for heretofore. C. County shall be 3iven adequate 0000rcunicy to =ake any necessary arrangements for :ire insurance and extended coverage. 0. Final acceptance of the Contract will noc be riven until all reauiremencs or :he contract documents are complete and approved by the County. This shall include, but is noc 1L-ai:ad cc, all construction, guarantee corms, pars list, schedules, tests, operating Instructions, and as-built drawings - all as requited by the contract documents. SECTION 27, MtAL ?AY'S'rr MM WAI'.;EZ '0 CLAT!"S: After cae official acceptance or the work by the County, the Contractor shall suomic to the Councy, on a corm acceptable :o the County, a request :or payment tn•fuil in accordance vitt: the contract. :he form "Statement to Accompany .anal ?aymenc" (?age ) shall be completed, signed by the Contractor, and submitted cc the County with :he final payment request. ECTICS 29. r,LARANr7Z: A. The Contractor hereby unconditionally guarantees cnac the work will be done In accordance vita reduiremencs of all con- tract, and further 3uarancees the work of the contract :o be and remain free of detects in workmansnip and materials for a period of one year from the dace of acceptance of the contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees cc repair or rentrce any and all work, together with any ocher adjacent work mica may be displaced in so doing, that may ?rove cc be noc in 1:s workaansnip or material within :he guar- ancue period specified, without any expense wnacsoever :o :he 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, chat within 10 calen- dar days after being notified in writing by the County of- any work not in accordance with :he requirements or :he contract or any 3�sv. 5i i5 X . s OIV?SION GcYEq.Ah CONDITIONS (Can't) SECTION 29. GUARMME (can't.) defects in the work, he will cctaence and prosecute with due diligence all work necessary to fulfill the terms of chis guarantee, and to complete the work within a reasonable period of ti=e, and in the event he fails to so comply, he does hereby author'_-e the County to proceed cc have such work done at the Contractor's expense and he will pay the case thereof upon de- mand. The County shall be entitled to all costs, including reasonable attorney's fees, necessarily incurred upon the can- tractor's refusal to pay the above costs. NoLnwichscanding the foregoing paragraph, in the event of an emergency constituting an i—ediace hazard to the health or safety of the Caunty's employees, property, or licen- sees, the County :ay undertake at the Contractor's expense wich- out priar notice all work necessary to correct such hazardous conditions when it was caused by work of the Contractor nor being in accordance with the requirements of this contract, D. The general contractor and each of the listed sub- contractors shall execute and furnish the Ccunty with the standard uarancee fora, See ?age 4g } , Rev. 5/75 GUAMNTEE FOR COtfrRA COSTA COMITY BUILDING MARTINEZ, CALL ORllLi We hereby guarantee to the County of Contra Cosca the hype of ':orx) which we have installed in the (:lace of 3u11atng) California, for year (s) use froo dace of filing of cne cow iecion notice in the Office ai the County Recorder. We agree to repair or replace to the sacisiaccion ai the County any or Ail aucn work that :ay prove defective In worxaadsnlp or matarlals witnln that pertod, ordinar/ wear and tear and unusual abuse or neglect excepted, together wttn any ocher •.orx which :.ay oe damaged or displaced in so doing. :_ we fall to :oa:oly -tth the above aentioned conditions within a reasorubie tics after being nocicied in writtng, we, collectively and separately, do hereoy aucnorl.e the owner to proceed to Nave the defects repaired and :ads good at our expense and ve -4111 pay t:d :oscs and charges thereiore iaediacely -noon demand. 'his guarantee covers and includes any special terns, including time periods, specliled lar this work at mater:a:s in the plans and specifl:actons for this project. This guarantee suoersedes any previous guarantees ve ;ave :race for this particular project. Date: r>f:ix Carvorace Seal) "IF7AL CC•r,?\C:CR Data: fAtftx Carnoratd id3L1 NOTE: :: the firm is not a corporaclon, add a paragrapn acating tae type of buatness or;ant:anon and the capacity and authority of the person signing the guarantee. Rev . 12/12 -47- -i ?ORM STAT7.h.!rr :O ACC^r:?A,1 FINAL ?A'N.SY," To: CGncra Costa County ?uoii: corks Depar:=enc .ouncy Adoinascracion 3uilding :ar._nex, Calsfor. -a Vie: 'incl ?aymenc ?:o;ect) Dear Sir: The undersigned Cant-actor represents and agrees chic :he :incl pa/cent includes herein ail claims and Jamands, of wnacever nature, which ne has or may nave against :he County of Contra Costa in connection wL:n cis cont:ac: :o `onsc:uc: :he above-tncitied project, and :Mac psycenc ov :he County of :.`.e final tsc-=ace snail Jiscnarge and release is from any ana all arias. The undersigned nerecy certifies that all work, '.aaor, and :scar-ala on :his pro!ec: 'tave been furnisned and nurenased in full .ocaliance with :he :onc:acc inn wicn all appiicaale laws and regulacicns. :he incerslgned states :Mac nis :!aim for final payzenc to true and :or:ect, that no part Mas oeen :nerecofare para, ano :hoc t.-.e amount :aerein is justly due. 1 aeciare under penalty of per;ury :hat the foregoing is true and aorrecc. ]aced ac (Ci:y) California. Rev. 12/72 U122 IEDERAL REGISTLR,,VOL.'42. t ' i••!r 1%:'i:•;f•it t,!' i. 'QO-�IRIDAY`:SIPTELIOER,JO, 19T�. j: E f. ��;,1• :.ueuccnu9 ucc[.Kkl CTATL1 Calltutnl• CIxaITIYSt AlawJa, Alpl u, A..aJJc. Dutl., Calavccaa, Culuaa, C-", c 1�1:1'1�•rl r`1. C."ta, 1.tl L•.t lc, Cl 4.f aJJ, Yr caou, _ _,. 7rJl «1:f Y•A' �. Glrnn, nu..h.l•Il, Llnya, laac, tla acn, " , K.d.t♦, Ku In, Mal t{..aa, w:...l•-:Inu, KyCuJ, H.Ju.:, K.nlcicy, IIJI.a, 1.1rc.[. 1'1Jmar, .,..[artnto, San Il.nitu, - 6.•.. c.. c. ./.,.1'. �._. San M[a,•.l_Lu. , Jw•lu in. .a.l Kit.u, Il...ly L1..+.... Srnta Ctrl., Santa ca..:. SI.a 1l a, Slcfla, ... 11-••• M S■ Y..,..., v.,..._ .«J Sll.Elyuu. S.,lanu. ..uu.>.c 1, Saaulalaur, �, •.r•- 1, ';.LLtct. T.1-1. Trinlay. Ti.A.um . 1..IJ an•1 T..La R.•IF1/5 I.-J5 IU Ltti 191611 u17tOlJU iA77-SUMO DATC. D..t. o[ P.1.II.:atton _.fell r:E tet L•it.tn] IU,2) ,L1 ,G: ,O) Sal+t r..1L■ Ltelllun I:u. CAII-501y Jat.J Aptll 22. 1-77. In 42 VIA 20111. 31 A1r••llw 11711ni IJ.l2 .ES I ,15 I - .09 4LSU.I1•TICA1 UY uuPN. Uull llu( Cunat t..Ct lon (Jura nut Inl.:nJa rlr.•/Tc [anlly •uJ yal J... lyty .tuft«entl up to ♦nJ lnc luJla•) E nt J•Ieul, A.avy .-I • Ulyl.«Jy -nut-1 lau raJ ULILIhS --l...I.a tstc ptaacclL.J 14t Clalt pcft..tulnA uplt.11..., tu 0.10i --- ,.IJInA 1. tl.:lJa.t.l. 1.1..-.n.«.wl Y•,....r. (...u.l.l r•.r Il..dy EJ...n«. R-r.. 1141f Y.••L«• V•.«ll.« .•.J•. ♦ - tat a a-.a. - a.oe{ L o..a. w 3 yr•la - 1I; uvct � yc•ta - 47. u( Lrale •r.•." 1.. 1•o.,tly ..It. E - Ea14 M.11J.ya - A Uw.Eb / n.1.L'Sta7S HJIU!Ut1 S 12.41 Au 4 1.11 31.50 .UO .•Jl that)l:UIS 11.171. .77; 1.00 .Su .02 NIU 1•4 IDV_. unlilllAIL.L';I SNuwswnll A-h.0 1.ata Lar; 6-M.-�tlal Ua7i C-IuJ.p.oJ:u:c Day; D-l.Lvc L.y; C-li.u6a- L.a U..l te, flaw-.IJt, tat., It.ln, L.,; 1•U.11atr.a Gay, M.a 4.. II.0 J..c lnJ, 11.;..., . • San Ya ru.le.:u, ..n l:a t.u, r 5l.l ll'UY, CJI a.•U, ]1•.iwL•, ' - a.a Itlulty CwoticS 14,42 1.10 1.10 1.00 .uS i Z ' AI a...:.la u.J l:uulta CJJIa 0 • CJ..nt la• ll.ys l.U] 1.415 .241 Cf c:.w. Rlu•l:, ILJ:1 a. tl Malt{,..a .AJ IIerLLJ C.-tics 11.51 .y5 1.00 I tri Uul l.. Cu lu.a, El L---Il. laces., [.a 1:.n, II.J..., u•:va Ja. "At ' 70-. Tofu .nA J•.t•aC.,.. 11.10 .0u l.U] .2S fa.nt.tcy -.1 Sant. L.ua ' t c.•u.lt lcu 12.1,0 1.22 1.20 .. U.nttu .nJ :-A& Clal. rumnt tau 11.Ys 1.411 1.414 .02 ' AIp1oL, L..IJut. C.lay.t rr, Sa.. Jw•p.ln, St anlalau. anJ • T1...1.•..n. C.....•tl.: 10.6s 1.00 1.Ou 1.410 Tulate wl.nty 11.40 1.00 1.00 .U7 r1 Cr3 c. �Jl IJ X t� W I1DLRAL REGISUR• VOL 41, t4O, 190-IRIDAY, s1PTUALIER JU, IY/T IIcca. .. tA1. u17-sato r.�. 2 t� - UtLtf 1011 Ia3. 'GA77-3070 Paya ] � C? Q1 1 r _ N...Ir LJ.<o». N..,it ..._. tx.<an.• t• ` f.... 6 t r P...,... Y+.n.. ..2.'. R.'.. 11 It r Y.».i.». v.aarr.» u1'• SdiCt TWI+iJ.SiCl1a.`rltlClANSt (Cunt'J) wlpine, A-J.at. C1 t.,..J., l.aia TalaJs Area ' t+a 4919, Pf..ac, Sact a+.;nta. rI.atticlana j lLf9 .67 1U.77 .Otl a 311./1• anJ Y..,o C O.tles j f.IO S 1.00 j 1.70 y' San tl an,:ts.:o -4 San iSatrJ C.ule Si-i!cera 15.24 .6T ]t•,77 .0tl • L'wni les 10.00 .46 _ ./u 0•1tta. Glenn• la..eo, t1.d0C. :1 rluasa. sh-t.. Staalyuu, Ptc.na, 9ibgs. K.J.C. ...J Tcl.ana end Ttlnity C-Ot ice t Tula!• C..unt l<s 10.13 ,tl0 1./0 Lteat tctau. 12.21 1.11 1%•.705 .0/ Ctl,ttrrrta.:.1 C.Ul• Spll.ute 11./L 1.12 It-..703 .04 Car pcnuta 11.53 1.x1 3.71 .tl3 .0a Tueu.ckt fudru.,J itwt Laystat ro..er Elcucicluul CaU1e Spl lcec a' Sar Ol..t♦toSar 41)•191 Netp•ta 12.93 1.12 3t•.705 .04 Sn tr,glet at steel S.atfulJ Cable 50ticcrt 14.11 1.12 ]1•-705 .Ol tfcctucs u.d;ut Suet SWriny Calarctau an.1 San Jua.lu to [.rCtu.• 11.40 1.22 1.71 .93 ,Os i Cuwtt les {- ni11..lr9l,ta 32.55 1.22 1.71 .4S .06 •' - Pllydrlr<t.en, bt1Jy, rbacC Eicattictsnel T.01C.I.ne 12.13 .92 1%•L 23 ,01 and 4..c1 uv/11.19 12.21 .44 1.26 ,IS ,04 CaU .9 le 51.11ccc. 1].67 1 it+1.25 .01 • C.ntca Cush County CtnWT tu.5t.t+5t [lcctclCian. 15.20 .70 31+1.00 l Ccc<nt ria cons 10.00 1.11 1.41 1.S0 .OS , Mastlel N.ynca1940 All Cable 51,11act2 16.70 .70 3t.1.00 +1 :.•T• •1 C< J-Jtlan ttasoaa 10.23 1.15 1.43 1.50 .0S Oct i,..t t. ani ttuct,uldt Count lea t Elratrlclana 11.25 .80 )1+1.41 O{ z a. r tttn .+uulny !tor wtny lny ur CaUia SptlLets 11.15 .tt8 11•Y.bS .II4 slip tut. sC&tt.lj. 10.25 1.31 1.41 1.So .01 YteanJ, f L.y+, Madera aoJ u.r YuwLL le.rwLtit.S 11.52 1,22 1.71 .75 .07 0 . Lt.Lt:1f•1Cl Arts. Tbiats Cuantics Ll.ctt 31.1.05 Al.-J. County tit •'' L2cctriciaas 12.12 1.01 ]i+3.I5 ,py CAblt Spitcer3 11,01 .40 31.1.03 AS %n tC.bls tpliceces 14.52 1.OS 11+1.15 .01 V►a, 1194l.t, ta.nJ.n,anu A" Su'.oua CJunt lCa • tt Au.ktt. C•.t...a, Wus..cnto, • ClecttlCtanS 12,]3 1.11 1►+.30 .02 x� $uttet, Yulu, TO,. snJ C.W. ;j.l1c a ll,il 1.11 3%•.30 .02 " tnoas I-#tlun. of All-Ing. 't.••,.t� El i.a ttatti-04. NatctJ, Stanlslaus R.0 1u. W-t . rls.ct and Tuulu+:re C-Ales.' enJ sl.tta Count t..at . • Ll.cttict.t- 9.41 .42 31 ti �•t-., o[ U,e Slrtta ft-.1.1A Cauls Sptleels 10.61 .62 lk is + WtusLcJ P Lttctr 1.-lan► 14.39 .95 31..95 .00 f l Cute Splice's 15.13 .95 310.4S .015 + 'h.nnei•t . tltc a lclana 14.52 .91 3t+.r1 •01: ' •� C.Lts SpItcc.a '3.317 .YS 3t..tIS .II45 (+•4 j, Z\;71 S�J tttit Rl.t IWIS2t R. VCtt, 42. NL). !rO-t111GAY. UPUMUt9 30• 19IT ....... ... ..... ...,...•.s. •{..r �', -r.< .7..1. ....,:r:, .0 .l;'i.i 1't( �. .a.::'�. .. ;: . • 1.'.:.1.' ,�. .. �`. 11CCI7tUN W. CA11- 510 rays t ut);;15tt)N tA3. G.7 J-:070 t' ray. 1 , 1r � ILULAA.k ILGISikr, VOL. 47. 140. u-IR{11AY, StYTLMakA 30, 1977 J%+ , - 6t7aSI0N tN. CA17-50Yu Pay• 5 Ura_16fta„ M). U77-:GfO haj• f f.l.p.n...W. f.. .a...L..r.,.... O.da k.... If r 'AAth"i lcos.t'J) ' .Pt.n t.[4y i-.,.ntt AI)+Inc. MaJ-.r. Ovtt•. . -Ll.at[Ictu.. S 12.50 S 1.ID 74.2.1:. •00 Clsavaraa. it L+a s3a, _ •Cool• SYI)te,s 13.05 l.lv 31.2.4; •04 natllo:.a, w,tccJ. Itt+ate ►s)"a A+.1 �.l,+.o Cwnt i<a ut City of Llv lt,Jstan), L14at i.'1..s 12.07 to 34+.45 .114 '} GLls ti.l la.•tr 11.1d ,£6 ]4+.d5 .04 ..a«ta...ntu, :sat Jvsyu in, S.I. a•,.1t4, S.nla Cl.t. .n4 M.AJI.. sl.tta, Slat lyau, � l f.ut• Ctvt C-:14 is l.t antil Auv, uttct. 7.1•+•.+, 1 �' ►loco lc l.n. 33.00 .71 14•l.Su .US lU.,l,.w,c, 1-1. Anj tuL. ' -,i 15. 3 .5a S GLI• Shltt4ti .0 1.50 6.n fu,+Uw Co..nty h,<.uu, aloJ3, PuJur4 A,.J 9I.ctt icrAaa 15.36 1.04 Jt..fO .06 lut.14 Cuutntica AuJ tl.c - - GLI• S/•llcat4 17.S1 1.01 14-.14 •06 rasa lnlnj {ort la..,u ut Aon lt.ttu C-st.ty x4tciJ County 9.07 .61 1.44 .YDS .OS L14.ti 1c Un. 11.44 1.25 ItA 1.841 IkUId.Onr 4745, ' S1tr'Aivr Ct:,:n+tr:ti+ttS 23.44 .S4' .1S 14+a .02 ta.cto[a 30.66 -2.34 2.22 1.40 .Ob t C'ttiANr CW:,i tf.tti lU,u' utLY tJts 70t2h .5t .]5 ]4•. .02 1'.lulotclnj 11.53 1.24 2.22 1.46 .06 (,. LtYVA2Ur CUu:.Cktl.:tUk5* niUtALS Utawacntalf StraKturil 11.55 1.24 2.22 1.16 .Oa (hpUU.) 'DkJk tAI UPS, ';ualr s. A14-J3 Ana Cuntla G,sta r� AI....JA. C..ntr4 c0ata, tak4. C..watic4 11.36 1.09 1.2• .02S Z+ l; Putin, s+:n i.�.rr..t, t+•+vt L<tn Uulic, Coluaa, Glcnn, 0 G419 4[ Cr.,nty Is- l.attt. alt u•t.J:o1JL, Lakc IU,.L �.• ft. IIIA-ill, K-A.ity, trips. 1-.Ll„n OC County ttu,. !1 fit Son A..ItQr Sao rt.r.c l.ta, I-tk.1-it up to county bon Mt..' ants, Clots. S.nto 1.Lw), ttuvads, Pla<ct. ,�` Gu[, lwlAtw, )5.•t. t," •A.t hlua.aa, sAaata, sl.lta. of r.ittloij) .r.J O:..rr,..aa Ic Loci 4,nr Ttl,.ity Caunttea 11.00 .66 ,SO .01 ' _ ' Ca,vntl4• 11.79 1.00 • 1.41 .02 Glsv.l.■ 4..1 San JvJola Coma 1.a 11.30 .641 .35 .01 'y T� "k. Itt.+n City ut lakc)+>tt t} J...n is County Llm:l. K,rIn, �'. .. ttn.J•.a,w a,+J n.,nu+ca a:•ant tcA 9.01 .67 .85 1.00 1160 d t t s e• is 4. (ff.+ 4 I 1 IIUIRJ.1 REGISTtA, VOL. 42, 170. 190-FRIDAY, SkYTERIntR J0, lYll t 11OC19lOM W. CA71-SOaO oCCl9lutl IW. CA77-5090 h1a 7 ff _ Oi•ta tt.-,Ir It J.r r...t... Va<..,.. ..J•. ^3•. ` U.TI+tiSr IG.�t'31 LIUC lt.N::7MI1ll+Wh tcu4l'01 ,g 3 ft-tet.y a+•.l Santa Ccua Na[Il..,a., ttct Cc J, 9tu.l.LW Ca,,.a.t l.. 111.10 .1/ .15 _01 an4 T-1-- C..unlit. Q.a tunelaca an,l t.N or Llnc.tan t 9.91 .t2 it it -� 3-tlf tto Cuuntr 11.01 .ta 2.141) ,01 Caulc Spllcac. 10,[3 .42 It It � { s Lan tenitu ...J Santa Cla[a ltml.tcy Canty 1 .•FIT . C.-A1et 12.11) .aa 1.15 Crown,L..n 91.42 1.10 1\•2.10 .Ot . I ►rtau.• Aln9e, KA.1t(a •nJ LlncK.nt Tctholclana i1.3a 1,10 1\x2,10 t .06 { IuLit C.wntiet 12.0) .ri .43 Cat.le 5pttccc• 11.18 1.36 It•2.30 .Lt N+[li.,.a, nca:<J, Sunla lana li.t•a +..J S�laoo x:.+unt lea •..J Tw 1....,• Gant lee 10,)5 .a\ 1.L.e.en 1L07 .t0 )\x1,30 At CI L .J.., HC{a.cnto Cslric St+11cc[a 1),59 ,to 31-1.10 .04 a •nJ Yolo C-atta /,l0 .44 1.UU Uot lc, Glow,. L....n. Yltw.a, t. Sl.•ata, /:,atl.cln Lalf of S+n Natw it 'W-A .nJ Ttlolt Y C..unty 10.01 .)] 1.00 C..•.ucicn �'.• ! UNE M,11HUr-3tan{{ Ccow,.lacn 9,Stl •47 11•.705 .02 C•ata C:cunty Ll.,rn.c 1).l Lqultw.cnt Optutaca 11,Yd .t] lt•.701 ,02 t',+. GcOw.J<yn I1,IU JO 1\•1.Ou C ulu :.t.11c.c■ 11.18 . ) 11..105 .02 Lit.a Llalr...ht 01scatuc. 11-id .70 )1.1.00 '• Alan•:Js CLuuly lk iJ )1.3.0'4 c.:Gaum.Jn 9.08 1.05 3[{1.11 .01 Llnesn 1S.TO ,70 C.ol. Sylica[a 1i.70 ,70 It-1.00 Lint- 12.91 1.OS U.1.1S ,141 W1 f,.+tt., n..dx •r3 alaAlyou Lint Llull.+cnt opetato[a ll.i2 1.05 341.13 .01 {:..'fit- ,l, C.auntlu Aa,a•l.at. C41u1a. Satta.anto, Tca. tit..ar h.1perl Gt.wnJ.•n 8.10 .45 ll .l0 1/21 Sultut, Yulo, YoW And 0-0 41) R.&3 ytcn..,.l.ant he 1)J le a,und- 1-ctl.+nu of AlpLae, to We-lo. ..a (CLlpi."til 6*....4.ca.:n/ tt.v3J., Ylo:cr anJ Slcua a:. } t Jaan•a.+"tacn Q.49 .41 1t .10 1/2\ C-1kit. Nc2t uC tha Mlln Una Li..it•o.nt M:n 9.95 ,l3 It .10 1/2t :ile{aa N.untaln Naieta6eJ - i,}: JL ' •! Line.tn f..tcapi•yeal i+e.vy Gr uuuJm.:n 0.91 .73 1►r,)S •415 Y, !. ( L1aa Glutl..,ent M.:nl Ll..n.cn 11.21 ,)1 ltn,)5 .041 Ctctlft.J Ltac+,.at Ysl4cc 71.51 .41 1/ ,10 1121 CaF,la 5plfeet. 11,13 .73 1\x.13 .Oi: St.* 'It ls<Y 10.42 ./1 1► Nat ln, NcnJ.iano A ' C.L1. Spl►c.[al Le►J..anl •hJ 7:,+q.sa Cuuul lea as ' !• f..1. 61r.Yet 12.79 ,45 it .10 1121 Gau.u.•Lsan 9.Q9 l.11 31x.80 .02 ! s' p 4 fuarw, /Inye, fta4<c. •..J Linc taall+aeht tll•aat.,u 31.12 1.11 31..84 .VZ y s Tol.tt G ontle• Ltnc,>en 12.31 1.11 11•.00 .02 ;�• 7- ' �, G[uunlc..n 12.09 ,71 )1•,911 ,01 C3610 :;.Mecca 1).61 1.11 31-.Oa .02 4 Ll..cc+nl LI..c L)u lle.cnt t _• s?. i Ctar atm. 12.51 .77 )l•,9: ,US �� .. - :p!l.ea• U.2U .73 i ILUtM,a Ut C31atM, VOt 42, NU. 190-IMIUAY. SLYIEMIAM JU, IV.," ,tam s•a,�R_ ,, n- .,,.-,. 1E0[IIAL REGISTER, VOt..4]• N -FRIDAY, 3ErfE1.1IIER.30, V977 r ' ``�l' yJ t r• J,]`�l 'rt' n+`'t'(r' 1( Ll ir:� y, ' .� . �1'I. �' '{..r .1•••'I.C�!tii t :♦ •a� �1a:,•r• •.. • Lt:Cla(it1 LJ. G77-5090 tag• 9 GGabiw YJ. {1.11-5u a.. 1'ay• tl .. It...ir tJ...r.., 11...1, ELa....• Y.... 11 E• r.,..... v...n.. .,J'.r Y.... it b V r-i- Y....... •,J'.. LINZ CYAa..Sr6LkT111.. (Cunt'41 1•A117712tSt IC•,nt'J1 Y..•.,,1.1t G....ay 1 tL-1.9•y, San D.u1to. San • Gr uunJ.a.n 3 9.00 .Y0 Jt•I.tlS _p, tt.ttu. Scrota Cl.... aoJ Lir•.c.<n 11.25 .d0 11.1.05 .04 :-It. Llea Cuout tea 1 C.Lle 5,•1Ic•t. 12.15 .60 14.1.05 .04 (••ule.fluq {,.[tl uu u[ •1 Gmul l... 1.1 tLu Ll.. LaL• Tat- .. 6.,nty A.c.l Gt wn7e�n Il.]: l.U4 1\•.90 .06 Di ud. 3 11.72 .99 3 1.]u .0u .01 • Lir..un, Tacl.olclana 15.LO' 1.04 11..90 .06 Sl,aay 11.47 .99 1.10 .40 .01 • C.L1a Spll...a 17.51 1.04 3\6.y0 .06 T.l e,a 11.72 .99 1.10 .60 .01 a.. 0-110, Santa Claca, l.alu LL..c Arca l .GJ S-1. Ctra C.ar.tla. U-1, )0.95 .70 .75 C,-.,,4cn 11.63 .tl/ ]\•1.30 .OS :,I;.ayl StEuc W[al Stcall Lincc.e.., Lle• Ll.t{..:.ut Taj<[a 11.20 .70 .75 4,at at0.. 11.70 .b) J\.I.SD .05 C.We SI-ll_rra 15.41 .07 !t•1.'+J .US la►t, lar In. lt.:nV..�lnu, San anJ KthaLC SL21L..J 11.71 1.40 •91 1.01 rtan�IDCJ Uau.L 10,71 .99 1.10 .tl0 .Ol 1A t M ZkSa Sp.ay 11.02 .99 l.lu .80 .01 Alpin., A.,al u, C.I.Icaaa• Ta,•etu 11.72 .99 1.10 .bu .01 a..J San J-4-4., .--"Etc. Uutte, C,.1u.a, Glenn, Layman, a.wt. •.92 .70 2.1 1.11 (.•�IuJ L.y Else E•tto.c SC S,aay, SLeatE...• Tal.[t •.:. -P bar.lL la.t<[ Ctc..a..Ul St.anl a, Slot/yw, attaa, O 3,,J yal,a Stul 9.32 .)u ].L 1.11 T.La..a, It laity tt aarw, tlnya. Y Jct. -I Cunt lca 11 U.u.nl l'ut TenJc[a, lwllcu 8.75 .60 .lU ht •" Tutt• Cwnt l:aH r bt a,..Ll 1.1-4 11.12 .41 .2u SI••sy, SandLlamtctJ Su u�tuul t•' - ' Sta.y, bt r...ttual Stcal ll.)7 .41 1.0 Mcc 1, S..lny Stayer 1..,+[a 9.25 .60 .40 . M.E 1{..a.. ...auJ, St a,.lalaw Lasacn C.-Ly (Etat {•Ja clan ll.at llcr Lautw.J of U..y. { brwh "9.60 .70 .45 .75 ,p] 1195, tr.,Et1..a.J to end 1 1nCl.Jlny I;- y IaLcl •}.:' tl.ing bta,a) rapst L.r.le[a1 Da....b 1D.95 .70 .73 �l Waan O.alt1 Stu. Cl<x.L.yt Spray, St.uct-I Steal, Matt bl..tl..) 9.85 .70 .45 .75 .02 • ayt ay/ bu.J..l...Icy 10.16 .7u .15 .7S .01 I'.lrt0 I 11.20 1� JP L ` Si L f � 3EUtttal FCWSItR, VOL. 42, 110. IVO-flttUAY, SlrlthtIIER 30, lYll fit `'•: /� r.Cld10t1 IQ. CA77-"iO • rats 13 LLi:llti u17-SOvO rags 10 •''' k"J 0 e..tt a„3a It .1, EJ« .daa • 11...Ir EJ t.11• v...I... k..., n L• r«..1.,. v....1. «,J.L R.,.. H L 3/ Y.t•ai•, w.d•• + F+.S ent.]. IC..,a'SJ Yallttgt3r (CwK'Ji a1•aK J., a..nt[. C...xa, Ycea Into CJw,l lea `� L1 li•.[f3o, n�l•t, t14r]d4, Tt)tLl�yt.wlt+.e at li.4 tRVt.:. YI M.•r, Saft aa„t f.[J, Slettr, SA." .s3 IA. CJu..t3u At plt.a WtJ trpcal Slop leacludlnt t..t[lu.r ut lnatalltti Stahl. ;.ut t).• San11.1 arta, } 4.47 .30 .35 b C=..rot ta. to :n) is.. tlelt.t (tcatric A.lintatiny Sal r Atu1 aro+n i 11.12 .aa } 1.34 .s0 -0) J.wtc. .rpll:•wt, w1a<1 t. Sl.,ay 11.37 .v4 1.1J .00 .O3 ♦tup lnrtaltcr, ttatftc T.I<10 11.42 ,44 1.3+3 .L0 '.01 aµc tac• raodbla.ta[1 7,72 .SO ,)a b t LKI 1a,rtw rot u„w„11[ ca.,ntttc St/ip.t *j) So .3! b , IS .'.1, 7.55 .10 .2d .DO ital.ct S•tl(w[1 D.12 .50 .11 b Sa•t•yt fa+.JLlsrtu•, St[uctuul 9lutty Seal uI<e at Lunt t • Sl rail 6vint Stsl.t Tat+tat HSacr Q/.vt.tut 4siKtt.u.lru 7,D0 .30 .20 .00 ;iquceyte tun Y•th inq t.ct Su Irinq u,t• and/a.r / Appit:atut Qtwt•tur 7.72 .50 .15 IS I blyn+ay nab.4*f SLuttlaaszt d.dS .50 rse-a. rin)• anJ Tala[c Cuantt. + Tut. not 6.22 .SO .75 b ' Tr atf la: lwiL.rstiay Lcviu 1•LAS'I t3ttltit st•plle•tut 4.07 .50 .75 It Ala<eda a+.J Ctxltts Gt.ta M.ul Stut. inaullecl Tt.tfic Comttic,. 10.10 JC 1.05 .O3 ", Dar tau San.lLLatcrl 5[[1(ct a.46 .10 .IS 4 Uuttc, CJlwa, xaenn. Li...n arLl•r tvn.,! stop in.taii•t. ISautt.<aatc[n t.alt of "..'a O t/•ttlC •utt•ce •anJLl.,te[, Coo•ttYl, rluor.,a. Siert.. -1 •Lt Syet} d.Dl .10 .)S b t bat tt t, and 1uw CJw.ttea 30$1 .5d I.Oa CS fit tlur[7 Z-1 ty.at.ctont tta,t<t cy G.vnty k2,31 1.00 .1r .Ol LA hl.tt CZKt•ttr 4.44 '.0 )1 b Ytc.nU, 41nyr, etalat♦ a+J 7,1D .50 IS b Itl.to r. oat+• 10.21 vu i,3u 1.11 , .' AE.pur)t,,t il{Ktat4r d.al So 15 L A1111nu, Aa d•.t. Utl[e, Calav<[u. l.t.uttl•mn �,t5 .SJ .IS b G,tus■, tt L-J., Ghon. Sig.nun 5.81 .SO .35 L la3ncn t5tS1, n..w•Ja, i•lacr[, !•.. Yt...ur, Sag a..wKu, S.ul Stotts. sutt.tr 3 YJ1u a„J T..LA to-A l- I).19 .71 I.Su .01 t.unty 12.11 S.a Kt..C-s'ty 7,72 .iu .Sv I !0 .035 r , s,- + -� tLUE4AL aLGIS1ER. VOL 41. tIO. 190-Ik1AAY, SUILMUER J0. 1971 t' ,tt. rayl 11 .'+l3 ;Oru rage 12 atta51tu1 tt�J. t'Ati-SU4U i .-.•..,.. ew..,• ...a. . anu. a',u.._l..au+,1, al'11..1a.aw 1U, IYII tt •tl' :;c• i, �. }t••i:' t. i.'. .L�.f;:l.�"-'1' + t' `t,�i�, :j• {'1 .J, at •j:':.�C}!!t 1+ X. ".•.} i• .�f;'1}• .., •c ""•`j: _ 'Zt�.;,,•, t.t � �. "\ ', �F_ • �j ��., y +sr t• •3� � � i}__�ttit,.t ;.1- ,1•}:�j'7;,, alp'#. t'.' x�+ ++•.'•-. `-���•+t>.t ;.S.S�tt�• # t.t t:l51J1/ u7, i.•II-:u5a P«y. 12 t+ta:lSiuu t.3, CA71-5Us0 V.-J. 11 ..t.,.r.r.....t o..lt /t.•dx E2 .tl.. ' ltwdy 1J.,r+. M.,,. 11 1 w P•..1... V.-I.. .nl'.. R.Iri It L tr N...1•.. V-11.. a.p, /.. � •rr.. t.. ,,,,,._ rf13 TU,awa t:..n l'3) PIUhIRn$t Slcal.rlti.[u (Cunt•1) - t,.l nu,.t..,i 7t, Iii1tn A1pl,c. AS..J+c t`+mat#,can (l+,a tt ra.tttn L,ltl, tufts', inaitun ut C-ay), u.ata, -� ts,.t„„ M.1•, St.tta., #:!larva.., Culu.i, ftva+.al, " flat lyua. L..t•nu, >,,.,.,a., Cleon. tluy., tt.Jet.. . t«n.aa a+.t St(ntty 1--aic. 1 10.25 ,90 .5u 11.2! .01 It.l lr4 i., M xc4J. riw}t..:. Ia.r lt•u<a, wt:<1, !t•olalau. M.atsaey, Plu..ia, 5a+ "..iutn. ' Ca+:.tis. 2.05 .SD 1.$! 1.20 .i++ti ccut• W.-t.. :itaxxi, MtA:t.l,IJ,.' '7LJ.1,+:a alae! , , • you, St a,l«I•ua, L".11.:[, il•u1« snJ L:u+.tx. C.,.4s T,nia a, Ta inity, Tui«a v, .t( Cuunaf<. 0./) .60 1.10 SLuluuxaw •,.J tut.. tuuuttci 1 12.LU { 1,1Y S 2.00 .SO fr:ax:u, Tiny. aa1 K&J«xa Let c, ti.P« a•.J Solwo Cuantia. ll.ii 1.11 2.29 ,16 C_6L l.. 9.00 ,/G 1.40 rw:l tl..ttc a,.J Iluaia,lJt *' S•n Tx enc Liao ani 5.4 r t.0 Cunt i.0 12.29 .04 1.22 .0 Cuontla. 9.tl0 ,OD 1.40 1.2! MWCtaa: r Alylt.<, As.clut, Cl t+ac•Ju, Ala.v Ji int Cuntta vita Cu.. " N<V«1a, P3•..1+ rapt aa.•I.iJ, h..vt.:t• s30.91 2.17 l,lu .410 ,Ot 3S<at« a1 colo Cuu..t l<a 7.4:; .45. 1.1J .60 Kaaa tC tfutkc[ul L.LLI-. t C«14.<t4< .1.1 5•s' Ju•yr/n (2 414.!.4. u/a s) 11.SY 1.17 1.SLL .CLL .01 !.ant. C ale. 9.41 .40 1.40 .51) 4ltuuu:+llCl Lt. -lct.l Vl),c- tuftn C-ty 0.11 .00 1.10 ,90 ux..Pi�xii Coal Sat Luilt. up 11.91 1.17 1,10 .60 .Dl t K.ntt,.y C.w,.ty 10.43 1.21. 1.10 wipt,.c, Cal.racai, tualt•uaa, San Ecnit.. :ants Cl.r. .s'1 txtaaal, ,`.a=t Jua.#ui•a, Ji,inla leu. lent• Ccu. cl-Ati<a .lu 1./U au.l tel luwm C-Ala:r z .1� /LtMOrJ.>. W>=tau t+late, file O AL•as J« Cu.nty IL19 1.1: 2.2V .12 c..at+•ultlu+. a,A t...4lt uP) 11.29 .91 ,01 �t # Cuntr: Ca.t« C.-ty 11.11 1.21 2.19 .:D Tutt t:,.:tA,,c trlaaatut Ilii .94 .417 t ILIL9,Ch5t St...titt.ca, butte, C�lu:.a, Ll 1•,t40u, I,t A.a.1x ll+ui RL<in I.slf ut Gic+ua, L-U.n. K.J..C, Placct, ` f t Ca,ut.t y), tau«.w r,t0, tutu. Pluua, 5na�Ra, Slcrt r, V1. 1 Mtut tl.+u, 5uttEc, T.t,a«.s, • u.1 ll.tta C.,untlt. 1«- Stlnity a,.J Suw C..u„t lea tlulix.l lura T.L.e .real 11.14 1.14 1.91 .14 t.wtct. 11.09 .9S ,40 •r V►a T.N. Mu 30.59 .54 .40 1.15 .10 rt-, tl,..p, t:,1ct• anJ Iultn, tic nJ„�inu, San Ti ac.,;iscu Tulatt Cuuni tva 4r4 Sarna• Ca. ratc. 11.75 1,Y0; 1.50 1.17 .11 1t..,.1<t• 11.15 ,60 .ti0 LAI.. toe's', HcnJua:tno, flava, . yuiuw .fl tl.a.,w.a a` ti ki-Ict. 10.11 .u! 1.2u 1.63 .44 �•J tt+.tIC tt>akca.! 9etL)e.t1 1111 12 k.ttica u/o Ju P4 10.10 .u! 1.2u 1.413 .ut M1 Yltu+..itict La.a.c 1c1v4 P#t•v- ruPt+tut Carol tit Pl ltd 11.11 .tl1 1,1u 1..1 .04 w , t t � i3 r- �' }' t101RA1 R1GtS)1R. VOL 42. 110. 190-1910AY, SEPUMO1R 30, 191! CaaA .. CJ.)7-SU90 Pay+ 11 t IA rClololi 111. 0671-10100 a . Paye 13 ' tr 7' J� Ut M . IJ a..lt t G.... It 1 v r...l... V...u.. ..JAr+ a•t•4 11 t If r...I... v....l.. ..J'. Aa,. i.. ♦r.,.. i.. .ttLLT HLTAL WUx/11.t11t IC: .,1.'J) Lrl taatte .nd U.w.1Je t..•t liattc, llu,.fwrllt. take. . ttac In, lLulxltw, San Cuanitea Pe Usa i 10.32 .{0 .73 .31 yt antlr:u. S,rn,...a and la.nt a[ty ar.J Sar.ta fituaY Tc I,Jt Count lee 1 12.50 .64 { 1.74 C qcI,a Da.. MtteU ci,.uty 12.12 .44 1.81 10.40 1.40 1.11 lt,1r.: rud Slakly..a Coontlas 10.201 .32 .28 .011 A.. ri.ncl•:o •nd San Rtlw rte:+nu, Atnja, ruJcia .nd , Gsunt tea Tr L•ta Cuuntlr. 11.98 .73 1.22 .14 x.,..fcla 10.93 .60 1.1S 1.10 .04 .U17 Ytt:ux LATLtt:ii t H.t•tic t.vtar.. a+d ■cttlrc.rn - Alploa•, A..a.l..t. Uutte, �• 1] acttlr.) rW.-t purl-a 11.18 .60 1.11 1.10 .04. C.I...site. C..lu.a. U Llaadu. Dttu..at lei L,.-:ltr a/ l:]tnu, Laeacn I.-Cludlny Yllcat•ly.:r•t Co.1 La( 11.93 .40 1.V. •1.10 .04 1""1 take As-). tta a:cl • Au1ut, 5344 aa.u.ta ant Told least u[ San Juayaln III-$). L C.runtlra Plu.aa. D.0 Joayalu, Shoat., l'-frta I►lata, the .nJ i Ss:taxnto. 5t.nlallua. ' Gsy.,alt,,r,1 30.11 1.04 1.10 1.u0 .07 Suttrt. Tch-S. Tt A.Ity. !� LIct •,.J 11111th 11.11 1.04 1.10 1.410 .07 Tuul••.a.e, Y.+IU .uJ Tuts t Asn IS.-Oto .nl sA..t. Clete. C..u,.Ura and U-4 pottlu a Cuor,ttea a,t Lt t1.1ad.., d.raJa. P1...c Uwfcfal Aettlt 11 Itattle) 10.10 .41 1.14 •ud 11.114 t:.wulru (r..tulln+J SULLT xLTAL M.l..tu.t t tsar Tal...o At r.) 10.71 .84 1.10 1.00 .10 t Ai.ewoa, t-As. C ata, dap. U,t,wy lake At.a and take # O i anJ S..l•+w Cou•,tla. 11.35 •.ta 1.10 128 .04 Tohor A... 10.05 .IU .2u J AS{dn., C.I+v 3 •t.J Alveola, Conic. La.r4 a, "kc. _i San J..ayuln C.• tle. 11.11 .at 1.40 .02 Aa4J at, Uuttu, t'..luaa, tin.t.try, dapr, . n Uo.I W, W tl WuJ., atc..". 1'lu..aa, sit. Lt•ncls.u, San titt-, .f 5aa:t'aa.;at u, _'haat., Sieh., - S.nla. Clata. SanCa Ctuz, _ 1 $.ttrt. T.hau, Polo -J 5A.nu •aJ 5u..w1 Cow.t lea -11.10 .40 1.00 C .10 •• 7..L. Ca tlta 11.48 .71 1.43 .11 .rxlr.ntln t'nTtl.:a lttfil-us. HrltaJ. St•nlrlaua AL.Sa, C..otta Co.t., tcafia. f) sAJ Tavlau,e C,.onttr. 11.14 .40 1.10 .06 Nay.a. San Yt u,.l adu, Sat. •t ts.nicf.•y, S.0 It-It., ::ant• M.a4v, 5aota Clata• 4,111 U Cl.ta ^,JSaaU C:u: t.,..at lea 11.11 1N,Aa 1.A4' 1.111 and 5w,..na G.u..t lra 14.2E .f1 1,11 .08 7,ru..ln lny Cuunt ica 11.07 AS .41 .08 .TA A.tillltLpi+ Al ar.la •,.d taunt.• C..at. C.... 11.10 1.35 2.21 .141 h t,.a /u,t is a1.1 UuN.,lSt Cua. 11.61 .41 1.12 AS t #• a ( K. A t t .. �" r• .n IfWhA1 81GISII11, VO1. 41, NO. IVO-IRIIlAY, 1trltl.tutm 30. 1477 70Y�:��( ���,er 471 . .jt=,1� ]. ., r• It J •r.-t .1111... •1� ..�1... .,r 1.... ,.1.,ti ...-._. .. -r. - 1111- . ... •k: a•"1' , a - � , Iry ' '1 �� ''7�" ••1'.'i'�f•� f!• •.ir. � :ui �• -:r)^I •!11-�. •a t-1J.r ~Q:J c�I• -c�.,.�TR /� •} S 1 1 �:1 1, ,.i.rt l' 't•. .-[Z. t{Ii;t I., 1 3cx �.• tiJ1 4WISt61f 1W. CA77-1010 Palo 17 w_ta,t« w. un-f0a4 r.y. 14 r , - i•AIb tafLinAYS. A-li:w Ycac•a nays nays C-tnd.p.ndoncr nays -' n•"w, nay, C-Il.antu•3lvinj Days r-Qia irtnaa Oxy. Il...it �~ tj...n.. rt.rnkIrt5• It.... Na� r...I... v....... ..J4. a. laaploy.t coatclbutas 44 of brslc AJJLIy cote tot over S yeals, Arr,- ti. +tit vl�c, and 21 of Laaic rwutiy At. for 4 o.tho to 1 ye..* r Tu:xAtln Vil•t Suit - ' Alaa..Ja, Cuntta tuata, rat a Yai:at lun 1•ay Crsllt. 5la Pat's IAS►Wayrr A thtuJ,3b P, 1 l..tYr, Hwrt•.1Jt, Rx.t, b. t;y,loyar voutcluutas $.22 pec WuL to1w11day Pur..I plus S-11 - H.r 3n. tr•h.1..:1r.0, Ha(.x, l x�J. Sail Ht[tJ. •tit I.r,JL to Vx:atf.xn Furst ttia the fl[rR year of sup luys.Ntr } Slaa lyuJ, S.lara, S".r..,aJ 1 y.ac tut I... U..n S y.ar. 1.31 P.c bout to Vatatlon 1'wndf' u.J 2t b.lty C.-ti.. 4 11.43 i 1.50 S 1.10 41.00 Y S Wats t,Jt 14s3 tlwn 10 ycata S.41 Put iwuc to Vacxttot. r-al { ovst 10 ..as $.51 teat J-9 to V]CatlOn yunJ. OJita, Cvlusa. 11 ..raJJ. _ Giann. L...... H.d.,a. e vada, Pl,.a[, P3Jaa,, o. r-00rcc cwrttlbutcn $.90 pat I-It tot the firat flvo yao[a• VC-1s.i V1wnlu, Sl.aata, of c.ploya•.ntr Attct tt.0 Ycasa $1.05 Pec tour to V.Catlun �' Sl.txa, S,.ttec, Tsna.u, ant bolidAr Ctu.11ta. r t . Y+',lo saf 1uW Ci.unll.s 11.90 .40 .10 .1S T1tz SLI-1-S. - Al aa.fas, butte, Co3Jaa, Caw•lta C+sata, [•sl 1-tte, r f1 t.a[aJJ, Clar.n, ll..a.uJldt, • Eat e, Laaacn. H.rin, ' HtrwaCtno. »..t,C, Hapa, z Sit r+Ja. Placcr, Plua.af, ` S.Cr.a<ntu, San tsenitu, - ... San 4'f aacla0u, Su, Haten, . t tants Cta[a, SLasta, "testa, f'1 Sf at lyou. ht In SJttt[, Tc1.3a.a. Trinity, r V.I. an] Y.L. C. 'tlta Mao .94 1.30 1.40 .015 ♦. - -I Alptnc. A,•.a J'w' Cxla.craa. San JJntJln, St anlala.+s u.d •i t, Tu.,Iu...c C•....tice 10.27 .SS .30 1.00 rttafo' ftbys. n..fttJ, Y T.I.10 iYPJaa, ketccd af.1 ' C•.auntica 10.35 1.00 .501 H.r,tes.y an.i Santa Ctua M rt r t.:.,..nt I.. 13.4► 1.0Y 1.10 ;i t t tJ •t•t t j��i -FRIDAY. SEP31hIDER a0, 1477 FEDERAL REGISTER, VOt. i2, UO. 140 / 1 UGL'352W1 tai. CA77-5090 I Maga I9 ��4/� CA :a. �✓ tND k-. LLC Is lOw 1A). 0177-5090 Yaya 11 IJ\DOI1LtJ '� 1 Group It Aapl..lt Icuner• and bate[•/ b.tko, wc►er •AJ alwll.t i 971.0 taap.941 buy•)7a..Llly C7.+In9aw, taller. Iuy loa•bc and '. Jo kct/ tunpa..9 urs ut all lypcar C.,ntcete and _.J"e.lt. wl.ec -c• 1/1 yard auul nnJcgI Cunt[ctc pan wakl Concrete .Sul Conced e ta,6...ha• a..Jctl C11LLor a ,11w9 01.oc11-98 Cut ycanit. Curb Salt.[/ fu[m 6••13 r•lace.r Slip tutaol Gaeen ,;wttlla. 11-JacbusaJ-1. 0ul..etlec•, M•..ly lJ.a..1.. Allyn.cal J.Ckha.-C u{mratucal J.0 In) Ot P11K uvat 12 ""Cal 6...• MLI Y•.•1..• Y.a•11.. ..J!•. Ja_kwn 0u1 ulmllat type Cun{.auo[al Kett!<a.en, 1•utwen anJ wen IJd+ul•Ja.3 applylcy •:{.halt, lay-Mold. cf.Jawte. It", ca..Llc 4...I alwllar type ytcc 111.1 tay)Il.y, ahcetlny, whallny, b[acklny, tcanth- Vluup 1 f 1.7)' i 1.25 3 1.70 31.10 •10 laaaln.l, hanl_juljcj layJI•OLa•mee t Magncalte, e{wyleeln. Grmp 11.9 1.00 1.25 1.70 1.10 .10 ftbu yla•a, u,d alatle vOtkcca pet or dlyll Pavtacnt breakers cc"P IlL7 9.])[ l.)S 1.70 1.10 .I4 A-3 •P.J.ca, lut ludlny twl 9clo.l.11 Plp<layu•, caulk.c.. Wul•t•• Gcuup 1(C) 0.61' LAS 1-10 1.10 .30 plpa.c.ppcc a, cunlult l.yet., pla.tic Plpelay.tal i'oa Wit, 1 •� .c uup lIJ) 1.12' 1.25 1.70 1.10 .l0 ( dlgy.0 - ale, gas and 01.9[0 ltl Y..wee hewn ...ecpecal Ge eup If•l 9.12• 1.2S 1.70 1.10 .10 t•a(•e a ut all type. I....pi, a. •Loon In G•u.y. 211 baa act yun > Ctuup 1(tl 1.97' 1.23 1.10 1.10 .10 auJ •t.4 gunl blptap-atunepavu[ and cu.:k-alloy.[, lucludlny plaelny i l:cuap 2 1.63' 1.75 l.)J 1.10 .10 of aatked aunctCt. a1.J1Jt Baud (wet ut J1y)1 Fa.tary 19+[19 .[. 1 CS uup I 1.52' 1.25 1.10 1.10 .10 multiple heal woerete Chf1'IK 91 04019 t[enct.a[ - 100 or SlMllat S .1. typo land all Small tt<nct:ecu)1 JWtO and Ditch witch! RJLO- t l tiller/ SaulLlaote[a, Yutwan, Gu. an, Ibtale0unl Slynalllny •4.,4! w.ubrxs 1 wRlg•)l.r)t Tank Clcanctal Taco c1l0J.cr31 VILl4-3ctt4;d - bull tloat ti (Guwnite) In cunnectlun with lawleav` wekl VILcatocar Ucl-Pik-It machluel III-1hpce44u[ca blow 1.11'. (1-&' ut over. 100 ILO. pa.aauu oc urc(11 ' Group 1 9.7!' 1.25 1.70 1.10 .10 Lydw Secdec .nJ alml lac [ypcl hLe[ be+m In cuc.neetlun ulth •:[uup 2 I.L[` 1.25 1.70 1.10 .10 )awcete' wcA •t: cru•.p I 6.12' 1.25 1.70 1.10 .10 a, Gcuup 11x11 Juy Drill 19:.1.1 T101-2A1 G+[dener-Ocnver ►Wel WItU Z .nd •[.liar type Jclllal Track Jrlileral Jack le) J[611e131 O 'gid 11d+ORCM3 Ltat.n:J depict•.) Mayon 11111ccal wer,anical dcllle[a - all 0 17u,,el and 59..ft Wek) types [.yaaJlc4a of type of -1.1-1 of I-cce Multiple unit n Jtlllal nlaatera ."J tu.decacnl All avtk of IuaJla.g. Platlny ht • Ct uup 1 10.71 I.2S 1.70 1.10 .10 a„1 Llautl..y ut all p,WJC[ and c.plu.lvca of .hatcv.c tyle c•- w iI• Groep 2 10,03' 1-25 1.70 1.10 .10. ya aJlaas ut artl.uJ urcJ foe avch loading and Alae lnyr Illyh t cl"P 1 9.65' 1.25 1.10 1.10 .10 Scaleea Ilntludlny Jc11111,9 of .as.11 Tice tuppeel Olt 9elnJct Croup 4 9.73' 1.2S 1.70 1.10 .10 ` Gca,ul. 1(b)1 ..awe Cleauece 9ABOAL" Gcuup I(c)a buUalny and walJing (wcecklntl W(►) , Gr"P 1 4.771.21 1.70 1.10 .10 G[uup 7 1.62' 1.25 l.)O 1.10 .10 Group I 6.32• 1.25 1.70 1.10 .10 1A tl i I• ,. W1111A1 RCGISILII. Vut 42• 110. 190-1910AY, SIYILtAbLR 30, 1911 C mampsmoa Vis.}ai.t ��Q�{Ya{ t :� 1.1'.1, !! ! �.'• .1 #��r•��liZ:�•�. .. }a,. [ j: it [..[ r��72' ^�1.Er.•til'JrT�� )t'L "1..�.rl. l•�)Sr.':l'rl,.F�arl• :i[• r�•1....1• 2•ry�)•..a, •( ,i�,•.(A 1. .• y: �';•••l 1 •-t I:I 12 I:. i.. .rC.: •;ir••� .,:,•'r,�l.'•<a.:!'r/; �,r ;:1t i' 2'. f.•4y J• ,��l.f a:.:i•. [' •( •. /. 'na•r '! j• '.1. 1. '. Payc 30 DCcl3lua 193. CA77-51Jy0 - Pay• 21 OMIJIILu tai, CA77-Sula Llt';m 11,3 (Cunt'J) IAlIDR11119 Mi.s.l •nJ St.att Wtk) _Y Group 11.11[ h.;uir T[aca<.en anJ [o-J t.j. Iev: and Cove[ wtk ' St.• tc.y..c.Sy Cuv.r La• Lean )•lac.J! Group 18 Dlaaw,J Dcllleel C[ounilanr [:init. oe Shotecete Wcale- aent Radaenl Sl.att NJak -4 fins• (b.luv actual ur eacavated Cle-p 11.3 S t-[t.,[<u on J.I.—I c—teuet"n wck [,[[ ur In y[.wnJ Ievc It L<11 Ga.!• t..,t lr.ys anJ ♦tart Croup ]S bit GrinJcrl blasted Dclllers, eowier—s-t.eadlnyt Chcrty Gr wP 1(is[ C,•-,t[. C.•sta CJ,nty Only. Plpelaye.a, Caulkers. P1e►elw:n - Siege car la llttcjs Ca ccete t'l.tlahuc In Tunnell Con- [ - b*r.fe n, YSp..I•;lc,t, C,• J,lt Lode[• -3 Plaatie Pap.lal:S►/ c1.t< Ser-1 s.:nt e1,wt Pu t,kan ani Pulrunt cunits arta c:hotc.ets i - Pr<aa,.Se Ylpc 7c•tu, I.. jaf..t pt(c anJ :Larlpinl ut saa., Gunrcn ,nJ 1•ou..:nl Readeta.enl Illyh Yltaaues I.arlle*.+ul Mlnera - 1 lStluJlG) sepal[ us vulJs, 14ccaal ru:.role :ate[., Cast In 71,nna', lrulv.11ny tup unJ Wttoa sun or, uhaft ..J raise w[kt t - p3ac<, tu,.t.Lle tura ,circ., trlpp.f li:.fi lc,.,rr on 311ek line/ SanJl.ladte[•polaan (rot\ saalyo-t ftenl Lrta.Waye,b l.) Steol loco, lul::ard anJ Sale[ut TlsJ,e..etn, t Group ]S A,lJ.all S6uv.le[d1 Ccacr.t du."ce and LanJllny dfy cceent Fa taLe[a,n - -)j of uteel J[ dubzll[utd Sule[la l■ ll+el clJ[cl a or yyYa'•a1 CT..,k.-.ctict ani 61yyer Ic1<ar lLy ...,Skil COnClete Tuyycc pocket Dun,•er anJ Cl•utea,n; Cene[cte Ch ISp16q ,,.J G11,.Jtny7 C—coyote L.Lc.,ets I..t u[ J.y)l L[Illce's De1P.r1 Q•uck T.LJcrt G[uu(. 3. CablaeLJJrI Clwcktendcr/ YovJeratan-Palma[ bWaay Vll.ratoe- m.[aleun, AJJ..ctual ,tyJSav LIC K:nlLot (Jyc[ 100 IGd pcesauS<ll an, Yavea ent Ure,kcts LuaJln•1 aGJ unlJaJlr.), c,ttybq sial f.m.•lliny ,.t all ..J. anJ • aatarlal• t.,c use !n telr.1wc611•1 c••nCfcte CJuatcuGtluni YtttaLucyh Group 11 Uu11 Cany - Itucketd, TsackseM Concrete Cicv - lncluJea C7,Ippu, ar.l *fail,[ type brush SLl edief.l 51.•1•.11 51,../lc[wt, _ tedJlny and Lpc.adluyl 4uuP<.en (any eetho.11) Gcovl Clevl Re- IuLJ I.c)d, 1.4..u.at1C ta*;n:Si All j,,euratic, all. y,a, ar.J cicct[!c WuoJatul Swapvr ' tWlaJ Ja:.it.y u[ Pl).. ur.Jat 13 IL,:GIa Group It All cleanup •ant us Jebtla, ytoun•fa ..SJ wl3ilnya lncluJlny lAl)r)IttJ.S wt nat IIAII.J to sued clear.cea; Cleaulr.y ,nJ .+sh u•y v19Jo 50 (Mrecklny Walk) Constcu.tl•a, lal:..cra 1r.J1..JIGy LtlJye +,.J y•.L.tal l,l.,rc.a; D..al+tan. I..al ti,tta[; Itre u+trh.e; Sttcct Cl.•+,.ct*l C+cJ c.1u, G.unP 1■ Sk I11eJ Liceekee Itcv.,vloy anJ sa lvvyluy of •ash, v1Suluvs, b..[ticall..1*1 ..J Iar.Js.-_Lc lot—sera; lelclr.y; L.1*r.e[a; luu:h J✓+[., plu.J.1Ly anJ elea:t[lc tl.tutea z L,aJe(81 f•.:ccs, <+laeer.,r.Ce L,.J_.ape 1o1.,SeS4 wr nto a.-nallueLlunl t Q halm er.ana., I-Lt 1:1 T[allr+n a,..l J. J LaJs; Sr-r..ac,[ a,.J hatli—J C[uup Is S.al-a4111ed Wrecker (salvay b,y of oche[ pullJlny ,atter/ala) '•1 cunstt..cc _.k L VI't—llc n ut s1a U.r1 7....,1 [<.,.a .t[ar.J,ntl 1.rca Gectu[a; eaatdc+ll L.cctoral GSuup IsGenet al I.&Wf<r (Included all cleanup we►, lo,dlny, of • .�'; Pav.sent P1,46'P1,46'.9.,c .ls IL,tton Lett.[.) IuaLer. IJ,JL.1 .10 Lu[ulo.J of Jeucla) N •( LJ ISGRtRS 1, (c_Lnite) ' Gruup 1S "43cs_rn IILeluJlr,l l:..r.t,,n, f•ota.an)) R..faeot Ct uuoJsan ' 1 Group Is kc L+ur.Jaan ll . Gr wy 3S Genera! hr[�.rrSd US t 1 . J ' q ,• UL IIDIRAL k1GISILR, VOL 47, 110. 110—FRIDAY, SLPILMUtR 30, 1177 � 01...•9M 00. G71-3050 tag* 22 ,Y„' LtJ:1570A IN. G77-3090 Y.y• 21 1 Lq t' i LaA.tA tXiUlt•ru:77 tJYLYA2UNi1 „••'7r CJ-r.u.. � tl..dr CJ.r.u.. 0F3:1•a+•; i•••• It L n of Y••.1... v...u.. ..J/.. )4114471 y1USlant]+"C UYlackwa5 (Cunt' 11 Nd.. 11 L k P...1.w• V..w.. ..J;.. Lufl:�ll L / ABY'. 1i' LNlLG U:G A•r.' 7.. CI JlL5n.11. J.UI. Ol Ylllr 1.1.11•:11.7 SCIILLrULC 11 (ticr C..n.ttuclJun) II rt�NAUi.1C $KTI[1N UNEG:jt.. At41 I AI__L VSIIIN CI A•f;llt:l 1. AIIU LII'f•tJi Lkl�..:I t_C -_- b,ry.unl Gc►Rar.J! rlr.un/ Ar.a 1 4e.2Y 3 1.07• a 1.7d .e0 ./-4 Da.g.a�n/ G.oLlundl �' Ar.. 2 9.1) 1.07• 1.76 .110 .Il LanJl llr..c.rnl Uller 9.41 1.01• 1.76 .60 .14 Arc, 1 11.27 S 1.07• s 1.7a .00 .14 9.69 1.07• 1.76 .40 .14 Arcs 2 9.11 1.0)• 1.70 .00 .11 ►, Arca ] - 9.19 1.07• 1.70 .eU .lt � 9.67 1.07• 1.10 .00 .16 (1 WCC, 11..111..0+.+ lhct wt• r _ Mt• 1 9.51 1.07• 1.70 .90 .14 Gr w.L A_2. j, N.. 2 10.16 1.01• 1.76 .00 .14 111 r.c1....n (ct..n .inch on i M.• 1 11.01 l.Jl• 1.7d .00 it JrcJg.)1 D C%mat.] U.:k Arc. 4 11.]1 1.07• 1.74 .60 .14 L,.jln.oc ` Arca 1 9.20 1.07• 1.73 .00 .14 Ara 2 10.05 1.07• 1.7d .60 .14 M.IJcrl /.acr.Anlc M010941 Match Area 1 10.70 1.07• 1.70 .do .14 .r'. lr.glu.e[ Atca 4 10.60 1.01• 1.18 .30 .14 Al.. 1 10.31 1.07• 1.70 .80 .14 Ar.. 2 11.15 1.01• 1.74 .60 .11 Crnu2. A-7r Z A.O, 3 11.41 1.07• 1.74 .d0 .14 Match G1.1 i..ccr1 W.Idc[r Axes, t 11.71 1.07• 1.711 .1.0 .l! u;IJct e4..har.l0 , Arcs 1 9.83 1.07• 1.7d .50 .14 (l • cr i.• �� A... 7 10.70 1.07• 1.13 .to .14 ht i Cla.al.cll Grl'•er alar lup tol4 i Arca 1 10.94 1.0)• 1.78 .tl0 .11 arA 1r.cluJlry 7 c.., yJa. Area 4 11.25 1.0:• 1.70 .60 .14 } •.r.C.)It..r.7 0..r,. Y.yl Area 1 11.01 t 1.01• 1.78 .00 .14 ..P.. Area 2 11.66 1.01• 1.76 .90 .l1 UA-t 111 Clawhcll Dyc.,[UC `1 At<a 1 12.14 1.61• 1.)0 .6J .16 Ar.. 1 10.69 l.U)• 1.16 .3U .l6 1.••' At.a t 12.41 1.01• 1.7d ..00 .14 A..a 2 11.56 1.07• 1.70 .tl0 .14 f�. At.a 1ILB] 1.07• 1.73 .110 .14 1'. erouP 4'Ar Ace. 4 12.09 I.JI 1.711 .110 .14 Cl a.abcll (rjnu W[ lo..[ 7 cu. yJa. ..r.c.(Lu.1 4' Lw. 1••/1 ' A..6 1 12.011 1.0)• l.)d .to .14 Ar.a 2 - 12.93 1.07• 1.78 Ad .14 At Oa 1 11.21 1.0)• 1.16 .to .14 M.a 4 11.40 1.07• 1.)d .0J .14 1t a• �• Ir UI:'t1 4r SIS11N, VOL. 11. 11U. I'll) -11:IDAY. afll Ml.1[ JU. IYff ..t.:.a�...� "':.1:W. :`::a11L:-•' - - -- C. 0000 - •.• _ - - - •- • t '�, > lx.' "ti{':i,: .yi it;t, .1"jt i..7. . ,i!:. a.- t•... ; . G' d 'y. t t ..:. ' •,.,t i • y, l�- ir. :t''l i �r •t t. .�1:,r�r,lr�..)��` i�r.1�. 1'16 ^', �t�'r'r t: t•1CIS low W, rar• 216 , :+a,:ia it7c! IIo. CAT 7-3090 Paye 25 u#7-Soso a..t• F...,.a. .c..r.,-.•tt a•.It 7W bNTI Utrd• In t r E3.....•. 11 L r••,1•a v...d•. ..!'.� R.t. It♦Y IN r...I•., y•..n•. ..J.. Av Tr. MMLN I11UIVAUIr QVUTAi03tS A„!. Te. (rt.:rtpa ulll• 1..-.-t•d Ly wt- . (cued,lr lnyl l..atd a..t wr ay ca1a3•J to t.,«In} ' +W a,ll4lnq 4f L•r3e., r a•ela And -stat L.Na• tett% Cf in tr,• • tr u,.y.uctatlw, ur wat<r .f ..roup 1 i 1.12 j 1.30• j 2.25 .90 _29 �r G.J. l(a( f.SS 1.50• 2.25 •,[90 ,29 1s.t..wu.<1, aat.t)+Ya. <�wly.a.nt .:t4up 1(16+) 5.74 1.30• 2.25 y$0 .29 ' A0agl•l1u Cyuup 2 9.76 1.50• 2.25 :90 .29 +:rwwp 21.) 10.160 1.50' 2.23 • .90 .29 + tkcu•ana/Ixcn.nit:/ . At•• i j 9.35 .a9 ) l.il Si.la uup 3 10.92 1.50• 2.23 .90 .29 �Ij. 3(a) 11.36 1.50• 2,25 .90 .29 Aces 7 IO.OS .af 1.61 l.la SI 4'•p 16 31.97 1.50• 2.25 .90 .2v Ala* 3 18.38 .69 1.61 1.1 �,uup ; 12.11 1.50• 2.25 .90 ,29 Atu 4 30.55 .69 3.61 1.160 - • 'Include G5nr•44r j.21 per hour W tens tc, d iretatl. Ind Well to run4. r'IrCh.nlc/1ta GGI. , tt.VineI,a Mea 1 10.75 .16 1.36 1.15 Me/ 2 11.25 .96 136 1.15 At 3 11.50 .56 1..36 1.1$ MAA 6 11.73 .916 1.36 1.35 autlding and Ikavy Cwnatructl4n ' T_ Iwt• • (wt\ uI e.11y.t 41,r 11<d Z •:•., r•a.rtlrtt --1 • awl t5•.c.twa 30.73 .96 1.36 1.13 ll I• . to j rtwyr�'7rs1 H J; ;t r_f Cantata 4<e3Vnatadt City Ira 1. 4l 0+ land, da, rcantlec '• 9.Cr.vnl4 and Lt. kt. . Callrwr. 1. Mu 1- Up G4 20 164.4 .11.. 11- .aid Gn cr/. Ara. 2 - M10 than 20 94a3 ati.6 a a,..1 1, lwdttv3 i road ail a �• ltu gala l-tura.. Ana 3 -Q.uid. 47 10 ryad 411-► Iia. aa) Centara r' !,•• ' At•a 4 - M at.. .•t.t.dln! 2$ too .f lee (_A& ehot. Ina 4l tk r'•'1 t+l• T.I..... 111 SI• •:4Clwa.e 1.20 par taws t4 ree814.cd hello ails Net are fund. t e - Cie ••u 1••• + � t t r FEDERAL h[GiSTLII, VOL. 42, UO. 190-FRIDAY. 5EPTEh%e1A 30, 1977 r' 3 ',316, Ltr I lU. CA)1-SOav •'N• • . .,j ray. 26 �'�•'._/ OIZISII)rt too. CA77-5090 ray• 27 a'',"} W GO. pu.0 tilult-.t:tT UI'LtA)Gw,9 Let I.Jt 1.1,q) Cr wp L A..Ltar.t to Uyla.et Ifttea,n, Ol1st, 4etN.anJ) ' 1.Ja llaJr Cr cop 1-A. Cu.p.sa,ut Iq•stalj[ it.-ItIl..dt 1J...,... G1uuy t-h, Ttuc,• Cl.n. Oil.[ Q+,.. p.a• tl L• Y..d... ri•••••• arr!•1•. lutt:tl ttQUll•tOJl3'4ptJtA7tNt9 1:1 wp L 21.yya ILLI (t.ul•t loy uta Ll a.nlyl AItYA 1 Alt.-A 2 Ca Cup 2-Aa C...pt.•.ut y<tatu[ IJ-7)a Canc.at.,[ (10v A.W. ur urttll Gtuap 11 $ 9.13 $10.69 3 1.50• i 2.25 .90 .29 ? ru,.y 12-1)I ...IJlny ruct.lr,. 12-)I(PwetcJ utter Llan Ly .l.ctticlty) Ctuup 2, 9.30 11.01 1.50• 2.23 .90 .29 i C,uup J. 9.71 11.24 1.10" 2.25 .SO .29 C1wp L La•Ca G.ylneetl f.n► LJlt/ A-ft.A.l Sslt-pwyelleJ tk-. Cto..p 91 10,12 11.$1 1.10• 2.25 .SO .29 ( typ. llltlo-/ Jcrlc. - G.wp SI 10.SS 12.06 1.50• I�.25 .9U .29 �• Gtuuy 61 30.)1 12.22 1.50• 2425 .90 .29 G1wy )-A. ucavy Wly Y.paltun sW/ur W..1Jer Ga uup 74 10.$) 12.19 1.50• 2.25 .90 .29 Gauup •. ll.)l 12.12 1.50• 2.25 .90 .J9 1 G1 wp 1. (4x.atlny G.ylnecl In 11cu o[ Azetatant to Ca,glnee[ Cl uup 9. 11.51 13.05 1.50• 2.25 .90 .29 �i.r.Jlny Oullcr Of C..ap..awt .ttAct cj to Crane r17eJ.I...1 C1+.t.toc G.o..p 101 11.76 11.2) 1.50• 2.25 .90 .29 of plicittvir..1 Nt•J., Satd ur fluatlrr) and tort k La.yest ql l.Wt G.Cup IJ-At 11.03 11.19 I.50• 2.25 .90 .29 Cf Llaasl or Gaaullna 1:..crd C ane P1I.J41vt6 (u/u Wllert uy t. Ctaup Ill 12.06 11.57 1.50• 2.15 .90 .29 to an0 1n.:3uJ1ay 1 Cu. yJ.1 Truck Ctan., up to .nJ JoauJluy 25 . - C.uup 11-A. 11.22 16.71 1.50• 2.23 .9u .29 tund 3wlsLln2 aatatlal Only G.,.up 11-01 11.52 13.01 1.50• 2.2$ .90 .29 G(uu{. 11-Ca 11.91 15 JS 1.50• 2.25 .90 .2i ' ,Gluup 51 LI.t.tut of Ulc..l of Waulb,c p..uct.d Cru,a p11cJ11vct ' W. WI1e0 u.•.I I Cu, yJ.l t+t••14t.4 oI Cf. (u/a.irar, tlaLI, •Incl..J.+ S.2J prr hour to ' W1119, puny of cuept.. 09 attul..J)l u(•ctlt..r ul atc I. .N.J 6'c,..IC,.tJ Milth end Nclfal. fu„J. • Cis-l.( ut U..1vcua1 tYp• Jtivvt IRryaw.J ur .le.11st tyl•rl/ is-IL _ Clen., .at 21 tuna W L u ny salertal ut yetlo.riny (•11tJrlvinl Q _g It - - o :9 . r' f• ll J.." •• �, III LXA( 111i1511P, VOL 42, 110. 190• 111DAY. SL.ILM1:4i 20. tYl/ t Gist I w. Ce77-Su90 ./: LtCI910:1 IJ. CA))-50•A Y.•. 20 j': 1 �'i! •/� . r(j - •1 .�Lt.:� .,/ •i`Atifl.1 `q•.�•. l tri l,i•'ity(G .L..'{.•l;'•�, ,. '1.. { >'.4 ,'1/'. ,t;�, I�t• ,� �,•. IT:1•: Ilr 1. ,. . .t:.:r�•1"�.:.fy,tl t r" ,!' .i; t ,�•�r� t LIWISIL./ a,,, U.I7-:010 tayd 2m 11CC1il M 1A7, CA77-S090 - Paq. 29 _• fi.:t]t (,Utkrw..r Ol't1.A7Ct1ti Aasla[,ota to Lrralr.r<ra Ibl♦t.,.uN 1'lr.n,n! Ur•rf tr..ty /tA1111 tyUIYILLhi UI•LItATON9 (Cont'Jl !~paluan b.1(ert L'11.0 t•.vlt.,nit itvn,Inar•1 Swt t.l e,nl 1',t r IAnt:As / 11,3.1 l) (Cont'J) la,l Ila..,nl! Yar tcun Utvey Dwtf Nc{alr •hwy, p,a to ru...a t:rw{. 2t -.•.pl ea-I ,g er atwU t:,r;_t cte hl.er (wp to •..J Inclu.lJny Cloup 7, Conctet• Galveyor we Cunctet• P.t►p, Truck or Glufpaent 1 y,r 111`.-••, ;wr Lolt . „&car 1t..no-I11 f'Ie.c,n wYu t Lntj a.:uted (1..,ft length to appwny H iylr Conetctd v-yorj bullJlnite# Ib,nJlluq Lwlidu,y a.a- D.ck Errjtn-cr.1 l„llllmj anJ L.,cln.2 la,chin-ry, 1.oclu:nt.1 (r.ut to l<t l•ltlj r...e, 1... Vy..v at-.e I:wnco.to phut)& t,..y. u,-ee,wr! apply to wactltamea, -j- Jelils u[ }ae4har.,.ci-11 Dual beuw 111.-•1 4,."n 1-uh act a<JII Tar Ivt III- ayl tal-J) 1 Vulice Kcnyun Po-.p mW dial Lt ly{..al Cantly HiJet W •Ir(Ist o(w1(•.cutllIIyJ,u-I/,a-4Cc wt alalao! In:.tzwacnt It.nj ttatcci4l llulat Gru..p It Do. [�c,st:.r ILw,r.eril 1/elleoptet 14-11- (5lyna1as411 12 or ewte Jaua.$)l etc G.anleal 11inl:heca or 5p1-,J-r tuclJ.,e 1+-pha lt, LC..a.•t Jv< (10 t,x,a wr uolcill tutu,•-.nt PwJ�,n wr CL,I-a,,,l Bat L-[-Gatu,c anJ alrilac)l Mtn. ac Sh4tt Ilal:tj 111•ctu.•bile! Vs. - F...d C.1e1se Itwr._ta 11-•111, )wL.Itel3 F..e..,lut ..,,a..1..u, L...cpt a_:..t 131.44., with nr without Cwl,res:ut Cu:Lln..tlunlYa�a�mK belrker. •apr.,l[Ie concrete p,ru.yll illi-pr..j•cll.J, ,..tw..,ttc,lly applltJ t[u-4 ►•.unt.J it:. C-pre::.ot C,.4AI tlwor 111- b.11•Iluq Il.cbine (1•Ipe-' C41-Cl-t- Cur ta) authle• (Ln •hell•. hl 11. 1., •111+•1 to •..J ••"11th Iluca On1y)1 tlpe Cicunlny #Luh the (t N.:Wr pc o1v11-J JuJ •apple/-311 , a it. Jrpthl I.wck CA-. Otte•# Iuyje& uwlat, 1,11,c No,ppiny M,chu.0 (ltacl..c prupelltd anJ cuP{arte Jll Ilett ly-f•cion alr•yla dt-j 6,31.( TcDJcr Plant, Iwllcc tg•.•r.tuc (tlolcl, a 1•I,a1t)# S-(t-ptul.clleJ Lft type lofting Jcric< (c-nt-r a:.unt)(10 tuns us lu►s H.11.C.)i S-1t-pcoPellcd t1•:v,t my Gtwp lr ballast Jaen T.vperl ballast Neywlatwrj 0411,at T,r1•cr Goad, flancl rj-h.t Oj. &r wrl 51.#11 Tuctot (111th 1,4:1M)l :;oil Telteel /l,ltl•)we{wu! t.,.d.•r. (In- Truck t)rl•u lu,J-rj Augur-tyl- Jitllluy c,lulp,aent ovee )0 It. Jeplh •14,11 lctk Llft oc Luau•( Sta.kt& Icunsttu.tlu.+ ),.L aitch t 1.11- h.:tt[1 rrtcelal Il:al:t 11 Jiwall Sbwttl Ccul T&e 6Lacerl Gtwp Or Ata-,c-Co4tee (uc alallarll Asphalt Plant Cn•llncetl C.c:l-In-Placa T-1-1.114 ('lie t-tylnq h,-Ltnej CwaLlnatjort Slushef 411.1 tk.wr O1w:cutotl Concrete Balch Plmrt (wltlple unit•; L:wx..l IltaJluq S11a-W Cp.;catucl Il.,vy Daty Gewj, 51 C-.j,e..ur op<ratoc lover 211 Couerete ttl•efa (over 1 Ldpattc-ln anJ/car a-lJett Ctadcsett-t, Gcaow Ch-dec (a•:-0-ic-Al of utt..c- yoJ)j C.,nct-te Y,.pa or 1•wnpetete G,nal G-n-r.tu_j Gtwtlnq ulae)j Gewvll.y anJ GelnJ(ny M.cnjnca (h1yhway:)1 Ken S-L m1ehtne lot A I-cllnco Yoe..-.e14 l31t-..:.eut,-11j 1'ue;,s (weer 21; welJlo) a1+.I14riI A:.lwa,l 1e-tcrl toAj,c (up to 2 y.,E"); t1Cd,4,llul Tae1101 LLA-1J1 Y:blur• 1.••_eeN "r-r tt.•n Ly elecU l.:-Ityl Pw,t,L1e CI-Uny anJ S:tecn:ny Planter Pugh C.,tl FuLLcc Itt-J C,cth- c•.rluy Lynll•^•cnt (.,p to And lr.CluJlny 45 cu, Y". '.ttuck, a.c.c,l; Gtuw{. tt bout I.Jej tall Paotor or diol lar/ 11+1c Tauck car fa.ral Eucl lJo, ull:, Ltt-l0, 10, 21, anJ a,ail.+c/ Pul.tnc TlrcJ 4.11-1 5.:1[- Ywtjo.e r-c_r,te Bat[:, hl,aer (w-t of Jtyl) Con- prop-11-1 A.-j,;twr with Loner; SLeepluotj Ti«.I.:t Lk W-ki Ir•+Ltct toi-J colt. 5,w8 1•ell-1•:wy,e/l.1111.1#1 On set ec ta, hlybw,ya, altp..a to or Di.11,t c-lulpe"'tlt T&aClwr Jr..on Sc[+pelt Tl,cwcl ftench toy R,_1.ule j� anJ tanilaj Oillll;.) w..J k„in) ruct,lnecy, vertical (nut l,. apply ,.ver t it. J.•1.11,! Tel-Lalel, ivveej Tunnel K,le 6)r4„y theLtn.1 U.l.ktl In to v,terltnee a, wapn Jt/11. Op ),ck haa_'_eo cal/ ll1y611ne C,bleway I1:,oJ: JAer (anJ otl,-e ata.11At Puy,alll eq,411 c-t11 Vtuw_CL T-000 U P-1, ( S1•nala.,n L,..:w,tivea Cutter 1 l laud•of ovrt JU tw.,)j Lubi lutlon ao1 S<crl.e LI-)In-c la-.Lila .01 qt.... t•c/ll lUy111n la Interna! Full Slag, VlLtatot (Ln •lr(..cta, t.l,Lw,ya, cal,als a,..f w4e-nwscall Gcoup 9t Chlcayu 113ouy Coa.bfnatlon Mixer and Cocq.resaoc (•lunite)# • Y•;Lanlcal Ftnlsb-ra Iconcrrt<I IClaly, Jw61.s1.n, up J..-1I U[l.fye C-Llnatlun ::Iwt,y 111.-c +nJ/oc C1e4nu1) Ilighllnc Caulcway (5 tons Lcck or af•Ilat typc.l7 81:a,a:/lu.l Dura Cu/L •r.J/ot CocL 4ud anJ uuJer)j lull cal-Litt ua a1a11.1c 120 it. of over)1 twcklny Iuchine Cult.# Ilactanr, eLntrtlr Or ♦-j•1„ltj Yoi[able l'r wane#s/ Po:.t (ruLL%c llrcJ, &411 u[ tr4ck ty{,e)) Tractor (with Wc,&)IU-a or larger Niece (rJ)G0 and elc11a!)1 1'.-wee J„e1.o(tpetatut /-ening slip- 1 aDJ alullac! twows, .[e., or. tonncly)1 1w111,9 (e.Cept a-1J.31t)I Ils.lte[-Gr.<ne anJ alella,ll,-H,a1l1C Cuactece pavtoyll Set[- . PIcj.111J G-y..•:cwr (dingle en)tnell Self-plopol)cJ Pipt,11- Irt,jq•1Ly Halt•,r.c (i.r•ulc c:.0 Or •Ill Lr tY1'-18 Solt-ptwp-!!-J - h.�•t ;;w.,j•.il s.:li-tr•;;-1113 T.,.e n.cLlnej 5111. toia 1•wr.{,, (lllur.y 3av r,:r t..t cwc;t,cc h.1-11 =•x,11 owtt•:t-111.3 u,Gtwtdl - - iatf,c< ,t.,tar al Ew)cr-t,j-, Jralllr.y wjwty.<ut u{. to anJ lacluJlny 71 [t. Uri 1!.) �ar�! T cat FEOtRAI kEGI11ER, VOL. 42, NO- IVO-ERlOAY, SMEMU1R 30, 1971 tD blTlyl- ..J. U.iJ-fJsO Ya y. 70 Dt:CISMI tt0,, CA77->020 6 , tit -t Pay• ll to 114.611 WUl InU1r C-AMAINS (Conl'JI (N.t7.a i •.•J 111 tc:.nt•J) fVdttt U)UII'tttur UPUMIUll9 [CLIA04) O ("rA.y 1 •nJ 111 (Cont'dj G.v..(r lel 1) .. t.;(< Ea.al►llt.i 14,3c Alncl O111j. Cc.n.I Cary-lltt lu[ .Imll.ali O.eN.:.l Lt uutloy n20.1. . truaa e•e•.teJ[ a�..L.lr,al lun Cac►- - Lu• a,-1 L.ala-t (.•p to ant lN.lulll.y 311 w. IJ. ..c.C.11 1.:6[16 12 , Ljc to.• 9.•i•.1c.J r«:o .vlr.) u.jtn• to wai. 1466 Lula)1 Cettla\ U4.1ca (c.capt C.Ca.aLlau ....cal# ta.-ra,cc LG..Scc ar.J AJJss L1rjc.3cti 114v3tIA1 Gr.i<r llv vy b+ty h.tay I,tlll hly (lnc l..fln/ CAI—., F_,,nlatl.,n w.. ...1 Lae11,1 L..a Jvt .•.J almll., type, i•.,t.bina tyta Ut111.)r ta,httuy St.o.t•a[ (u. 31,a11.tll LItL Slab tt.COol, JV+1tLuj A,.J .1ml lay tyr-.)l Gtuup 11-AI uaii Haj.u.. (ln cun)uncuion ulth p ae1 Lacay.tocll i•15 C,1 t.ld.e (1 ya1Js .,p t-u .aJ lneluJini 1 ya.Ja11 l-.-a,.ctl.e (voce IDU twnal j,:v.t Ito tanJl# W+Jet (uve! 12 cu ..0 I up tU a. L,C1uJ ln1 le cu. yJa.)/ 1'u-.[ Stove la anJ U.ayllnaa love[ 7 Co. yJa. r.t.<:.)I A.ILLe[ lalujlr .• r ipla w It%)# n+ltlple Lnju.c Lar u....v lny waL leu ltuclt.la, TlccJ IL11t I-puljvac LJ.th C.:vin•/ 14ahlnc3 12 unit& o ar 73 cu. yJa. L•.t.ra, cl.:.) loo t+..J.m .al•j-.til r.c-.t. wit. Nupidoq taw-Aln.i •ru ' r.r.c•la w1c 1 "Ca,iat.,r lovuc 7!10 cu. yJa. pct bout).- pc]a,v..lr-1.La la 111 lac ll•1'#�l•+1lcJ llu.t lnlIt i1-I.:t-LILtA mat aj•ct, t __ .ell-1vaJ lny L.aJ-it rhea., ctc.11 «Autl lc C..[ (,cel+tm .tatlo•4r Ccw1. 1►-114 t.,.Jva (owt la cu. yJa.) L1nj1• Injlna S•-,.1pcc u.ct 75 ya.Jaj S.t1I Stahtll:ca tV a It of a-j aIjI Lob•{r•.h[ (%;•,Itle. of uat.at .ot.aaatlC tyt-')I taxi.... Cl; ca.ot bt111 Gluaj, 11-Ct Up.jJtut ,t Ilellcuptcr (vhcn uacJ In atectlun ,.aa\ll .. C..•bluatlwy 14_1, 1.Jy N11 lyja chit, n.vlt.g G.Llnc (a 116y 1c m-jil.c v1U' Fea.ate l•outt ul lad Lrlha.,v lny Llulp•acnt LJ.. a.ct ul•.r sll Train lo+Jtn1 .aalonl 7aen.4lu1 Kaatllnc, multl-a 1..)lne rllA al,ry•luy alt ach,::ut, Jct u( almlt.c{ V+cuu.Cw1111y Plaotl Nt.lrlcy 1' Cur.. I.J. to ..1J 1n.I.Jl,•1 2% • Cto.q. l0-AI ISJCaLue tAydtaullc) (up to Ana Ineludluy 1 cu, 'J. e.r.C.)l Hocal,ue IC+l,lcj (up to .u.J L._1+Jlw/ 1 ca. Cu:J•lnatluw DA"t.ur anJ lw.lrt uv.t 314 Cu. YJ. ..a-c.l: Cuut ln•►wa _ tltybl 1t- ua<. A.g:r jup to a..J luclu lu.l 1 cu. yd.IlCranc art xI..J)1 Citl..a lout u..f 25 tuna, 11.1..•-•tncaa +..J G.naay)[ GI+JcviL Wp w a,•J I.eluJlny l Cu. yJ.11 L'••-et a�uva a, C1J.a:11e11a, Ut aylluva, pip lu aoJ LIc1aJlny l Cu. W.I. •.call 1,-.,4 b11Je Isu.yl< u.lina# Self-pcuj•<IIeJ z Ci/lj,.y bavlcu (:enter a..,.Ntl (•.ver 30 to..sQ .•r�161•66, •.{/-luaJ la,/ 1paJJ1• wL:cl 6-111 cnl Lr.cl) Utl J4 t LJnc ),-Ao - n ' C[.11[ .r1D of .ta.l{ar 1•` is to Group Ili Auttu tic Caactctc Slip roc. 1'avcc[ /+rt..-..Ctc FaticoaJ Cat ` Cu,..•Sj Cinil Ttl.r�tj CA1N1 Tlka t v1419,1.191 art-lahv.utat Ctanca (Dart 25 tuna u1, to auk Ir.�I,.Itn1 IIS tuaa)t CJ..tu..,uua i'li1At ttc • -lar.► Mget over t Cu. yJ. (1116 lud wy a+cell In,,L9 Tlwcllit 6:0-A-1 Ct .lall.r f4i tw,a of werll WctIJ lu+,lc[ -Len c•...ttullcJ t[ur the ' Iw11Cat/ Itl1hlLnv C.blc.ay tw<[ S tunajt L-•+J:r 1—— t ya.J«, S. lu ' ♦nJ tneluJmy 12 c•.. yJJ-li nlllet IJimttaa 11900 St.pe rlver oc 611.1lacj Ywc[ cIJ1v (..la t-a n71nc1# Iu-r,c CI a 1t iia, berjl l..ea, bwa, CLaJc-all. (uv:[ 1 V.I. .11.1 op to a1.J IuCI Jlul 7 Cu. yla. a-c.C.I t tuLb•a-t traJ c,Ltb 10.) 6116 h11•ea (multiple 1•wpula Wn J>,..r uulta auJ # - tw u1 a,nc :Ct a1-.:[al lip to 1611 InCtuJl..1 IS < y•1.. 'Jtaua,.' Sclt-pt ul..•lla-1 C, _A,tat lulu. nultlple ptuj•Jlalon {•wet u,11l•.li Stn.jle •r.jlne N,J.t.t-tttcJ Lltttm.,vu,•j lt+et.lnca Ivlth caoJ.m stra/recall Slip • 7�tm ... Ic.u....•ta ut a•.pt..lclj 7.4'.3;1 Catal 1....r Ct J,.ea t:•Ul le - - 1ne1.J11:/ ,111 .,.-, •x•11 T.eu.N.t ilulll..j Jtu:1.CJ a«.c1J)i Uu lvcr•.J1 LIO.her Sul 1...ct CC+nes (auJ Similar tyt,•411 Ut..•cl L.LA4At Ur (up to .nJ Includl nl 1'.0 CJ. YJ. yat I..,a.11 wT.lt lay ta+wc (.,vet 2S tu.141 r i•r+•Z ! dw T 110IIIAI 111GISILA. VGt. J7, NU. IVO—IWIUAY, SLI'111.141.2 30, IVIl Lt;.. t fry M)IRAt REGIMR, VOL. 42, t4C FRIDAY. SfYiftlbflt 30, 1977 i ,1. •l.}• ter. •J ,. ../ / .! .. .. 'iii:� .�.�%Gj Li.ltMtr'�.'•. ..• {•t s• , �= - �}�' .4., - j�'. - 1 1 Li lla l.•:1 ,.U. tAI1.5J YO .'c 3J LUISIUtI I,U, CA77-1090 Pt • 1 33 "� 8. t.r.t.G. .1...Pwt»..b ` + bw.l< f.l.ka 8,.ald•1' .ta it.w,ly • fJ wu+n R.�•. ,t L r Y..,,.., r•,.u, .J'» R.... If L M P..,i.n. y,•U.. .Jj.. Trt_i„_'s �.I�r� a•p'.1.. Sitth'K Lill Vttttii ii'•.t.t'� Arts-;s, AULK CLrJJY I:t J LXLt" t./w •.J.9, ..J.t a vi.. ..tel ttvtl), bu• ! tl„J,..1 Ji(v•[I Ltrr JITIJZYJ, rock Litt 7 10.01! ! 1_1YS .70 31.00 . C,,.k:t ata )..,{• u.ct.lt,r1 - . Gw.Cttl• (•,np U.c. L:,cn T14AtIiiT MIX, AGt'fATttlt u... 1s ..a J...Jcr 6 Via.) 1o.Oss 1.195 TO .11 00 •14t•.3•t t•ta flat t,.. r.t< »1' , •1.111 •f-f,lyi, L...1, (.na<t 4Ylfth:A IU:PAlhri'4ti 112-1-t-1:14 10.031 1.14! .70 1.00 f yd.. .at.r I..ell, [..af.f.ta Itt.tk (..r.Jr[ a Va.. .al<l - VACULAt T14WI w0ct {),100 3rvel)l D..a)..t<r I.r,Jet l yJa. y413ouaJ 30.085 1.145 .TO 2.00 rata[ Ir,r13, trot• u[ Psl..t Car Jowett l/lpytt tt.0 l.l.cn 5CIS10k Tht1CK. Slrgi• unit t j list t,'k truck la .%cj flattack (3 -1. unit)I t •14•[•.Yttat• flat tack r.tc atali ticauy,a Ind. ttlal Ltt 2t...k a(y+lyll S.1Ja It•'ucL.ntc.l t.11g.tc), ur.J.. t yJs. .stat 5+411 I.U'cl tiled hector "� Saw1J1 Ta,a Jtt.elsy Tt uc,r r LL,n .ltL In tca.u4tct a' (dry p<1 d.aurr c.:wc,<t• air, ]ul luJ lJtl.u) 10.10 1.191 .70 1.00 ' unset i yJa. rata level), - L�lfa•t+, war<i....4,x rn i Y.905 .1 3.LY1 .7u .11.00 JLrTllti 7UUCK i WAT" TRUCK iuu Cu4/xr (2,'.00 gala. undc! 1.000 gals.) 10.111, 1.195 .70 1.00 S1rtl.LlJt (../w , t-WMATIUN u11101 ThU:A z -str[ lr.c 11, in.•;• )a with 11•l1:,T/ -J.. 6 yJ.. .,Let III. AJlt.tut 16 yJ.. saJ yds.) 10.1sS 1.195 .70 1.00 yJa. ..l.t iarcll, tri 91a4.<tr9 It YJ.. •..J -J.t 6 VA:UUM TidA:K (3,500 yai.. yJ.. .a.r 1trt11, S,IJ. (J.GtI arra .,a,[ s.5uo ry41a.y 1a,16s ,70 1.00 Wa 4 y1a. a..J unJrt 6 yJa. Y.145 .,tat 1cv<111 :.I,,llc ...It fiat huUotn-Tlhtt!IiU.'A CAN !• , t,ck 42 .ala .r.ltil 11.3u4Ltla1 aclt-luaaa.Il 10.175 1.193 .70 1.00 Lift Tt.,► {x.c u.anlc,l tallyal,J St ucaa {dry 1.!<-L,t,:1. LJI.ZIet4 y ata, t rJ.. ar.J w.Jrt 6 yds. yl 1 ..tar I<..11 10.00 1.14 .70 1.00 j` J"Tlt4 Ih. K anj .A:Lx II.uCK f (.,Jar 2.501 yatl�+..l SO.U!' 1.19. .70 1.00 j- � 4r lA j IJ +`, MtRAL kLGIS3LR, VOL. 42, tiO. 1911-tktt3AY, SielEs10tit 70, 1977 ~ ILIA is /.a. Ya�la 7t ut:C1S1uN tu. CA77-1093 a t� hdy+0. •hl.P.t..•^r• 0•at It•..iy kJ.rwtlw. N.+dy tJ..•d." SI•.•. It 4 M P...1•+. Y»r•rw. .rlr.• C.r•• it L/ Y•:,i•r. Y•..x(+. •,l'• A,,y..I.. TI-WA [�.r111«,41f�.,,y ♦.yr 1r. TWICx I,hIVLh9 (C..nt'JL . L'VtY ix1 u:T !Chll.U(M w .w-Jttr • yJ., a.J ur.3rt 1 TIUUISIT n1x AW"rAwot (Uvet ' Ile. ...tet I<+.111 L.cy it 10 )Ja. th.uu•itr 12 YJ..) 110.051 1 1,ly5 .70 SS.UO yJa. .nl .-Itc f ta.. .tax 1tw.311 L,.S,tete It y.la, taut[ 4.LStt2If Z-VA luitl t./.o .ad ."Jet Y 'a.. v.t.t Icveill .ugclr a ydv. -A loauJiry i,..l-.ttr it yJ.. .+.J .1.1.x 0 12 via. atut icvell) Uu.-P y.l.. w.(.t Sere Sl/ S•IJ. 1.1.141. t0 yJe. ..rJ lncludl.,g 12 iw, t yJa, .n1 ..nJex • yds, yd.. ..Ater 1-1)1 Lu.y.aett watt( Itvtl)l 7.vca. (dry pit- Id lad. YJa. .nd IuCludinq 12 Lath C-C.tt. r(., t ys.. y.1:.. v.Lct !wel)/ t+�ll-;•tu- .r.J ur.J.r i yJa• wAttt level) 1 10.20 S 1.11: .70 SI.00 I:c14d .tt.et awce(..& vllh ' ac12-:axttsLncJ telu... hint A-r#A Z, MI..:11 Thth;a.l balJS (d.:h[l• t..r., 4 yJa• Lulyya•'t'Slct lit J.0-lilt, ...d 1...:IuJt.3 32 yJ>. -4t.c S.,Jlah Cl.ne tyl. l)eltinyll lov.111 Lr.:•w J• an0/09 arwr J.tticqant watt( ttu.t yl-1 Tru.:k idly t'tc-hattp ,t (1,000 y.1A. auJ ."Jet Cw..'tel. ..IA. 0 yJa. and 1.00,) yala.11 R.LLet tlttJ Inctudit,•1 12 yds. -ter Jw.w 10.215 1.195 .Yu 1.00 4v.•111 0vu">t<r (0 yJa. .r..i Srlciuding 12 YJA. v3tet OCAVY Ulli'Y ThA3r.huhT level} 10. 2 1.1Y5 .70 1.00 Q iht)h LtJi 10.22 (.195 .10 1.00 -t jjjA%7y tatfrY T1✓U/i W(rT 16.15 1.19: .10 1.00 NOS tli.lth .nJ SthilAm )-t.e11 IA 5 ThxJ:L12 l'x."S 1Jr 10.215 1.19 5 .10 1.00 U1 711A11Y1T 1'111 AGITATL)11 T,.AII:IT Mix AG1TA7tm E�vur 12 yJa. tht..v - yh Is yJa. tlarowyn 10 YJA.i 14.755 1.1y5 .70 1.00 11 yd..) 10.tS5 1.19: 70 1.00 r VAORM T011CIL 15.50'0 r� ueJ ur.Jtr 7,500 141a.} 14.2CS 1.195 .7U 1.00 JCTTita.; T"'s i Wl.ith 1hUCA f . 01.000 91)1. .uJ un.far . 7.t+L4 y.1..} 10.7}5 1.196 .70 1.00 , 7 f - } MARAt RiGIS}Ik. YG! sl, +lU. i?D-ti'!G/;Y. 5t1'}t7,i0Ek 3P, tYIT f !x t; • i fIDLRAL REGISFER. VOL, 42. Ni: "N-I'SIDAX• SEPIEmbER ]0• 1977• m � i: I'. •..<< r' J /r J . . "1}y`ts''+UG L{l+t►)!^y7`; �s _ 1 . v.... .15.1 --•...-s.4 .r. .a. 4...+.......� """"!•`sass.+ w..._.. �, .J,� rR�. - _- ,.., ..,+t�l'..C.NI.'• •^r.r. ?.tj,N'•r r `(:1CJSit4J W. CA7t.50yO P+•,>:. 31 .. a _ b[CISION 1A). CA77-1090 Pt la 71 • , sac /J .e..•t.. ..1. '. Fdq.b.w.ta. � �,. ' "' tsar: '� •ht» b..it N...It EJ.•1... N...It f1 ti+w u' w. - lt..•. N L Y f'-s... V...u.. ..1/.. -, R.1•. H L Y P•.J•w. V...d.. ..1/+ TOWS !.1.1411.1 AiP•'I•' TRUCK un1VIMS4 (Cant•a) 'tsN-)•• X kUTA Ctraart SI'RtA:.LX (../W .au3•t. aNJct t yaa. wtec lsvellc W._.d Ru a..al Jrlvct Urt J11t2LY3. Polk Litt 10.075 1 1.195 .70 11.00 y` C..ga:trte ( ats waCht/1c�' - , Or.ctetr TWWSIT"IX. AGITAM4 �".x � ,t1sR ta4k ttL.k la uisJ t to+«1st t Yds.! 10.051 l.115 .70 i1�.00 ` ypt..pr ists`LLt'sida cat. + '.I's If,&jpiy)'3 ".4. G+ndet:a.:. TRuG1 RCPAIRMU4 ALM" 10.071 1.195 -70 1.00 ; tyd•.-walai level)t,'tlusiNceta' ..- rS t)utt"'(Msacr'4 yos, mast' VACIAM TIvWX uaJac (3.500 •' rs lere)1 i lHiw(stae?I�Act 4 ya&. 9allms) 10.085 1.195 .TO 1.00 x wt.c'lcrit)'J LiedC"at pi tat ear d+lvet J Nll•hcL-truck lwt.en" 5CIS:iON TRUCRi Single unit ,list't&ci'11ork'is used flat tack 41 aria Mott)I r z Awl, flits,31•t'1iarr&te,' lndwtclal Lift Tcuck r k 41.&11 slylly)'J-41ekup.) Saila. iKchanical tailgata)I (d<ttlsdwm.'un er°4 yJs. .At l ( Scall cutJ.at tired tc&ctor lsia111'7.w>•dlieetar 17c ucka 1.4111%ua:ed rithin tea&ateia• a,a3ujr tOt c.u..•ceta.�la.•ei-L•aY. , uctuJictlarrl) 10.10 1.195 .70 1.00 � .t✓ urAtl t yds,.-watt[ :Ievel)I .. U411-ctaJ.frit ct.t aacun F 9.90. 1+1.19: ..70 'SS.00 JL7.Tl1JC TQUC[ t MATUt T7u1CK l i . (7.500 gals, um)cc 4,000 gals,) 10.11S 1.195 .70 1.00 'I JgULA C1h1:Hf;::J"r1"Lk I../w ., rjs. .•la.-44«1.4 i:• Q1r0+12UT10U W11401 TNO:K d 'y3a:;water Av.gl!! Jw.aa If . . ... N1Tn MISTS Ttaualt. rl ;„",{hb y.ta.lair,!nui.J.t;1•yJt:..w.ui Mia Aylt&tac l6 yJa. &ad t'S st z�Tt 1ere11t la&y.Ctetc 4a;yds..•rwi „ -4.c 0 yJa.) 10.155 1.195 .70 1.00 m VAC'tK"TROC[ (1.100 gala. $ . l ydr.e..ri.t_levltt-S.la•-Ia.ucl &ui w1Jee 5,100 gala.) 10.165 1,l*S .70 1.00 ad .�'• taa'4ySe.:usun3aL:•ysa..: Qatar levc))I 11nl1e-urslt flat hUn0ta1-TIIM HWK CAk (nut ` sEx 1 aslk'-i1 •+!a'.un/a)tslt.J..catlal aelt-lu:ded! 10.17S 1.195 .70 1.00 v x,t Lttt-7s,uck {aseb&nleaf uilgaacy 'Ttucsa lily-pie•LaicR t.ouetets. - t ZRI, f .: "MIA,-4-JJ:;-&r.4 ult4cti4 ydo., lev.l). 30.00, .3.39 :7d i:0o JM114^TRSA:[.and M11:1J4"Muct R '"- {u1«lu 2.543.gailw.al�, 10.p! 1.19Y .70 ''1:00' . .. 1=. _ IseA FEDERAL REGISILR, VOL. 42. 140. 190-FRIDAY. SEPTEMBER 30. 1977 aL`C. 1rJ. CAII-SO44 - -raja li aociSlow W. CA77-3090 •. • • Palm l3 �.'.rk0% s^ N.I.It—fit.rq�•+,. fd«t.t•w.l}t•P.I-•+h A..!t M.-If tJ...•d•.. t tJ+•.d+» il...t of t It r...I... Ya.«tt.w •»11.. It.,.. u a r r•«.}.,. Y..a/». .«J�• . � Ttt••a 0AIVIaS. 4r.«:t•.'.} AI,,.T,. T140C9 tMIYL't9 (C. 041. A,.ta.in :,..s auil ruu`.n SrNIADLA W-0 yJ.. a,ul w.Jat a - ^�� yJa. -stet level)$ U.rp It Tm;sIT MIX AGITATuat tovae jr rw yea. .n1--Set 0 TJ.. a.»t.c 10 yds. tht0ugh 12 yda.) 510.153 ! 1.195 JO 11.00 ...4 btI- lie. anItt sx It ns lee OUtIC LLKDJr StADIM fv/wo D..4stef 46 1.1s. ♦nd ndac t -viae. yd.. -nJ ln:twdin g Ja.'.attR level S•!Js 12 yd•. vats 9[.[947 awry. y ' , Y i t td•d,[!a (a yJa. u,.l l,wauJln� 12 •.yds. an.] .n.tet a yJs. - y.ts. vale[ .0.0999 tl..ryaceta .h at'it'ter:eiii'TruC•a I.IAyp.e•x t..`t 1a yds. Ida. an,l lneludttg IY; v:.' 'yK s 4 tcf."ew'.Gaite ryds. ` le ,Sao•-� a.. s f lut-t'"� % yid ur«Iet'i yds "vitet level); 120.20 1 1.ISy11 I S .70 51.00 pellcd anal.eater .[.riwith a-'` 4 A^PNAML,:t,l„Clt`TFtK•5t - •,:It-r.. t:<+ed tcfuce Dtal j• - „�.'� biJyyia:Dlltt'llydto-lltt,' •, 5►Wa Idabel. We. a'yds. T 13w; 1 S,.ed19b cane t'yya'(1et't.MJI l° u.l itw 1u12tiy 12 j4:1.,Wtet It 7,44`,r ; .1sttlag ii.A'wtac'sttucl 1...111 S,.u•,y��,.J/o[ a,iuv - ``+ LY i )i;600'gela:isad b,.get ". MI""1 Tcuch'(.Icy l.te-Datch" ' 5``• 3 ' 51a60 yatir.f} M4t.Lef'ti[sd CUn.:[�ltt►1a. !f Yds: a1Ml. ` awW 10.715 1.193 .70 1.00 lact4d1ol"17 yds.vote[ Icvrl4i owyp tct 1a yds ° aPJ}vYitxm TNAt,:WNT -t:! foclwilnj 12 yaa. .ratac tlitgh L<dI 20.22 1.193 .70 1.00 levan 10.44 1.195 70 1.Oo I1N''an4 SIMItJW - t IIYJtVY fAtt'Y TNA+1•r'tONT ;- ' -•1 M T ili.Atxtt cAAtitJ} 10.715 1.19- 70 5.00 I�w"Utct 1-619,11 IO.iS 1.113 .70 1.00 1„ } to TUAI tilT MIX AGITA1%;A TXNISIT MIX AGITAWN 12 yds. th[.,uyh � ' 1-*r ' it•' "(t'+`YCa:"thitroyb 10 yda I 10:2:5 1.191 - .10 j Il ydi.) .. IOa3S 1.195 `.70 1.00 s 4"'`,r {!ry Jis YAfiUtAtTfiUCc'45,300 gala i "+1 ail! u/,dii`7.500 yala.4 10.7t5 1.195 .io 1.Go ' e - " ... JCT`Il/tG`TMUiA A. .IAT'Lx TM11CA i ,�,� " '. '�; (3:000 gali.'tuwf un•Ic( - - ' ka r 7,000 yell:) ]0,113 1.199 70 1-00 iwv t Y ,f . t I ffUtAAt NIGISttit. VOL. e2, •fp. 190—ICIDAY. SCPIEMALit 20. 1977 f _ � t � ,i. �•o t. x I 1 ILLIAAt kWl)ILM, VUL. 41, I/U. IYU-IMIUAI, Stl'ILI.%ULrt J0. IYI/ �• i ,• /�`• .! .rlr i ... !t :� •���1�'•} �" +ti•. " 1 !1 ''t $ f''1r.5 i+l �.. .. 1.�;�,., 1' :;'1�;'1 2.". .. Y • , , i.. 't� '1 ,i! ). e�,r. .i t.� 'tom •i t.�:/t t� i' 1+�'if.:;i;�.•. `r, ,l.t tn�a�"+,: a•.'• - !t �' •. i'.t. jy! LU71911a1 p.. CAI! 5.0*J ►•:• 3t LLCiJIUN I*a. CA77-SOyO >•9t 37 f.: .t...l.•,Y. .+. tdwy t•w.trq Y.r«..wt. C •r "' 11+•Ic _ »__•.r EJ.. •.. 11.«ly E 4-,..:-. M..• Il t r P.w d•.• V...Jww ..Jyr 11.UC* tt_N,ILI H5�ll'ont'a tl•4• H 1^Y P.w•t.wi Y•<.ti•. .J.'. l Ys•'i S+k 11t F.Yi ..t t 'trt'' 1a' 5 tvtj Cut17n !.i'w Ctt•t.x t./«o uutt LtHtlrl YYnLAU" twcI )2 yJa. .nd •ujcr, -cc 22 yJa. .-I , 1 r.0 luJt•+7 Is y.IR. .stat Snelu.lir•y 11 yJa. stet I.v*llt l.rt 111 C Ap Iwv.t l: yJa. L..ci• (u.ec 24 VJa. aaa ° •1+J int iu3it•} 1F•)J.. .at+t lr..:luJiuy 11 yaa. wtct levcllt ' • •�� l.rtlll tt.rl.:+.tr 1..r.t l7 w.1•.•cE# part[ 24 yJa, Ar..l �' 13c, a..J 1-1.,311.-j It yJ.. !.•*toot+a) 1S )J.. «arca 1-011 ! rate[ levet)) 1+..+1•4ttt lover 1.1.1 Il )Ja, -d 12 yJa, aoj Inc tuJlr.) 16 yaa. turauJlny 11 Ia.. wtac 1a.OlI I wale[ I..ellt "Ids (-0.L,14 L.1 10'., 20'a, 2l'. and uttct 1, tw.a, ur<: i2 ya:. a..J i1.c lot ing .t#.i Y.r c.t typt. Teti* C.Wt . It yJa. ..t.1 $-III 7t r.#e IelwuE neul•ulla, lou n,aLuc Aet, 1 tJty pte-cm". *•.gets[. aw, lulu +r,J *1•#31.1 tY1.c urtr 12 y).. .+.1 11..L.J tr.J e.ent wU- pulltuy A•i,.+:1'.. ut 11 watts )t+t ll f ]O,ht 1 7.1x, .lu yi•t4 watts t.+•# tt+tir.a .:,J tu.1 t.. ytc#at tanI, u•llur f.t. OR 61HIIJN 111'L of utl.tt wlac. tt.ticr.1 S.IJ* •f{t 9t Lf-Wkolt1,;Thu,* 10.14 1.191 .70 1.00 (J.l••Ir W., u... 24 yaa, asst t ltw;3uJlnq IS yJ,:. watt* lcvcllr -t Ttat't SICTAIi.M.rt 10.17: I./xS ,7u 1.00 Itua IJry p1t•LaeL coact.). i'• ►!#. uvct 2i y,ta. .nJ t1.G lu•t t+•y �.} LutA Ctsu:.T Si Lt.'Ll.N N+"w.• )S yJu. .stet levrll 1 10.64 S 1.191 .70 U.cluJiny J4 yj.. ..t.v uut.K Ctlul.r 1PklAwu (w/rw 0 ]crrl)/ C•.:..vast.•.n .t.,ap .(.J e.+,pa, evrt 31 )•la. J+•a 4-p tr.ilcti 1 ..1+ 1,...1 Is laelwJ ltd to y.l.. watt) level), /H r yJa. stat In;IaL.r] N rJ•. [.awls (Duet IS yaa. •I,a luc luJln•1 U1 i;t '� water 3tre 111 (A.:t•r rr ee t••*•-t SO yaa. watt[ 1ev¢1)t W.p•:Lttc is p•7e. n.1 yaa. lu+c[ 1S yJv. -J tndWJtl.•1 S0 "C ..tet ltv#Ill D-.+•ytte: (u.ce y1.. vAttt I...Ili Lu.i.atee tures 11 Ia.. *al 1a:1..'1 L-y 2l l fa. )1 yaa, .nJ igclwdin•l 50 yJa. "j w.te1 2#r,lir ..,tJ Ji t:.t u., . r#tet Sc+t 111 :AW, (a.t.[1. Loa {,� *•ret 19 yd#. .I.J 11-1.+.1.r.7 wet IS yd.. *t.J tncivaloy SO r 7a•yJa. .stet 1-111 1-f-it yd.. ...ter 1cve111 T.uc/a (dty ' Al. .)(t.tw1 lcr+l 12 its. vet { u•t wq'• It yis.11 T.w•*. IJry 35 y1a. AA inch,Jlt••7 SO (.!*-L*tct. c...c..t. •.. urtt yaa. w&L.t l.vcll 10.79 1.191 .10 t,OJ 17 y3e. •+.J t1.I•.J.1,j•14 . tt1 i. yJ#. w.t<t lcrcii lU.S#S I.It1 .70 1.0U cA •'t - lEOlitAt k1Gt11(ll, YOl i?. 110. 190-]NIDAY, SIP1UdLClt Jp, 1977 , a j WL'1`loft NU. CA27-3090 Page 39 4� D >` IJ 4•. r, _pw151UY M), CA71-3010 JAue is GL1fOPNIA AN[A 191,11141f1U11S foC t {� MICR I(jullilllf UI'INATUNS ry' 4r'"= ••ANCA 21 All cess awt Ins I.J.4 wItlan Aga& 1 as y,x _•'`„ �Tau•r. ralv.as 1e.w.t•JI lata h..s.e«.b..P.r-•-�• Jetl"eJ L<lo... UU1.A CUul17 SIMLALLM r;w R....� 11 a if P..Ar.. v..•.». •ARU la Allseas It.elYdid to the desctlptlun ..r).t,uvet SO yJs. ua u.Jet Ary Ir. Je[lael hiluw..LICA !• based upon towsl.lp 6S yJs. wcar laud/t W.p and teaga lire.of Areas 1 8r4 2. taus[ SO yJa. .W ..Jac 6S yds. ..tit-lc.•111 Y..ry.cteto coamme clus IN the 1"Cifie YCe•o on the ascension.[ the Southerly 5: (over SO yJs, .,.,I r 65 yJa. time of Tovrshlp 195. .'� ' "a.Stit ls.e 111 W<p•g;c Io.Ct Sp Thcnc< LAbLegly A1w.g Live SJV111gly'line of TounshlP 195. ceasslet yJa: .r.4, t.c 65 yJa. ..t., Ll.a tit. Ul.ble r,.e141.4 to LLe S.M. eorate .1 t.wuh.lp 11S. 10ril)1-11u •t liC:qet po.ilin (rh _ aAug. LE, tit• palLlo base lire •rd w gidl.r. • , 'lt•ncja.illa{ am cat to le[lr l.11 Tbauca Soutb.tly w it.. S.Y. Cutrar'Y[ lowtshlP Ills. t•eg< te. r. Said& (debtl.-L..•, urea 50 yJs. TLrrc. Eaatecly LY Ll.e S.V. g..e Of touoshlp 20S, r.nge 13C. "in.3!a1afit"6S yJs. wS,eg le.ellt Ibe a SuwtI..gly to it. S.Y. cocatr of tow.shlp 215, rang tit. I Tt as`(day:plJ-tslch twat• Uc.ce E.stt.ly to L. S.Y. coa"et of touashlp$IS, v.nge I IE. i.� ala sorer SU Y". 65 6S IL."ce Sawhcgly to the S.Y. cocner at to...Up 225, clod. 171,. IV "yJa "r'itit Vc.ieU f 10,91 i 1.19' .If 51.00 it TLeot.e Caslegly to 41e-5.E. wgose-of tawaship 225, range IIE, 'tLcact Svutl.ctly to lh. S.Y..c.a".r..1 t..uaahip 215, cant. IdE. OULN Ctm3t?-SeiaGkoLN (v/w Ih.oce EAatcrly to the S.E. eoauet of taw.altip IIS, ra"KC IbE, AY•/ec.'fves 65 yJs. A"d Ih.uca SoulhCtly au tl.e S.Y. CYgneg of Looa.shlP 245, ca",ie 14E. •.In"udify's0LyJs. ..tit falling um live Soutbctly time uLtlets County. thence Easl.cly t8 - 'Itrcllt-D.ap 165 yJa, and a1.,"8 the S..&Wgly L:.-".Cy,of.Klogs. x `Incl(.,f11g'b0 yds.-w•[r[ level), CuY..ty .rJ tLe SouLLetly W...Jaly of Tulace County. to it.* S.E. + r• 'tti.(a.ls (,;.ti 6S'lJa. AIA cAauwe of t...a:Lap 24S..rauge.2hE.: g •'InClu.11.i�iif0`yJs. ..test-levi111 ILent.Iw.LIr Iy to lbs Me. corner at toutsblp 215, uaa. 2vE, •tar.yaet'(65 yJa: inJ 1nC lu4 L.1 - lLcace Veste[ly to tbo 14Y. eataag-of,towaablp 21S, eange 291,, ;• _So yJa: u.ter 7e.e11I Safds lLente 1lugahrcly to the N.E. cut"ec of township 13S. canto 2fe. t -(O.Lels &AaA- 65 yJs. A.i.I - - thence Ycatetly to gl•e H.W. eatnee of Low.asl.lp 115, aa.gt 25E. ('1 `lacl.al.vi YO yJs: -Al.c l.vel)1 ll.crce Nvt LLCrly Laval-. 1I.E..cutr.c-of lawahIP 115. Clete 271,. •• tri "Ttocsa•(dty j.a..-l.•tCb Ccc.Cr.te - Ih<rca Y.aelly to tLe II.Y. cut"cg Of L.a.a..btp Its. rage 211,, ;C +1.;•65 yJs.'ata YnclaJing Thence ItoCLUCgly to abc H.E. eotaec of township_105, canis 26E. -so y40. At.c level) 11.09 1.195 .70 1.00 7Leu;e Yestctly to the N.Y. 4.-ta-r of to-ship IGS, unlit 261,, Ilatlbcgly, cu abs H.E. cwrcco[ aowr.l.ip 95. crnge 211,. ,�.•;^ IsULA CUU]If StMUAEH r/.,a i Ih.eaec Vesteely to Ll.o H.Y, cou.ee at towusltlp 4S, ra..ge 25E, r•t '.ugCg"trver t0 yJs, eta 'Ii.enea IlJltlaly to aha:14C. CYCo<c at lownsbip ds. gang. 24C. 1; -s lnCludln•)i. yrs. watcc II.Cn,C Ut"Crly to the al.Y...,wcucC .1 to.r.shtp as. u.lta-241,. .e{ '•lcv.111 (t.ct s0 yJi. - Ilm••ce IW1tlt9ly to I" H.E. wtnar,ul-tow"ahlp LS. uug 2IE. x;rt .J laclull")'95 yds--wtcc Th.c"ac Vcst.gly to the S.E..cutnar o[ tuw.al.ip 1S, ta"ge 191,. I<ssllt Wa{Ctetd Iver 11..alLctly to alw H.L. wr.we of to-A-1p SS, r.nde IUE. yJ•.`:.nJfrcl..4l..9 9S yJa. Il.e.ua Veatetly ao ILr Il.U. eY.otr of to.n.ablp 5S, it 191:. t . 'wAtet•lerelll U.ixf-"et (ovcI ILuace IL.91helly to tho M.E. canner of tauaaLlp 1S, tang. k4E. 'f0'yd.. an$'Incl"Iwi 9S yJs. Thema Ycatc.ly w th..It.Y.. Colder of towusblp 1S, c•uga Inc. [..lar le.illl Lkl.73 (antis lhe..ea ILa.Lhcaly to the H•E. cou.ec of tawulJp 25, ran;. 171,. r , la.,•o+et'f0 yds. ...3 Ir.CLa{rv) a 11.4-4 V.at.tly to the O.U.. Caa"<r of towuh.ip 2Si range 17E. � � �, "!5`yJ..'G.tci lev.•1I 1.71 oast the C4 I(attltegly uaslaZ she ILL. 0lAblo "Atllna to the Y.E. A e� I49y psi-LatLi. ew.egete sl., wg"Cc of tuwashlp 21d,-g.ut. ILC.; -Orr[ 60 Ida. u.J,Irelulle) _ Tl.ence Yeslcrly 10 th. N.Y. eua"et of to-11,11. 2:1, rang<'ILL. '9S yds._vittc level) 11.24 1.195 .7Y 1.00 71..nCe tn.ttbegly to 'I"N.E. Con.rg Q(LLO.ULIAP )U. -cauda ISE, Thecae V.aleely to the N.V. tot"ee of tblr.ahlP 1:1, rare Ii...res tWttl.ca ly to at N.E• autnec Yt tuunsLlp ty, [gaga I41. . Q 7EU[RAl RIGISILK. VOL 42, HO. 190-IRIDAY. SUILMULK 30, 1911 „rst,,`�%,�t ,a..ww 1.i wau[la rai, ♦Y[ s., t>a[• IVY--[RtV.t(, 3ir rla,lYllt JY, [YIl `?,:<-r> , 1 ♦to • . n-r rl 3 i : -y to..: t '.tr• rt;�l••H t[ raj. + `, ... t 1 [� ytp#� [ ♦ r 1 r 2 Z + t .yf' t i �t1 M 1 Jl[S!)a[�t k}1.•}j '..,}. a to • f'., �t•JN�!1' h H'�, ";+1.y' s�t '; / •2 '� t 1 ,� 1',���r+.�C ;�t�t rti��; 1.1}1;::� �t}1vr*'I a Mtt.,i#1f'cy j`/�� '{ 1 .{�r 11ia.�J:1+•+.c�r+w�..a_+w Win. s. .I.z�d...7,,,♦ � ,!. . ... ,.. _ t•1.)1 .•�.1.1 t,°"•1^ it^, r _:�.� f.j 1 l j .: t 1.2 .. .t.r .. ,t•_;. [_ r�„.•.�'� ti.;:.,. x '�': tu:Iy2♦ar M3. CA]!-sats ra:* 1.p a•aa•«.....M. wet-waw pays 41 � utttoyNlA " .] CAfI111ro/]A • _ ._� AtIA LI. l.M0101 !«t , ANG 41ftNJt10N5 for ; ` rola l siluNJ ur/NAtu6s (tauc•Ji t 11JUtk C+1�1tNtHT UpC4AI0NS (tont•d) ,. �`aArra 1 tsana•J1t ,•Arca 1 (cont•d) ws i.rtL.r. sau.er of t.waship til, user Itt, Thewce Ucatc[ly to she S.L. eoraee of.township IEN..ru+ge 12Y♦ P.E. s+aatr at.taws>4tp U1., r.ntle 0E, • I4wuce 11 1.90 rly to it-- N_E. Cornet of town.uip Itil, r+[.ge 12Y. ':.2 k1.1.c. w.•aa,•ly 1.Y at.a :a.u, ,.ra.t .t towa>blp 3:1.. Caaac 1)C, Ibaace Westerly to 0.. N.N. Coa.er of C.-41,1P Its. r.uLe 111, 111. N.C. cata.ty at township IDN, cantle 12f, 11wnce ii.[tLecly to the N.E. Caratt of towtsLip tWi. r.nge 1)Y. 1 ]!•..♦.a'.t+at.tly w it,. S.1._ t.9a sat w.1.>hly lilt, a,uie [tt. Il.aa+ts Uastuly to the N.Y. Corner at township ltut, range suit /' ']�:cwi H;[tl..alr to 1.4_ N.F, c.rn.rtoe,ta.a,sl.lp llN. caane I;E,' • Tbcgce Sow[lu aetly to the S.U. Carrier of township.last. rma£e ItY. r ]L wcr Witte ly to cl.e'N.t, wanes of wwultp lilt. eines JOE. - 7it.oce Easterly to &W S.E..ear%ac of towusklp Mi.. range JIM. _ =f 1 - ]4cnCi°N.rt hilly t [L.'N [ .roe.<r';at tJ.lshlp 1'+N, range lO[,' 14o.ae Soncbcrly to tot S.M. con.er of twYna4lp i4M, t+nta t�u. d it n o''t•.i.tlt aJ ti.a:.f cotw:c o!-tJru l.lp lett, buy's /1C. Thcnea Weateely to Site N.W. eaaner of lo.Ruhlp iSfl. range let, I, M II.1.2•'N t•l.:rl j W al.i h ! iJ•c.rr u1. [+•wuhlr ICyria/,e IIL`, - l 1h.oCa S.uthcrly 1.Y 1.l..:S.U. eau.ec o1.-Waw•a4lp laN r+nae 244..- .e'.,� �.21.a•+i s'La,1.[IyRJ t he.a.C. c0[•i<[ 6t 1.6.1.0111#. 1]:r, taste taE, I4enea E4:tsaly L. abs S.C. catatr of Kuawrshtp laN. raa/�e ItY. _ { 74cfu`S+i.tl.itly tr'U•t 5 W, C..rncr6l tow,aA ICN i.1.�c ISE,, ]ha+ce 5uutl.caly to she S.U. Cornet at tounaldp UN, sauga 1.%i. " ... p t [ r ut ws:t.t1 lCi, a+nCa ISS, I _ The,+er C+aacc Yy to al+c S.E. cow,rr ot-tawashlp 1)tt• r nye ,2.., :]4.nK•':SwtLsily t+ chs.S.V, Coal.cr'.f arwa:bly. IJN, r..4e Itt.; t 71.ance Sautherly to the S.V. tarelsrat [ow•sh1p 1IN t.ngc 1:11, t -: .Ilw.ACs`fastarly 1.•i a4e�S.0 C. c .r of tow+.4I 1)it, r+1.•s ICL, ii.eut< E+arts 1.y to arse.S.£. Cornar Of tawaabtp• , r+etc tJ1. - 1 a lienee?S 4:i1� cu'aLi'S W.':otncr:.f tuwu.tlp IM. ra»we 1IE," 7hcuce Sauthetly slang 1.4. Ea•tat.,llna.of, range 12Y t. toe �'•,t,' I1.r•U r` 1. a 'rly .I.ii,y the,Sauth4sn title .t tawu>h[p lilt to thi • paciftc Occau saelu.ttng coat p,sretaa-at.Ituetlwaa Calit.ania d{1, tEa iRa`tu L '+i.iiry ot't 4i arise .1 Callla[nt a, wlaldn S..ca Clara 1:.•w.cy latlwJa.lulK4ln coo l.11uul ng (loci 21.ait. H rt4w,ttrly "1.t. ne.N.tt4:tty 4l+r,1. 1.41. E:atscn Luu..laty tug at the H.U. wtawr o . Cnwscnc c f cua4ashlp ES.-tangs-)k`, Itt✓ q of tl:e_ t a•r'ol talllan,c: t. 444 O:E. a+rase of L.-a.1-AP I1N,; Diablo La>cllu. and Ncr Wtant - •. ranot Thct♦[a in a SJutheily dis utas to ch&S.U. caKn4r 1.t tau••:41p ,x TLanee Ue•terly t a4r H.W. toracr of cuw•ship IIN, rir.g4 1IE, ,• 7S. range )C, Y v ' "thanci-Hact4crtf t.i lhs 21..L. wcncr-;at town>4ip 2Uti' r.0;4 JOE,: TLcnc. to r Easterly dtzeCtioa ta�abs S.G•earner af:anan•ahlp IS. r•1.•e iE. TotaCa`V.allKil au diem Y C 1.•t[ al la.ushlp 2D:1, riu,;a lar. 6 - , !, fa Z111. Toa♦.ra la a Yarth<tI dlccatiti.[..ilia Ns E. c•itaac•of L.-1.%.l 1.S. t+ tt.c i £ co[i,rr b1. t«./001st#. :.safe YC, t' 2 1+ nci"Wcateily t Itc 1.l J �u[J;.Y•a l4�na.tj• 21N, tae.. 9E, tIl.aeca !a r Ucst<tl di rtes l.1.to the-H.U, catatr.[-tauusi+lp 1..S.; Q 1.Y tt,'t 1'f. cJtuCr .i tu.:ual.tp 2214,. -[ T4aaCs'Ywtitwr 1.y t.'at»r.u, cxn<r�.il a.w.:Ltp 42:1,o..•ue DE, the point of 4cgllwl.g which Iwrtluu la • p+1.t of +. ,-. , i.arifr4.A tt:ai l/ t tt't S.U.c.UtWsus[ of toanishtp 210, r«title ISE, Aria 2.. IU - Area I_.also lael.d.6 eh.t pottlon at Northern California wtaldn 1n 2h.ata-tial at Ii t ::f town hi s tt..:i cuen.e p 2118. r+.+LJ Alf. -4 2i n.ti NYrt i.irly 1.Y the N f c.:•1.c[ at 1..w al+ty tau. t.t.y;e RE, aht Ialtoaiug"ILest :. . .11wInCf�Y<ta•/ly tY'ItK II.V, 4J[••<[ .l.COwari.tj. Irt1. ...a. 7E. C..wtncing La• a!=e r4cltt.Ucuwaw au •atenstan u1. [Iw Souticrly # .'x" "Il.itd.'M it4Krty it.iRoe'N.E. c+.t.ar.at 9-04 1, 31.#1, t n4e 1.E, tine of ttwn14lp 28, W.A.ISa.Wsc]IMt:rod arridtana [.tots of I*".ihti+ JOtt, :sate if. t...Ce Eastsily aluag to.. S.uc4crly ltur of Wwuahlp 2N w the iha nee-V.atsr 1.j to tot II ] - TtetCi Nwath:rly 1 n 1.4 "1.u. 01.1.1. raclJI.n to ab. 11.E. S.M. earner u1. 2 taw+Ct.ty. N, r+atla lit. ' sorsa Ot'`/YYt.itlAt31.;1, Ranee lu. E _ TI.Cnce Su•tth4tly to tl.e S.U. Cotner of township lit. r.nge III. : ' ref, '. ]I:anuUsurrfy a.. 1.4cN.u. cacRar u,l.t.waaldp3a:l.,ra4g. 1.V, t ce.E+aa cly alontla4t.' • r•. Ii. w C: ILa+L..Idc 4 salloo to chic S.W.5 W a er }- Tt+ca`tt*.aLtl.'si ly t`a'611< N.E, aat.ct r+t tawr•y1ip `1221. rangd 1U. - ai lowaltdp IN. taatr-2E. - - - ` � ]lenCi`Yrttiily tocU.'N,V. corner of to.n.aldp J2N,.rir,tle 2Y, 74e•.ce•"Saut4erly to Sha S.V, earnea ot.towlsblp 25, tank 2E. ` ..I U.lie i"Snit I..I ly '1.0 ti,<S.Y.aa[ntr at tow,abtp )(41. r.ngc 1U, It,c•.te Eaattt ly to ll.. S.1; C.cucr•ot.�cu++aabt --2s,,a+akc 2E.- p ar -„ ]t. •.C.fta r<rly aJ tt•r`5:[. torch of t..aa.lp )lsl, antra 7U, - 74.•,ce SaYthaly to 1.!w S.U. ;utner of townaldp-1.Y.'range-)C, _ i :]Lir,[• SJ.tO ily to tkc r Y, rJtncr 1.+t 1.a...>Lip t6N, r+nes tW, Tit<oce E.stcrty Io 41+t S.E. catatr of-tuwaa:hip ki.. +aterly au etc-::C. ruracr 01 L4-1141p ILN, [.age 1.V, IWI.C..Raet4ttty t. cite H.L. tor.cveot-aowaahtp 25. uatla 1k, ' '.• 21'.at.:i-`S.:irl:er 1.y t '.il.r S:U, c.a•.cr of ta.,•:i=#y. lata. r.ng. .W. IL ace U..t.cly to it•r-#t.W..autxec.t-.towu34tp 2S.-cant,* A. -'�- 1� ]L:irKi'J•stirlr t tea :.a. coral l 91. 1,:LIy 14-18. uLCc Irl, _ I4:uce tlJca4erl/ u.aclug rbc Nw4uldtxL4icltac to the S-W, ` TL:ails Iaatt4:i1/ t./i.s it 1:.c.+iher of taw•.0.21. I:at, range TU. C.41149.af L..uk41p.Ill. rang. U. 14euct Eaatttl 41-4 the•llonlwalde 44!411616'ta`tba'S.C, Cotner t TI•snC. Walter ly a. .1..c tt,W, [ua•cr of la.Rla./p 11.11, uuEc 1U, - y tl 7Lit•Ci t1.;ttLiiiy t tt.t N E. c+rncs of tu.Rta4lp fal, tag[ tk+, at tu.maldp la, C.:.et ]f, '• _• - llaacc NJetI•ctly I. the N.E. eoracK.ul=toamshlp'-9N.''raugt JC, ` t :" 'x'. '' " ( -, 7Lunce Uc>tcrly cu tits N.U. earncrot Covasidp 4N;' rouge 2k, Thence 144atbcrly'to ch.N.E. e.raet at tuuaa4t'p hell. IE'. v i� tit �s4a �t • �,,�,y{ ftOfRwt RIGISIER. VOt. 42, 110. 190-tN10AY, SEPIEM tR 30, 1977 N �j !r W. ;: NO.. CA27-5090 pa0•:•42' - a.�% - , ' eUrat9cnw UCCt3t011 , tJ STATte Calltocnla COUIMMs AlaaeJa. Alplaa. Aeudor. G11l OIulA C&I-4144. Contra Cuata. Dal Iwut•. AAl4 Iu11xlTlttpt lost tl t>uraJu,.t'[ernu, Il.s►4,.144. 'a l/A.tk Loin tar OP1kArcet1 (Cvat'J) Ma M. Nac►I.r•a. Mn4c44, ri...Casey. '' *r�±.r•�i... N.p•. IHvaJa,.rlacer, San ar<ni o, Sail semi W. Sail Yc assClaco, San ( -„ •Ate•'J a (C-04) Jssrluln, San Mateo. Sant. CI.s.. uTh.uc•.Westerly alm.j the t.rrthefly line to trwashlp ION. foto the Santa CCU&. Salaao, Sunaw.a, suttee. {-•w 'P•(llle Oce.n. Tehas, 7uu luanr, Yulu 4114 Tube �� 'Area I .leo les L.Q.a taut po[tlon of not Wsia GIIC.a ot. /acluJsJ vl W- Drll9 i011 t11Rf0Cim CA77-3071 [1ATC8 Date uC Pu411 Catton fa'thc tvllwluC Ils.ct 9u1•caccdem Lcctalon W. CA17-5040 slated April 72, 1977, In 42 FA 21012 `Y G,...ac h.j at tl.• Nartl.erly 1wv Jarr of the State of C 11lr,ul• 1 us:wkl Tla7u Or tJGW4 Nara lJvut tel Conatruetlon eonalatlog of •angle s " at Il-U.e N, u, cutasc of to.rtut.lp tb't. ranrt 7Y. tot. Dlahle L•ae- Cully h«ane an4 yaeden tyfa eisa[leenta up to 4114 Includln•) 4 atotlee. Tue.auJ a.etfJlant ,. 71.sacss 3ruth.a ly to she S.U. eosusr of t....1.lp 41.14. 7Y. ' F.+ry.:e•..a..rir_••.. ` 71'ence taatccly I. Ific 5A, eoiuer ut tousul.lP . 4411 tris•e s. 7u, O.dd z e .Throe Svut Lacly to ll.e•S.U."torus[ of W.n.al.ip <la� e•uje tU, 2.8:a NtY r.a.1..a 3 ., c• raatstly to the S.L. coins[ of towksl.lp 43U. ra...;e Arr••.1•. 'r�'r vi Tl.,uaai"NrtlLcrlylu th. H.L. comer of tusmealp <5:1, r.ajc;1Y, - t.Y.TUS 170t7t9 -.Os S-3'717- .lo t i ca tis N.,rm.erly L....nJary-ol tt.c Usste=:ot Catllutuf• wrN , ALCIOU OUK .77' 1:00 .SO -'.02 s' 7Lhscs L•ca ictly Al..ul; the tl.,n!=.erly Lrondary of tlsz Slate of h111CaU1YlJl5J Stosmsmaaunet - 2' Calitoiula to We polo[ of Lc�lwuloj. { W1 wCte. uueaw.lat. ttatin. . r z Napa. ban Paonciscu. San Kateo, ; W S.Iano arW Salu-A Countics 11.42 1.50 1.10 1.00 .05 .... f t AlawJA u.d CUntca Cwta Coa 11.95 1.05 1.05 .20 c _ ,1 .,-.. . - Yterno, tiscflr.a4 owl M.ce•J cos. `ILSs ..95 1.00 uavAJ4. 1•14ccc - Sacraa.:wto. Suttct. Tttwat.i t Y.ao •nJYuhaGwutica ~11.90 `._00 1.OS .21 r.2` - Mu.tcttp •nJ Saata.Cruz counties 12.60 °'1.22 1.26 San Drnito aua Sants Cl.aca CoA: 11.95' 1.OS I.OS .20 Z ' x Alpl11e, Ar..fur. Q.f averaa, San '+ Juaquln anJ Tuul.umc "cstlee + 10.63' 1.00 1.00 1.00 aNICIL TUMIS'laS• 5 u r1t � Gt Sao t'2anascu and Sau riaN lAe 10.00 .6S .60 yt Alpine. Aa..Juc, 1:1 W"ju t } 11cv.44. rlaccc. Saca.r.uto,.nJ as' ' VOW Counties !.]0 1.00 1.70 reex.w CGunty - MIS .e0 1.40 . � �� � 5• t - - � l'ANI•llttt7tS: t' .. C4CI nteca .11.63 1.22 1.71 _e3 .06 • .' - uarJ...joJ flood"Yet.$ H+ret Sar rl lecaJ 7 - - Sbileyletat Steel 5.;Af1u14 _ ! �r$c + i` � z�- s .. - Cractvcs a.«1/ur 5tccl Stwclny " Ccncwta 11.60 ;1.22 1.71 .Of• ' .06 Mill..rlyat■ - -11.15 .1.22 1.71 `.a3 .06 PileJrlver..tn, beidge. Malt { gt awl W04 Ibullastt - 12.23 .e4 1.26 .71 .04 t i ' a . 1 s _ � 0000 " ' � 0000. 0000 ... - • - .. ,t t >N f:0'Plt. 1t.•dSUU. VQl_ 4:, Nf). lYU-fetr►AT, 3fP11JAn[A 30, 1977 m. .w s> t..lfk'1?rN+i �p..'.T 1»:• 0000 _.._. •:. 0000. _ ... ,.• .'•1 L ^•. - •. ' •. .- ... .»0000 .• _ �i � A.�-i^iJ irl3h•%). r�' #.. - .r •t i.,"„1#,.�1•`r•�11,.{:• .. ._,.� 2ii./, h. �. ..rrw r +1. !,ti^�tf.`_/!?'{f l.l,.:'r .els I � a .ri..a.:..,r t('��t{il',iaa�� 1J•�:i•:J�2.�f.a�..;I\:�•• t{i:'lrYt�iM , •+•'d�I fa9a 2 01.L 153041 tt0. CA7J-5G41 Ya9. 3 LrAIJI.t+ r.i. call ;491 tt+..111 t J...a.. +»Ji it».d r it t r Ye.d... v...u., ..JR. R»+.e It L w Y.,.I... v...rl.. +. srrr. tr. Art+. 1+. �' + �CLrtntr 44X5.0-34 t:tl:o`7MIC IAI13. (C-041C...nt tt..-.r.. i 30.00 6 3.11 f 1.41 S 1.10 .0; Y#raw C,+untI Y.utic# N#ynrr It Ol All tls.acl:t.ny {Lsrlly tsr lJcncer, • C.;ryv.Sttsn Itaaw.s 10.21 LAS 1.43 1.50 .0; � cwt t. uccai 2 ateafez) 3 7.75 .60 140.41 .05 r r. 4.vt.lnq tt•.* -If"Ji"i a tl.ctt Sala+.* (4-4 •wtlur}. Slip T.I. '..at Lul3r 10.2% 1.11 1.41 1.50 .0; tic.ttictans 12.76 .60 3%.1.05 .05 111r-Att. 1t.::IAIIL6J 11.52 1,22 1.71 .75 .07 CGL). Spttccr. 19.04 .40 1101.05 • .0S Lt t.:SstitAnSr ►tor in rnJ S..,w Grunt tar ' At-I. C..++-ty ticctstal.+.# 12.35 1.11 111..30 .02 tl.ctt Wt.- 12.Y1 1.01 31+1.11 .niCall• Spl3cet■ JL6I 1.11 31..10 .02• C.L1t Spll..tr 14.52 1.05 ]4.1.11 .03 tl..e ll,:ua, tictccJ rnJ Tal-* )#-IN, S.cc.a<ntn, 5uttac. C•.u04 1.0 7010. Yutr u.J trna.# {,x tions I�lectc lcians 4.8] .42 3% 11 uL All-Int, el L-3.14, wa-U CaLI. Spllcsr. 30.61 .62 Is It ani flrcrc C....atl.r ..at if it* H,ntcacy C�-Er + Y 3n 610#1• fl-At.lr. L.ta/an.J Llectrlclar.r 12.50 1.10 31162.30 .06 Ll.•ritStt.+.. 1!_3k .Y1 311#.r1 .0a cat,)* 5pl)csts 3 L 61 1.10 3%#2.30 .06 C.LI# 4yl lcru IS.61 S1 31#.61 Ot 11.1•. w"I Laar.o Ct.ntl*d lwt. r.t.0 Ata. tlsctticlana 12.07 .66 34+.85 .04 r tl#ctticl.n0 1].46 .47 311#.7) .Oa C.L10 Spllcsc* 10.56 .E6 31#.85 .01 Calls Syl ic•e# 15.26 .67 3t*.7J .08 Saa Benito. Santa CIst. ani -• rtt.0 Cc-nty Sant. Ctut Cow4t lcs tI.ct1ic)ar.0 {ra.ily t#41J.nces ticctc)c1s0313.80 .77 3-2.50 .0S 11.1t#0 to 3 ata.et..) 7.61 .73 111#.45 .04 Cat.l. 51-ll4;Vr. 15.53 .17 31#1.50 .05 x tlsctt lc t.r0 {4 #tot Sts!# San liana .,:.County Q t l.ctrlc 1.o. 32.21 l.11 311#.701 .04 ticctciclans 15.161 1.04 3%..40 .06 H 1;• C.W. syllcscs 13.46 1.12 34#-701 .09 Caotc : 4 tel. CA)1-5091 tay/ 4 LGC1SlOti M]. CA77-309/ tale S tNy • ��tD�,5 • fA >.r.a.n...h,.P.,�.,ta a.aia P.l.s.a.,.ta•P.,+„a• li...ir EJ•..u•. i{:v,ly EJ+ •rb. k..« t1 l• t.-.1.,. v.an1•. +.J�+. Rs+a ti t Y P-6.4 v.a.0.. .,Jr. ". Apr,.j.. • lyy,. 1r. :i Af a r1.3, eft NT[N9 a Alaat2a, Contra Caata, nal in, Alpine, X.4dx. Calavacaa and t1...lefty, atai,a. San a<nito, San Joaquin Wuntiee naa Yt aa.l s:a, San Y tea. at at. t 9.f2 .10 t 2.14 >; 1.11 Santa Clate. Santa Ccua, SNtaYI S1.eetca.:k Tai<rus 9uttrj S..icj5u ho.a e.at Stages Scaffolds Sandnluttc/ taittieldj. :..n..ea Cuuni ir• 112,7! ; 1.00 ; 1.41 .02 Sttu.tucal Steel 5.33 .70 2.14 1.11 Aipint, Aa.ado[, i-.1. tttt.,a Cuunty s Cl Ill t Slsa, nct.td, - atuvha Taicca 11.12 .41 .20 tli.,tth of City Qt tivir.9atany• • Spierl Stcu.tural Steel 11.37 .41 .20 itcva•la. Plater. Sattae•ento, Gul Cotta and 11. 1 14t Gaunt lar San Jua.luln, Sutt.t. Tuulunne, Lcuah 7,33 .SO .20 ,80 Y.10 snd Yui.. Co•.ntict Mott .3a 1.30 Spays 8cn.kclaaterrs Structural YceanO and Nc..atnLrq pittlune ut S' Steals Salny Stagas Tapeces n.tccd County 7.09' .81 J.04 .903 .05 taltrt.anycta 7.80 .50 .20 .80 I hence Ccect twalercy. San acnito, San natco. tcnu Ct ccaota 10.64 1.21 2.22 1.46 .06 Santa Clara aal Santa Ctut Ike lnlutcfn7 11.55 1.24 2.22 1.46 .06 G±untica icaciudiny jari20nx ut Of na„wr.t411 Structural 11.35 1.24 2.21 1.46 .06 ts.a Lal& 1t.C1TAhos Atcaj Ale-J& hcueh 11.22 .9! 2.70 ,80 ,0) Al sacJa and Ctntn Coat$ Cat. 11.34 1.09 1,36 .025 Spc aY 11.47 .99 1.)0 ,40 ,0) 9Tthh.dt, n<vada, P1•tet cnJ Tater• 11.71 .9! 1.)0 .80 ,0) aZ TeA4u C.,unt1<a 11,00 .46 .50 .01 nutter, Tel... and Yuba Countlea Q AneJor, C1 [a.tad,r, S&"at.ento acuahl Pot TAndttl bIlicr4 9.73 .60 .40 ant Yu10 Gauutl<e 6.40 .40 .93 1.00 Sptafl Sanaulaatetal Stcuciutal !7 Calavetas and San J.ayuln Steell Swiny Saa9as Tapeta 9.25 .60 .l0 �• Ly Count I.a 11.30 .40 .5$ .01 W a Tal-4 Ace• YrtJn and SJn3.0 Count-iaa 9.01 .81 ,85 1.00 1/at 111-h 10.93 .70 .73 lontaaty and :ansa Clus Countles 11.30 .4t .SS .01 Sptayl attuctucal Sttell Tapcn 11,20 .70 .75 {: sen tcar.els.o $nd 171 of San li tln, San Yran.faco and Sonoua , a hatto County 1).07 .!b 2.00 .02 C..untle4 San ncnit" and Sanaa Clara aaueh 10.77 .99 1.10 .80 ,o) riunu. Co 12.4! Spt.ay 11.01 .99 1.10 .40 .01 untY 2},4} 15 43 Sajera 11.72 .!9 1.10 .40 .01 natlj.ora, tter.td u.d Tuo}uawr taunt 4 4 10.75 ,01 S..uth.tn halt of San nateo j Ca,unty 10.0) .32 1.00 { 1 is • r 1101RA} R1GISUR. VOL. 42, fAO. 190--FRIDAY. SEMEMtiER 20. 1977 {�4t, t��t�r'�••J'1'r+. . s , i r• 1. •.../. , t., ... .s..t-:•, . , . ... .... , . �t��.-{. �':'1. a: ,:1•.r' .l 'r' ',• � t.,�. � :ti,tk:,;''�• 1J `.�: :1 �:.D r Iti _. � . .. . 'va`.Zlr.. :1:•,•��:'1• {: '�� +:' 't .r. � a:'• a• !•Gt�'��1.{i1;;51ri: :4[:1•..,• ta:i7.r• aJ' t: GrClSu.0 ,.i. u17-50.1 r•7e L DtA:I310t1 110. CA17-5091 r•.(. 7 a.at Il...lt tJ. .u. Y_.., 11 a r r...ta.• v...u. ,J• R.... 11 L r Y.a.t.w. ra..n. ...J/. PA 1,QIp., 1�-.nt'JI YIAiTrJIL't1 TL)tUCIC9r IG•nt'Jl -- A1..•.J., C•..A,• C..ta, C1 San re.ncl•.:u ud San tGteu Cu.. S 9.60 .80 11.20 51.25 Alpint, A-IJ c, tl la,t a.W, tan••t., M>p., t.<v.]a, kla Cat, LevaJa, rlxcr, Sa.[ar•nW G>unt lo• 1[...IuJ t,y (•.t U..ua u,J YJIu Cuaut lca 7.455 .ISS 1.10 .00 GLv<rA• a.J 5a,. Ju•quln Cu.. 9.41 .00 1.10 .90 ! Tal.ua A,val K.ntcccy C-ty 10.10 1.25 1.70 b,.,at. S 11.12 .99 1.JU .60 .03 San U.:ulto, Santa Clac. .nJ :rr./ 11.)1 .S9 1.10 .d0 .0] ..ant• Ccua Cuun[I<a 11.60 .70 1.10 ) 'l 1.111. 11.92 .S9 1.11 .60 .01 PLUNILILSI n>t Il+:.A. :L.rcaJ .oJ Tuo1- ALwJa County 11.10 .01 1.55 .12 Ct.m.ttc. C:untt. C LA County 12.72 .90 1.72 .20 br uah 9.L0 .70 .IS .15 .02 PLDrwCltS, Nt-ALlltctat S.Iny Sla)c, Yap.,Lsrv)c u, A+uJa[ (D�t tL<cn Loll or I,u.un Ct.sll, St.- C'I<.nin-j C.,wllyl, Fl Gut aJu, Sac[..r.en W, • .,I •r,l<c Ula at L.y 9..5 .71 .IS .7S .JI Yulu, UevaJa, Ylaccc (cu luJluy •� -t Y' Sa,.atlaallml 10.10 .70 .I5 .7$ .02 lu►cyTa .>el` `A[caal 10.99 1.56.32 1.60 1.95 .10 rLASl a L,..i, Alaa.:J. .,.J Cuwtt. Coat. Cc.. 16.10 .1/S 1.05 .OJ tuc l,., 54. r,.oalaco .nJ S..oaa,a Suttet •r..7 Yd.a Cuuntla. 9.79 .SL 1.01 C•:w.11t.t 11.75 1.905 1.50 1.17 .15 rtcerwa t:-At 9.21 .110 1.25 1.01 San Unit. .,wl Santa Cl.aa C.a. 15.15 1.G6 1.11 .1/ K.nter<y C'u..nty 12.11 1.00 .15 .01 San Wt.. Cuuuty 11.91 1.11 2.10 .25 . Al q.lnr, A.u.l,r, G1av<r aa• Alpinc, A-I.. (S:>uth<tn l.uc ttu,. LI P.ra.iJ, D:,a]a, L:a.<.• ut Cuunlyl. C.1....... _ S-A-t:, .,n Jsrlal.., tta[11•..oa, !L•t CcJ, tL,olctcy. O Sinter, 1..1. anJ /.•... . n Jwyu U., .uta C u 5att<r y CA-I'LL., 11.59 .71 1.50 .01 T.bawa, Tuuluanc u,J�Y.La , n S.n rt.r,ct.tu Coanty 12.11 1.00 2.:5 .01 C.,uucica 12.60 1.19 2.00 .10 N 'a (' S.F. rut- C•,anty 7.12 .Id .SO 1.50 .025 Dcpa .nJ S41-0 Cuuntic. 11.)1 1.11 2.29 .16 Gal e.tlt. Ua•�.,1Jt. 1•rrin, G<l 1-its anJ D..•t...1Jt Cua. 12.19 .66 1.22 OS b..•.. ...l u.... _a..sa .nJ T.b.a. C-ntt.a 10.25 .9b .50 1.IS .01 ru,ll-a.a. n.-t...l .:J I1.•>l...v.. C..unclu 9.0; .SO 1.;5 l.iu } ' FIJ._7tnlJ•i TLNLt l... Alaww 9. •..3 C.-Il. C.,al. Ci$. 0.01 .LO 1.10 1 P.e.nu C-.,,,,/ 9.60 .00 1.10 ,l } fut In Cwnt r 601 .00 1.10 .1141 al - } 1� � ra^ ' yr �� 1u •1 � ut t) to ! tIDIRAI ALGISILR, VOL. 41, 110. 140-FRIDAY, SLI-ILt.1DLR 20, 1917 to A ALC.• .4t lal. CA71-3091 Page a [•[�' OwIfIC41 in. CA17-5091 , tags 9 Cit to CJ Q .. .. t.4. .E...b,.P.p. .+. T.ba.0.-.in•P.t-..r. II..4 11•..17 EL[.rl.. Eula t.+.• N L t P...I... Y.a.ri.. ui'.• 11..»Ir EJ.a.a.. R.r.. It L r P...b.• v.a.u.. .,J:. ate. I, h CA)t'r}ter AWl M'S* (C-t'J) AL..td& •+.1 C..ntu 4:a.ata Cor. ).I,3ur. SaCca.,;nlo -1 Yo to ' Ywfecr i 10.11 SLI) 11 S.1G .40 .O4 CWu,.t tea Haat is /r..c Aet ax r<tticacn i2 E•>„tCta t 14,11 3 1.04 11 1.10 3 1.00 ,47 %cities r;o paces) 11.19 1.17 1.10 .40 ,04 Lu•+.c]era on.l Pitch 11.11 1.04 1.10 1.04 .0) `t Yltszsaticx La Itta/ Pit.- ru, ucnitu -0 :;."C. Clara Cus• . ruPitay C...1 tat Lui1L4111. up 11.14 1.11 1.10 .60 •04 P.,.te[.s Acttl.-A's 41 aettIe) 10.10 .l3 1.14 Alpine. Cal.vetss. raeli,oaa, LULCr KLIAL-Itr L.lSt Ktt C.4. Sir. J..goln ar.J Ala-a&. Cortes C:6t.. 24.1.6 Tuuluan . C ntlts anJ 541enu C4o..tlta 11.21 .66 1.93 22♦ .04 OL-ce4a (.lata, tile AnJ All,l,.e, C.I&vcrae and E&n - C...I-sitt,.n *AJ Luttt up) 11.29 .94 .47 Jou.luln C.a.ntiea 11.77 ,44 2.40 ,02 telt tuehina ()•efatoc 11.44 .16 .47 A•vJor, LI Cuu.lo, Nevada, S1 tsotA'Q. Plater, Su[tec ani PiaecC, Saexaawnto. Sutter, • TO.& C..untl.a d TQhsaa, Tolo sad T..64 C.,a, ll.iII .7) 1.43 .11 Awtcx• 11.119 .11 -40 Kulp..aa. flerctJ Ana 7-1-0 0 rtes" Cc,nty Cuur,tiea 11.14 .60 1.30 .04 fw•tart 11.35 .44 .44 rktttcttr, San Da,rlto, Santa Kath, lisp&, Solara and Swnws.a Clara and Santa Ctur C..., 11.15 31 6.(6 LE13 1.113 t ' Ca,.n.tIta Sal,Y nu. t.o Cctr 11.62 .44 1.61 .12 t. Wiuteu 10,11 .111 1.20 1.41 .04 Del lialtt, lluw3,o3Jt, florin, ( 9taet tc 4A.c a:tat Stttlrr n (2 53. resnct3cu s,..) Sa,",, C�:s. 12.30 .66 1.74 .12 +r ` kettle ./o purpa) 10.36 '.113 1.20 1.61 .04 rttaro C. 1tY 11.46 •)] 1.22 •lt . altusaatiet fnaralecsl Pipe- ::01'r r3.tn,U LAlt:hyf wit-&-tat Ctal tar pitch 11.11 .41 1.20 1.43 .04 Alpine, Aa J,t. Lal..004.. )- D.I trate snJ Ub WlJt Ccunt(sa mcceJ (Pa.t cc th. 51'. -1 - t.�.atcfa 10.12 .40 .73 .13 Juaquln Rlv.4), Ssn Jaaqu ln, , rj pt . ! 4•a.ntcL.y ar,J Santa Ctue Countla• 9acraacalo, 94tter, Sctaaa, _ in ' ' - lwottta 10.40 1.40 1.13 7uulucste, Tolo Ana Tula f, San rtanclaco at.J Jan ttatea Cos. Cuuntlrat ar•J Uma4 i.,ttians ut 1cut.ta 14.91 .to 1.13 1.10 .0 rl 4.r.1u. II.VAJA snd Placer •{'�,, K&<c %A,t A.0 an4 A.ttica.cn Cuuntie• (.acludl,q take Tah4.e -'s• 92 kettle. r/u p-pa) 11.1E ,40 1.11 2.10 .0 Ates) 10.73 .41 1.70 1.00 .10 r Elt.•a.asticl rauul.ut Pipe- tate Tahoe Area 10.05 .74 .20 vt. pofof real tar 11.91 .9D 1.15 1.10 .0 Al.Z.4a, C„t,tla Costa, pacin, kc[cc4. t4:ntcrty, tlspa, San Iltnit.+, 5Aa Francisco. San tlstea. 5ants C1aca, 3a1Ita Crua. • OJiu+o ant S�n..:a Ca .tics 11.10 .60 1.00 C .14 a { sr 4 if -li• . t�♦`J' + 3 (fOfRAk XMIS1tR, VOL 42, NO. 190-fRJ(3ASfPILIA111R 301 1917 , 114 ,f,Vff++ 0 j. . f 7 4 4•..•:.. - u ,c. 11'4`• - l�.fl! tt.t y .Jj •i'tii•, '� ., 11 .ret, .+• �;) ':• � •i t -. •c 't •1• .,•...r.n. -+��,• '.s.• -. '� �:t:1: ��•• � a:.= "1.'�SI 'r r� Lf�'1 .1.� •2�.�1 tirl'�Y l .1 �wsly'�,•.,..- :�.' r rY,1., •,tt. 1� 't �It Iri 'i,F r•'A.'.N... �r.7•;1ria� ��`77C'wF. �� °• /. r , � ..a.. . YI')'1 .rrat S.' - ., :. ...�,:u•�/�',•, "�. �ai �l..M`•�a{�� (.a'L.Jtyd�.fa. ,1���fj2L3•�y!.F��?:��•a�4c:�f•jtl.:�t�:.l•r.J ,��}'1,_. a.1 :rt.11, lYk• :t Lcaalcr. ..J. CA71-SLa1 rsq. l0 - cr.'13lJ9f MI. CA71-3091 rage 11 1.. .L. W.P....... O...a ualr ^. V-46. CJ..•.1++ M.r.. N L■ r...l..a v•a•.... ..1.'.. k.... M L• P•..10 •J'. Jirkl Nrl Tar rl TtlNS, A,•r• 1.. 1J,1107ttM9 Ar•. 7•. AI.x J•, C-t.• Cwt.• n.t tn. -- __b.p., Son rt.r.cl•co, San rut-, S.nt. clam, a.A.n ..'j :_.-a ;s 1 7 0.77' S 6 1.70 S 1.30 .10 "C.>.,nt lea 1 16.74 .6• 61.45 ,09 d.sup 1(a) 9. 5 1.70 1.10 .10 9.0 lnlny Countl.a 15.07 ./' ,!5 .00 at arJp I(Ll 1.2277 10 1L1.I` 25 1.70 1 10 . 34 o.p 1(c) 0.021 1..2S 1.70 01..10 .10 AI.-J. .,.J C..ntt. C.t. Cua. I).JO 1.75 2.29 .It, Q1..p 1141 0.72% 1.21 1.70 X1.10 .10 1.1 L,tte ..,1 u.•a,.,IJt C. 11.14 .41 1.12 .OS G.-P I(.) !.)2• LIS 1.70 1.10 .10 SIi4n1IJ rr,l FlJ.S. ;t-P l(fl 0.97: 1.25 1.10 1.10 .10 Cunu• Cc..u, L.16toup 2 0.62' 1.21 1.10 1.10 .10 _ t h.f tt, u..r'u1Jt, mill.. n.p., •%to�P 1 1.52' LIS 1.70 1.10 .10 So. rtancl.c0, San r tta. Sul." and S...wsa Cwn[1oa 11.41 1.10 1.10 1.Ou _ al D.ud., 4.•.Is. 1•I.cct, C S•cr.a.tntu, SJtt.4. Tctaaa, IJ,DOM�Y9 ' TulJ .cJ rJu t:uu.tlea 11.00 .10 .!D .1S (cannite) 71st S[Tf[YJ. A1....0., G.r.tr• C"%.. Gel G.oap It !.I)' 1.21 1.70 1.10 .10 IAr[le, [I G..f.J.., MJ...Jldt, 2. 0.64: 1.21 1.70 1.10 .10 rutin, Map., Nct.J., F1.cet, C._'p J. 0.51` 1.21 1.70 1.10 .10 • 3.Ctaenl0. San bcallo. us- rf.ncloco, .an natcj, S.r.t. • ' Clots, S:.l.no, S�n..•u, S..t to t, ;;�. 2 T.r.a ' lal0 .r.d T+L. C_.. 12.00 .9a 1.20 1.40 .091 O l All-in.. "JJf, Cal•.eua, Son ;.•4 J"IJIn and TJolus:e COJn[le• 10.17 .11 JO 1.00 �•n •o rfe.no, r.arlp.:a. .Ad r4efetJ • :N C:.Jnt lu 10.)5 I.OJ .1u n,nterey and Sant• Cf w C-ntles 11.41 1.09 1.16 s r t•: j PAID Irll ft-Ars, 1 •� A-1. Tsar's L.y, C-n.a.t t.1 Lay. C-Indcpe, Ience Lair L-IdLat aay4 • �„ t-TA•r.e.11viny D.yl r-c�.ttasaa 1, r. v f•' ,^ RSA"•.rrrs, 1 ., Lxpluy.[ cu,ttlLutta 4% of La. Loualy ate fat .ve[ 5 rtms' acry .• •t rt .,.I 2t of L.elc r.,..fly cat. 1. A ninth to 5 Y..'s .. V.,.tl,.n Psi . 'I as O.Jll. St. told I6,11Jayar A If..c..y 1. 1. � V a. :,.player canlf it.% 3•sD (•cf 1 dt foot t .. flrat 1- yc.ri of t,apl r..entl f Atte[ 91.. yesf. 51.'0 (•tt I..... w v.ca -1, "'J 1 .Ildaya 0 . v v ' 1 U4 to r 7, aC vi J D2i,�• 'II M4. l'Jt)7-:091 Y.y• 37 bya:151011 No. G77-3091 Page 11 � tJ ' tJ t1.LcjNLNS Wi(MW ICont'd) GS-1, !1 A>pt.alt Irc,.ets .nJ Mlkersl barla, wue[ anJ •1.11.[ til- t.-iv-tai II••r1,a.Ltfer alua,.aa., [alio, Iug l„a4ra •nJ Gt oap IW)c Nc(rlc Tc ac►•en 1114 food IreJs (cut and cove[ WELL L•.c.<11 L..i.l,tats OI All t)fa••s concocts sr.J mrl...alle .I.tr ,r •away •flet tl.v tcal.ru[y avec has Leen plac-31 1/1 Y-4 a,.J -le's C-creta pa,. r..t./ C-ctcte 66" (..r•catt• u.S.IS I ILIA., -31f 1 31.•.4lwyt cat yl.t.lte C-L. stucco I— Gcuap 11.11 La Lure[• on 9cnc&al Ca.h.t[.Ctlun wale On of In .. t.l.c,., '-III- C.... e..ttc,•, IIuJ.I L.•aI•L CO, IlaLacl Le[., La11 tale tu.>tlwj. suJ .loft _ Allyn..a1 ).:•a..•n u.f u.l la[ Gcuup 11[11 Co tyIV C.r(.a.tuc+l aettlaa.n, lest-n And ecn Coutts Cwta County only. Plpelayct r, Csul set., - •)7•Iytrl a+:•'••It, I.y-r..1J• ecc••wte, lice, eaaslle a..J .Ialllz band.cs, Ylpwlap7•.cr, COndait I�yeca and Pla3llc pll•clay.rsl tyle u[ar talar L1Jji-j. •Leet In), •.nolle.). Llaalr./, t--h- Pcc.1a[. Ylpe t.atet, rw ),)Int plly anJ utell,pin•) Of •aa.. Joule•), t.s,..f•y..IJ•d 13pjln)I.a2cect nign.•2l1c, ci-lr<aln. 1n4;luJlo-) ttpalt of vu1Ja, Yaecast nsuAale Seltera, Coal In [Jt�cyl.. at.J e..,sele wcacta (..et ut Jcyl, P.vc..•:nt Lec.kcr• pl.a.. Manl.ol. [uta settees ar.J tj.4-:n. 111•la.ltr.g t•.al 9tlnJcfl Ylpcic/rI•, uul.ct•, LanJa[a, pll -1 afy ar., cw.:alt lay.ts, plastic pll•.layvaal P•,at t.-.le Gruap 71 A.pL.lt S1.ovelcc3l ctmcot Junpees and handling d[y cement 4191.8• - alt, .las sod elvetticl Pwee L1,.•:a b.c<perdl V -dc Oc yyp.wl Close-.ctlet .na N1gy.c (claa[lny --.kII cotwt.le. t t al;,r• OI .11 Blas (c..a•).t a• 0-n In G,wp 21) Na.s set 9w1 D-Lac Duop.t auJ Clwta..aut Cwacc.l-. CIJp7.In.) ...3 Ga ln.tlnyl a,.J at,.J y..n1 41i..al.-ata..pava•1 3114 p1.Clny C-"ctd "L-eta (r.L oc dty)1 bcllle['a llclpett CI.u.4 Ten.letl u[ s+:krJ toner cls •uJ!:.1 LanJ'l••ct OI Jty)1 bataly a.arlf ice, liar ticw+n, .d.ta.turul 11Y.1-11e K.Olwc (oust 100 It,. la es:u[ell aoltlple L<a•1 ca,.a.te ct.11;•cn Davi■ ttcnN,cc - 30o ..c .Im11ac "Jl119 1114 unloading. Caecying anJ bandltng u( all tuJ3 ►nd ty;. (.nJ .Il avll'lc-C.'.Cca)I N4t0 and Dltct. -llcl.r 3--1-- mate&Ia10 t..I uae In tclnl Otclny C—CfCte CQ-tru.tlont Pllta91u>l tlllezt San.lLlaslr[., kvalwo, Gwcaan. N.utltsanl 51y<.a11L.4 and Cl.lplcr, ar.J a1.1l.z lyl,e btusl. 5LIeJJ.t4l Slopccl SL,glcc-t, Pig)Iny1 Tao► Cl-I.cclt 'Iced cilaccsj vll.Ia-acrccJ - ball elaat Nand Lc1J, pncuuatla taa,petl Ali pncuaatle, alt. 942, and cicctcic In ear.rcatlun with IAIaIcts• Oalkl VIDaat..f St br1-pas-lt 5.3cl,lncc t twldl ]acUuy of pilot mac& 11 Inc Lea blytl ptcasacca Llav pll•e (ILL* az over, 100 1913. pecs3m a ur 0vc111 • Uy Jt I. Jcc 4a 1 .Iallac tyh; l-A..r Lca.. In ew,.ccttwl ..ltn Gcoup 21 All cleanup voa\ Of J.Lc la, 9[Oundd and bullJings 11.ci..Jing )aL,.Icts• wt\ but not limited to auto ele.neca7 Cleaning and v1:.blug alndwal _ Cw,-nitacti-. law-13 lncludl:y Dcidyc and gcnccal lat.atersl Gtvup 11.11 J-1 O9111 11-3.1 714,1-2A; Gac Jrncr-Dcnvee ti-del Ltllil D.apoau, lust afuttcrt flee HatJ.etj StceCt CIC-vt31 C.r J.•ncaa. and .11111ae til. Jc11131 TI.ck Jrlllets; Ja.k Icy Je111eu1 Ruttleuitutal anJ 141A.ca(e lab•alersl Jetting) L;wLeesj Otu1L 7 Dlae.nJ Itill.12, Ray..n dclllctsl ra.Lanlui JILIle&s - all t.0a4erul Plteu, ..lnt.nance 1.OJsc4p. I.to,.— On n.. canacuetlun/ p tyl.:a ctyaraless Of t7),. Of actt..J of 1...cr1 nalllpl. unit nalntcluncu, hri.alz Tcackcxn and Raad Lcd3l Gtccctcae and R11Isa3.i �e 01lll.c alulec. -J 1-1.r..cni All .n,tk of 1..a4t11y, 1.laclu9 C..oal[U.LIan 1a1A. 1.1tuc.141 l.rle,cafy air end uatet 11„cr, Vlelaullo f'1 •od LIaa1,.7 u[ all (•..,J•:[ .,.J t.(La.rs Of ul..I...I tyl•. ce- Oc al.ti.cl z-i awu attcndantl V.nca Ezectuc.i G--dell Yz-ctatal nt Ut yard)<a Lf retL•,J used foe each Ia•aJ l,q And pl...L.yc 11196 Pavea.enl natketa (Luttau setteed) scale,• Ilaclaa)nq 42e11111,, u[ o. ,Jj TI.. &-ji.tl BIL 911nJe1 Ccoap 11L)t :;cvct Cie...r. 131110N171S IGunnl lc) ! Gtuvp 1(4)1 b..ardny anJ Melding . • Gawp 11 IN:zticu.n (I11c luJlny Ga,.aan, Putman)I Ru•I+cul Gauwaa:a.an GCOup 21 K.W.".1-1 l Gcoup 11 G.uct.l Lawrcra �v 1 N 110(RAL RIGUIER. VOL. 42, 140. 190--IRIDAY, SEPIEMBER 30, 1917 �af1 •_ 't r - ail: 3 �. 1•. I .�, . t.'. :, .•l, .. • 1 ,�•j'r.'t 1,•'.,; ,x•1-1.11114••."1;1.. ;;..�.,••t. 1. •�'t•' .1, .:�v!•yl}lli} ' 1 '•1. t• .,, t t , {•1,'� •�•t�t'Gt+'I LLC#S1t.M u1, G/•)7-SOfi Pay• 16 DLCISIWI tfU. CA77-5091 Pagu U A fU:LN L,tU7%t[:42 OI•lJtAT013 (Ax LAS I -J 19) Group 11 Aaalstants to enylncces (brakeman) [!reran/ bcavy D..ty f...1•b•.,1,..Ya,.•.... b.•palrman U.Ipctl 011.91 heckl.a nJm Sl9nala.anl S..ltd.a..nl Lr . t•Jr t..1. Put Yltem>nll patt+aan (heavy Duty Rcpalt ahup p2cl+ loo.) tJ...I.. R.... R.... h L r Y..d... va.d.. ..•J.1,. Arw_ 1.. G. 2, C-l"euur op..ratu[1 Cune.ete Mlaat lop to auJ Iacludiny 1 POHLIt OJUIPrUJcT 01'L3,A1UkJ 1 yu411 Conv.yur vat opaatoc (tunne 111 rltcman lluL Plantl A..r-% 1 ARr_% 2 Ily J,.ullt, IL.nitu[1 rtcchaulcal CuuvvyOt (hanJll.,y Lull.ling a - te[lela)/ Mlw[ Ia,a UI•ctatoc (4a.ctcle Pl Ant)l P-P 01w94tut# Gtc.vP I1 / 9.13 310,64 f 1.50• 3 2.21 .90 .29 61444Jut bua4.an (ultt, scc.cJ)1 Tur Put rittman 11-9 agllatcJ)� - I Gt o..p 71 9.50 11.01 J.SO• 2.23 .90 .29 Gtuup 1t b1:e ua ttatur (Luuk4t)l Uallcuptat RaJlu1a11 (Stgna lrunll Gs o.P 1. 5.71 11.24 1.54• 2.25 .90 .29 1 ' ' I:.coa.,t lv+ 170 tan.. or .9.019)1 Itr Wrasnl Itudmm. or Cl.a lnunm y : Ct uap 4. 10.12 11.07 1.501 2.25 .90 .2b C._P S, 10.55 12.66 1 2.25 .90 .29 N-4 Cart let fccnatcuct ton jubte alte)l humistl ScreeJue. an ( cep[ .50• &.L-hal[le eunctete paving)1 Self-la opnlled. sutomatteally applied Gs /1 10,71 12.22 1.10• 2.25 .90 .29 � y cunt.•a cu[ing sai.Llne Ion alct<te, hlyAuaya, slry.o[te and cane ln)1 Gtu.:p 71 10.67 12.35 1.50- 2.25 .90 .19 Tt4u:hlny H.O.Int, 4 tt. dcpthl Truck Crane 011arl Tugg.r Ilulat. C.a•P 0/ 11.71 12.02 1.114• 2.25 .90 . ly •Ingle Jc"j Gullet T.ndcr t Gt Guy 51 11.5[ I1.05 1.114. .2 G• 2.23 .90 9 G.u..P 10. 11.71 11.21 1. 2.25 .90 •a Gtuap L. ballast Jack Tamped ballast Regulator# hall.t Tampac Gtoup to-A/ ll.sd 12.19 1.S3• 2.25 .90 21 h.Atl-parl•o>41 1w.wan (•.14.•74 plant)1 elevator 01•c[.toc (I.- GtO.p 11. 12.C6 11.57 1.54• 2.25 .90 •21. a1Jq l rutk Litt or Lom"L Shaker (LOWtructlOn Jub ulte)l • Gr-p 11-A/ 11.22 14.71 1.101 2.21 .90 •25 Llua Yaat.tl ft.t•tlal llulat Il Jcum)1 Shattlecacl TL- Spacecl 1 ' Gtuap 11-118 14.52 IS.01 1.50• 2.25 .90 .79 Group 11-C. - 11.94 15.35 1.10 2.25 .90 .29 mw[..1L11e •Irclud.s /.2) y+t Aour to Gcoup 5l cc: pceasat opccator (over 2)1 Concrete Nl.eca (uvur 1 P+n+lon4d U+.1tA .nJ lee. land. y31J)l Couchv.•p [, l6 or PuuC'11.41ctate G. .a1 Geretatutst Gruullnq 1:ach1nel 1•ttaa-uc1J (>1[-upc[atcJ)1 l•os[•u (ov.. 2)1 W.IJ,ng 11a'Mnca li-41-1 utl,cc tl,an Ly .lect[lellyl 0 G1oap 6. bin Llau mw i ractur or almllarl boom Truck or Dual -� J Putlque A-h are Ttuckl Conctets 03tch Planta (1•at or Jty)1 Cun- f1 M • i c[+te 9aw l.clf-pw1.11cJ unitl on at[-[s, hlyh..aya, atc,N[[a M and cenalal Dtlllioy and dlring 1L.chlnety, va1tic-41 (nut to apply to v.t•c lion[•, vagJu Jcllla ur )ad.t.aa.ael a)1 Il 7.77.7 lue C.61.-Ay • 9lgnala and l..car._a lvc> (edea or u..r 30 lun)l Lul.il-t3an enJ dctvlca enylnccc l.�Llla a,•J gltaaa tack)1 Maglr.ola lntttnal loll I• SLaL 91L13tuc (on altl+.tts, rA.j1 .ye, cansia and wtLhu11al>11 } - Y-.honleal 11.111.90 (cm.ctetul (Cl.ty, Jahnuw., 111,11111 Utldga • 1114.04 al[.11ar tyl�..)i 11.ci.lnlcal Uurat Cu.b to.J/ur Cutb enJ Gutter I:s.Ll..c, .un�t..t,. 4t 1+11141tl POttabin Cruv1..l41 Po.t Driv4t (m),00 enJ 61.413111 Yov.c Junl.4 01'.falu[ (u.ttluy dilp- j fu1.a, •Lc., It, tunoc call Iwllcc (wccpt. 4_4G61t)1 (Uul.4r-Gt•cne .ud ula.tlsc)laul•l,altic conc[cic 1-In•#11 Sclt- jptu(•clleJ CW-p.ctut L.Inglt englncll Sclt-propcltnl Hf,cl1nc Mtappl..y 1L3,411- (pccault Ckc of •Imllar tyl<ll Scl[-1r.,•.•7114 1•u..er Svccputl 5clt-14u,•c14J Tapu Htchinel Slip lot" t•uap� 111tH.[ J..lce 1-1 tu9u>)1 5a•a11 9.111,11-clt.J a a�tu.al Suct.c. 1lcatctal A„g.t-type J.Illlo.l c•p.11-at up to enJ lncluatuy `�aatd`.+ 1t, t i. : 1 C • , 1LULRAt RLGISi1R, VOL. 42, HO. 190-MDAY, StYILMULR 70, 1971 cD Cis o aW ba. tJtIT-10Y1 raja 16 UCCISIall W. CA77-5091 raga 17 r I3 RJ Ct WCA UJUIrtwiT ovrmrolts lcont'a) j*.. s'tniYJt 13JulP uzir OPLAA11ONS (Cunt'.)) (ARLAS I aul It) lCont•d) (An1J.5 t ar.S ItI tCUnt'Jl r • Cron+(+ 7. Conctate Cunvcyor or Cu..etata r—it, Ti—at or Ey-+f;wcent , Gcwp 104 tit. -tyld Dackt)llinj Itschlnel Dtldja Ctanat Coty-iltt (or r.4atcJ (tw,a 1ar.ltb to a,.plylt Cur.,:rot. C;.nveyutl Lr12J tru1 astai slstiar)l cbtateal Gtoutinj Machina, truck ,.punted[ Cuaa.lnallun 03ck- Y.a L.yu.c 1 Lctitto IRJ is C.j Katc,ln<ty, LUr lL.Ilil l..ut to bow anJ w4jec (up to and lncluding 2/4 Cu. Va. r.e.c.13 txcalck 12 apl.ly w wta.ltntts, «a 1.;. Ji Ills o[ )t.incsta.t1s11 Dual Gfua ntaa[1 u opetOWes raquicCa when avinj eeylna teaate tion hulat)I Detrick b.fgea Arilec !=.•y+.n Pvap aaS .jai tat 113.:31 CsaRry MlJet lot alai lar (CaCtpt eacavat Wn wt►)) W-Plica loadeC anJ A14a.a ClejcaJecc Clevating st Jru. ."a-t rf almllkft iC.rtua.er.t rant t .14111 IL.irt GtaJ<t [taavy Duty !Maty Will Dlg (including Cahoon fuul1J3tla,1+ writ II uc w+e Jt«a\)4 tcct.ardca3 ril&tj l3 Uf SPttaJcc tuchir.e (aItAxt,t. and ZocIiJ euadct anJ similar typal NULLIno tyles 0111161/ Wthcing -. Da.L<c-L+ce,.t a:.J al.11atlt etre UR St.att IUlaR1 ril.cr+-.L{let 1ho,i Sk,—pet Jac aimllat)l Lift Slat,fUch;nat ;VIIjtW1q And alatlac tyl,cs)t u,.t U..ai<t with or «ttL..rt Cu,.j+tc.out i=•.J+lnaifw+# ink+.-•rut Uc cad et, L_*.l.c 12 yat Ja up to ..a lncluJing t ya[da)s l.n::-u=i lvt (over 140 t..nal tt uu a+,,,.ts Stub r-ttcswi f.,cLlnat L.n1 Pipe O—tint ns.Llnc Ip il+<- (a{syls of auitlpla units), ttalttpla itr,jlnc tatth.uvin.j H,0,lna iCacilJa, - Y)# Ft 1 ( t• 1 Ii pe Voters. etc.l I.", tanJ<a 6cu1w[)1 Ptt-atter• Mit. WCappin tu.htn.1 )lata Ur.i PI a:lcaaln n..htna traztrl r,..eilaJ a J s4•axtc.f hrsa[colt-LLLx Ink Tuj (reit-l•t ui>elieJ float ln•j)t Nut.L.;r-iltcJ 5.:a atrc, . Prj•c sitgpinj nscl.i+,t (tfactur piuptil.J Ord a4p{:.t tell)1 belt ljet at tan uult-lusJlrrj (paiale wheel., ete.11 Shultla Caf (ca.:LLa •tat lunit tlaatt t..11rc tj-etatpt (tt,.itn aarhalt)t S.IL (-:uj.<licd L.,a.m typu ilftinq 31-ole nc jinc uvec 15 yacdrt 5011 StaLt(ltet (P a D ur c>jaai)s t Jcvlce (cu+tcr C.:41rt)I10 tuna ur leas M.N.C.11 Self-ptul+ellcJ tlevatlry , CtaJc ASa.a3 SSrit.ec Ot<tatoCj 5.411 Ttactut jrtth Lt.. 1 1 Sall 1.•atetj Ct-LitatiolCC tGucflta CC othe[ auearth lC ty{•a11 chineTtACtr. -ile�aarur Will Ttr.k t rr L-,adv[ A.. er-t Jclllln c rl- cnt w..0 30 ft. doth tandenstlunl T'[atk rain l tyjd earth tale lrtj sschjnr Ch Ire. ernjtne uflh it 1 1 ries 9 i f { tanJea sCca(rtxali Train load Ing rtationl Trench ley rt\chlne, multi-ct,j Ina Croup a4 Athti-Coater Lo[ elmllacll Aaphale Plant n.jineerl CAat-1n-Placa # .1th 41ups.y attsGt.,i.:nt. Jetcu of siallacl vacuua Cu01tnj Plant# Most icy Yl;,e L.e y,nj I140,1nc4 C..t_.b.at ton Sluas.ec a,d H.tut Operstocc Cu.:tete , Ctana (up to and 1nClullng 25 tons) 1 batch Plant I�..ltiplt unitelt la,aerl 11caJ1nj LelclJ Llj,tuturt 11c4vy Daty Group 10-A1 baekhoa (hyJtaullC) jup to ana lneluAln,j 1 cu. ya. 6.p.11—it arkl"" 6r1JtxI CtaJeaetter, Graae 0..Zkct ta.<chanl:al of uti.et- wtt<7t G.oa,v L,g onJ Lt lnJlr.g MJcr.wnc3 (ohjt. yajI Asn 5cal 11-1.1ne tui C�Llus.r.c,), Dack Lo. lcahltj (up Co ana 3/4Inccu. 1 Cu. C.IVa. a.)Iktl 1 ajml)atlt Aoly-+n LaAJcrt t,.adcr ;up to 2 ysrle)r !s,-ara,.i.al Ttcc,ch ShicWt kli-jUt, Tit 4ck b4cAo0 ani t to ok our[ 1/t cu. yJ, w.r,c,ll Cunt)nuuaa P✓ttahle C[ril.jrsq anJ Sit Ctnlnj Planta( Putt Cott NrLl.,:c Tltcd Corth- Conoco Tit love A25 t (up cu -cl,eokd lncluJing 2 Cu, yJ,)(Ctau a(u�W hon 6.,v Ing Liulpa.cnt sup to at.d lneivainy ti ea. )•Ja. 'rtiutk' a.S.C.)# Ctanca (not over j. tuna, r $14uvtla. anJ Gattltyli GtaIlucu, (up to and L4.!lda, 7-Pul13, VW-10, 10, 21, anJ strllart Nutl-c 111o,J 4vte[t Self- jnclujl,.j f cut_ ya•11 rawer Sower bl Ja j3tatls, Utajtlne3, i++p t0 suJ 0 w IIcJ Cor actor SIth Wtcct So..c t•,utt Tl.1,cr Sk IJJcf (cuLLcr ticeJ 0--t fr+g 1 cu. yJ- vlcc l Purer Donde lower le Atone)ll Salt-pt 1LcJ aJ Q or alailat tgol;acntlt Tuctur JtarnE«.upst Tcactucl 1/9+.chlrsj nscLln6 5^xa-tc. Li tt Ing U<vtee (Center taunt) (suet 10 lana)/ N1 1—okt Alto CA ovct 4 It. uptlq Til-Latah C4ver1 Tuner{ ts,Ic oatnnj Kochir.Cl WclJctt Gr aper, reit-loi.114 ((.aJJls wheal lrin fnglnal) 0111 awl lana Auto r1 ltw,la-stags ta..J 4thcr anaflar k'ialll C•j441a s,t/, iict..c<r T-6U0 u K. k CIaJeK SY10 U[ alallaC Cutlet ' Croup 114 Autova3t jc Cuncc eta slip Cors Pawri Autowtic N412cuaJ cu Group Yt (].ieajo Uki.1\t Ci,e1,jl+atlon Ml.CC and Cuapcesaor (9unitali Gucils91 Canal T11aa.:rt Cauai Trimmer v/Jitchiny attm.l,antr/ Ctanca Cuw,inatiun 5lutry Ml.tf anJ/uc Ciuneti Hljt.ilaa CaLleray IS tuna (uvet 25 tuna up to and IncluJin.) 125 tunall t:unt(nu..ua Yttoct Yia (- anJ u,.Scc1t Lull lit-Lift Ut almtlar 120 Ct. or -.alt Mucking Kt.hlna Dack Ausjtt over 1 cu. yJ. ;/ncluJinj ecan<)s litutt Travelitt 650-A-1 (crl=Let ts.cJ. call Cc tract tyjt)t Tta.:tcr lulth L.1(0-6 of Iatj.r or alnllat (RS tuna at uvecli Cu,:114 WsJ.c when wnt[u1leJ flunk the and alrllat) put tGatt Hijnl lna'Cab2e«ay (c.ar 5 ton3ls Lpadet lovcc t y.c Ja, up to an.] tnCluJlnj 12 cu. yda.)t millet r:[aleas Mao Slue Pavec or alm{laci P.—C 1114Ja (.aritf-aUg ina)1 Pw<c shovels, clamthatia. DtajItne3, lack- . Loca, Gr4Ja-4113 (Uva• l ya, anJ up to anJ Including 7 Cu. yds, m,C.C.11 / x.LLvc-ticcl earth a.-.vfnj aachines (atulttpie pcupuist.xt 1..+urt unitok ana too or .uta ac[apet al(up to and lncluJing 15 Cu. yank. 'struck' r.r.'L.)I salt-ptupC11.4 CvJ.%Ctul (.1th aulilpla pcopalalon juucf u»itsll Si..Jis englrse huLt.ce-tlacd Catt1.a.w(o•j tUehlee3 (.1th t—Jca ra apCnl) Slip rOC.a ravcc jcuoeaatu or sa{+r.3ltj j TanJcm Cat31 Tt.rvx ttane3 mUlta lnaauJlmy u11 t+a41t43i T[ea.hcl Ipullln'j attAChVJ 411110 i)I Untuaraal LleLl,ur 41,4 -r—cc Ccanea iauJ alallae tylc311 ti1.tc1 v'eAw At Qf (up to a \ anJ lniluJlny 750 Cu. Ya. pet huut)s UhItley etana (over 25 Woe) + Can 1 )f0(8A1 RIO1SUR. VOL. 42, NO. 190—I(EIUAY, StPI[f,%Uttt 30. 1977 �.�.cr.\• ... .1, 1,: '.fir: r �:�'\+i'1 '° .)'L1k Y a, .rt,�[t��.�r,• y :1'�!1��. V, :•t�L.11'::''.�'�i•':J� .1.•`' ti- r •.�.• ;iii/Z• ,f S �.' .•� .. . ... .., 'S ..,..i.�•. I �'l..�j. i .. .'tt. n .ft,�,y) tl 1 . .•1,.a ri r '.i.. t•.•:�.r �• D 11 I 1 7.'. �'...(•,t:.':1� •�.)(�1/' .{.: ���•.. .t •Y` � :1 7'� J .7S'�•1♦ f t, �j�r !t 1� -L�•'�l .(1 lwIJ1 L.UIfKt]fr Ck LIIATOR3 (C.At'd) UI[4101GH U0. G77-Sall Yny. 19 (A7J:.Aa I •ad 111 (C.a111'J) 7 .. ' f.l.<•b...lu.Y.r. ... b•.Ic 11-A. t1...J 1.•J.an• (In C. l• •atton rlth Wha 1 L.cava wc)7 C•an<• 11•..ly EJ+c+J•. 115 tc.o.). Io4.tcr fors I1 ca .ya..1 up to •nJ Inc I.Jlny '.0 cu. R.r.. NIIf P...1... V. 11.. ..J/.. ..11 Y...<[ Sl..,v•I. •...1 V, I I. . (Jv<[ 7 Ltl. yJs. r.t.C.17 h..Lt.cr 11nr(7t DhtVI719 A,,,. .vJ /ultl-prr(..•• L•.th K.viny Kacl,Io<a (1 unit• .7rcf 15 cu. JJ.. - .t7...4' 753 Cr, yJ.. (Kc hw.) LUIjt Cntuir fivuLmin (r/r0 t , 11-1c 4.aJ•r (rv.r U cu, yJs.) ruyc[, uI,Jct l y4a. uattc ..! lcvclll Ura u[ Kal.luul Jclv.6s ' 1 Cw.cula p.up 1u.Glncl 11-C. C1•vcatr[ of hcllcal•t•f (.Ltn ua•J In atcctlon wc►)) CW1C[cLe pu•.p ttuLk ..r.ta Wnttui i<.: t_a tLa.,•lny L)ul(+rut flrt lack tuck Is us.J at,pfopt I.LC flat ll.k tate .1.411 .1-Illy)L O.w1. (ur.JcC l Y.1.. ratt[ I<vc111 Gu I( Leta • Lauck (.n.J.[ t yJa. wtc[ lcv.l)7 Uuwpatct (ander 6 yda. _ttc luvcl)1 La L L ur pllot ` cal I[Iv'C7 UI(.(~c tuck (rhea • flat u.k t[uck 1. wed sppfopc lrtc flat lack Cato • •Call ap(Qy)1 1'l.:ku(•�7 SUda (Jaotlo L..•, unJ<c l y4a. ..erect • I.v.l)1 Ic— dc1v..37 19ocka Z • lacy pt a-Wtch cu.a[cle mtc. O • w.Jct t yd.. rata 1¢ 117 —f Ucl(•.:u7 Hu<Luuutucn S 9.905 5 1.195 .70 $1.00 n • ro UULK COIL=SeREAUCH (r/ro N auyct, / yJa, 4114 u.O.0 6 y.la. ..t.r lcv.11c Uu+p (L yJa. anJ U14JCL 6 YJr. rate[ lcvtlll Ura(ca ctu 11 yJa. anJ o J.c 6 yd.. rat.[ I.v..11l 7: U...pat ea l� y4a, -J au..Sc[ 6 1 yJa. catch lcvclll Sk14a (Jcuti• 1—. t YJ*. a.tJ u•..lc[ 6 yJa. rat.t IwcIII bin-JIc ..At flat tack 12 ..It uhlt)1 11•Juat1111 Litt Ttuck Ircdla11taal tally.tcl • IcuLka (J[y 1.4c-Lat.L Cw7c[ttu rl•, l yJa, 4uJ uu.lca 6 yJs. ',C '[ rate[ lcvrl) 10.00 1.195 .70 1.00 .. ,[ r JCI'tt14 171 U.11 and HAT I]t 77111aY. V (undo 2,500 yallur.a) 10.015 1.195 .70 1.00 Ut t0 . ( � 1 tlJ fEUtRAI REGISTER. VOL 42, UO. 190-1RIDAY, SEI'i[MfiEp 30, 1977 t LtA:lS. .3. GAIT-SJYl rev. 20 _Cc1StOti I13. G7I-5091 Page 21 • ri1 uNt�t _ t.3 cn iter.+ X R+tag H t>f it t r Y.+d+.+ v.r.,l.w Arra.+i,. LIYZ JI3:.LrS, i rk Litt S 10.13: S 1.191 A') S 1.00 bULa CUUM 3VULAULK (v,W a au.)ee. 6 yJ., ant urea.[ D 1 Ta/.:r;I7 Mil, /.G1TA lus YJs, ..tet Icvellt bu.{. 16 tuoJ.t 6 )J..1 10.051 1.14: .7u 1.04 yJa. Ana undo a YJs. 'Ates levcllt uu..t'[ctc (6 yJa. 11,VLx rn•kli.-L" IILII'LX 10.07: 1.W. .76 1.00 and unA<t a YJ., vatct icvcl)t D-I-.tcc (6 yJa. ana u"Jer 6 VIA:(IVH 71,11LA .$.Jet (),500 yaa. ..tet icvel)t skid. ).Set,clo gallw•a! 10.Ub" 1.19` .7J 1.00 1-. 6 Val. and undo a yaa. .•.tet 1...1)t T-ks tJ.y pie- A • SC151JR T1,UC7r 5lnylc unit Latch conc[.te ala, 6 YJs. t flat [.ck 13 ..t. -Atli and od.c a yJa. valet le-11 = 10.10 j 1.191 .70 $1.00 ln"J I clsl Litt Tcu,k t.-I'Anical tel lyase), A-FtUtit:, Nllk:it 11tv"Is, • L.a11 9"1- t![.J tractus bu'1'11.-'bt1c1 Il(Jr J-IItt, (uhcn uaeJ .itlrin t..a.t.ca• 5-114h e[ana ty)•e (jctting)t ' jue i.aict tees.! 30.10 1.19' .70 1.04 J.ating urJ wale[ truck ` r 16.044 ya1e. .n'I unset J 5,004 yals.)1 llctLcc tlied t'lgauss. A,t unrlx 1'00.: 10.215 1.19` .70 1.00 ST.suo S40 gals. u,.dct 4,000 9 gala.) 10.111 1.191 .70 1,00 LY.W.bIbATWN ulual JUV:a OCAVt LIUT( TMISIVFT MTS• I1J3-T7 .t.n.lt, lhiyh t.k J) 10.22 1.191 .70 1.00 n(a Aylut..[ )6 ya.. .nd under a yaa.) 10.1$5 1.19$ .70 1.00 BOSS IICSTL1t .nJ S1n ILAX LTFADDLI:CNW1LR 30.2.3 1.195 .70 1.00 0 VPZUUK TrucY. 11.504 gAla. an.1 und.c 5.160 gats.) 10.165 1.19: .10 1.00 THA115IT MIX AGIt ATUb to YJs. tbc0ugt. !0 yJa.) 10.255 1.195 .70 1.00 tr1 4t ruubtx•T3rtD nus GA (rwt YAcuun nnitx (5.504 get&. self-loadcdl 10.115 1.195 .70 1.80 %nJ unJcc 7,500 931a.) 10.265 1.195 .70 1.00 t JL'ITllt: TUuLx 6 t:ATIA 11 ucx • 15.000 9.1.. Ann u"J.c t 7,060 yAlr.) 10.11$ 1.191 .70 1.00 i i 3 c + ( t1 , i t�,,�1..•l�_ F FEDERAL REGISIER. VOL. 42, 110. 190-FRIDAY, SEYTEMER 30, 1977 i� 6 i, •�,_. ,. ,l / .. - il.•. :y' t�:�l•, '! , '[; �;1:� .:>.'iy -I: i ZI,aiTr�riS+.:` I�� :?' 111 •![�,' � � at� l.,y•r, 'y4 J. :. rj 1' l• '-.•, . . . -"�.. ,.. f y�..::; ..�=_.' -4. ,�-t.'-;11�,:iD•i•'a�:w. =.t .-r t. �Ir:i �,�.t r: C Lu t57.)rr t-L iwl)•:Lsl Y.ya 22 Oua�tOt1 UU. G)7-1091 Paige 21 �tv -17 M-• to L n P....... V...u.. .J'.. R«.. 11 L If r..rl... W..tt.. ..Jr.. y •• wrv• I. Z-IIIK1 UNIVlN7 (P.:.K'� Arr,. (," J hrK�i LMIVrM: I.-•_t'JI LULK CUIUtT SPMLAULK Iv/.J 17•414.ilT r11J A.:1'w:t.M Auyer, avec 12 yJa. .nJ It.vc[ InCluJluy Itl yJa. —tot S 10 yJ.. tf,--jrt 12 yJa.l 510.]15 $ 1.191 .)U S1.Ob Icvc!)/ Oanl. (..Cc l2 yJa. LULK C1141217 5k1•ifu.Ul 1.'.v a-I Incl..Jlny 10 yJa. vatcc d )J.. a..-1 ln:l vJ.nq 1—.111 L..c).cr cte +avec 12 12 y.l.. ..a r[ 1.vcl)y U....P yb. anJ IucluJlny le yJa. wtet lcvclll U.m.patet lave[ .. Il y L. .nJ Inc luJto7 11 12 J.. auJ Ina luJln• ltl Ja. y.t.. wta[ Icvellc L�.),Ieta ratct lcv.11l S.W. (.fa4.la . 4 yJy. .r•J /r.aluJlu` 12 L.t.. Duct 12 Ja. anJ 1—I.Jln yJ.. ..ter Icvclll ..:tt- Y 9 Yu.1.:llaJ tucct a...Lvr III yJa. ..tcc IC-111 Ttuata , .ul. toll-wntalncJ tatv.e (Jty 1--Latd. CanCrete uS.. Wny S.i.io 0.1.[1a I..., 8• Duct 11 yJa. ..'a LncluJlny • yJ.. A-% 1n:Ivdtn2 12 )J.. ..tet Is ..ate[ Tavel) S 10,48 $ 1.195 .70 $1.00 Iercll l �••••• yr +nJ/a:[ Lr.w ' ' (•I[^•1 71 a.1 IJty Yrs-Laub Y.U. UN %18tltJh TYkr c—ct.tc .1., a )J.. .tJ SELP-M&DttA: 511LK•A 10.54 1.195 .70 1.00 1nclvJtn) 12 yJ.. ...t.r Icvcl)1 L• r-tct la ).1.. MUCK MPAli•U1N 10.575 1.195 .70 1.00 ...J Inc)uJu•y 12 YJ.. .atct 1.vJ 1 10.44 1.19: .10 1.00 UULK CUICIT SN-1:1JIL7t —J.c. "c[ Ib y.la. anJ Z IItJ.t'( Llrt( TrJl.:h,dy 1--1 Jlny 24 yJa. —L.. O IV levc))I C...J.Inatlon J—P —a —4 10.75 1.195 ,7D 1.00 J—k- tt,tllc[y V—p (over 18 hAhtt TiwNj1T nl! ALI7wSt,M YJa• u.J L.c luJluy 24 yJa. N 1er 12 yJ.. y ..tet 1e111 l—.r 1 14 yJa.) 10.45' 1.19• .7u 1.OU l8 yJa. anJ IucluJlny 27 yJa. ' .ate[ lcvcl)y D•v.Y.ttec (..vc[ Id yJa. ruJ I—I.JU.y 2.4 ya:. ester level)1 a.IJ (J.Lc la L.,+, ' ver to yJa, auJ Inelu.11uy r 24 yJ.. rates levelly T[an.LL t t al+ ayltewt (aver 12 y.la. tL[wyn It."dj.)y Tt ucku (Jry ' plc-Lard, cGnct,t. al., over 11 yJa, m.J Sna luJtny 24 r yJa. —tcc lcvcl) 10.5b5 1.195 .70 1.00 't r t - .��I-J t;• I t C77 �w 4W ; C-3 MARAL MLGIS2ER >, VOL. 42. 140. 190—fKIDAY, Stt-W.WR ]0, )y7 L0C 1-' MJ. G)7-50f1 Faye ,]6 �. ' OW13MI 110. G77-5011 (aye 1) 1v_L� tit ' CA h....!. .6..ht.• a. ra.y.6.w.11..Y•t«. i- .. R....y It L IF t...t... Y...n.• E..a/.. it It L It P-.o... err• T.. •. 7vt•7 L` ._� �•! err.• t•. Tlttll7( LRIV[7.9 (Ccr.t•i IVI1.5� t..nt f Luta[ CIn.2.T L111111P.W14 (r/ra OOLR Ct2•.L•/T SrlttJ.Lt]t r/ru 1"3.11. uve' 24 yJa. enJ In- euyec. uvec SO yds. .na un4ec clue)., )S Yda. .*tee 1["(114 65 yds. .at.[ ltv.l)l 0-1, 0.,.ap (Jae. ]t rasa .uJ In- 1..vec SO Va.. sn3 unJcc US CluJloy )5 yJa. .atct le ve111 y1a. rat[[ lcvellt 0ac.pC[ete Lar lctcu (u.ct 24 yJe. .nJ (..at SO ySa. Ana m.ac[ 65 yJa. I.Cl"Jtn3 is y4a. .atct level)/ ..tee level)) O..apel.l (ave[ 50 )...•betee lure( 24 144. au4 pJa. ■04 under 65 Yd., rate[ Ina uJlny 15 JJ.. .stet 1...1)1 lcvellt 0.11C.0tec pllut (when S Lac 10•e, 20'•, 21.1 -J rt I.ct tc.n.E:ctlny pnn uc ►ecce lala)1 &$alis[ cat. type. Tecta LuLI., Skl.1a Welt is W., Duca SO yJa. fi lcTuu[oe.pvl la, 7wu.atuck<t, .-1 undc[ 65 yds. ..tee level)/ lJcIW at.J •Lila/ ly(e olulp- Tcu ka WcY pee-Latch cunccete e.e..t .taco lull lny sy-ilY-k a[ nI.. uvec 50 yde. an4 unJre 65 rate[ um ((allege .,.a L.•1 yJa. rate[ level) S 10.96 11 1.195 .10 $1.00 11.3/uc yteasa tank t.allete ututLct .lee. It•llecac S.la. ImIS C12i1'1rr S1ttEJ.0211 (u/r0 , yJa. enJ w3c1, uve[ 65 yJa. •oJ . Ina u4l..y )S YJ.. .ata[ lard)) Incl.dlny f0 yJa. ratee TtuCk lacy p.c-Lat'h ..c/cte I-I)t Dump l6S YJa. ea4 n1a, uvec 26 y1a. -.1 Inclmllny lnclu41n•) 90 Va.. rater' I...ll[ )5 YJ•. rate[ 1-11 110.66 $ 1.195 .70 $1.00 0ucp:lcla (avec 65 yJa. anJ Z • 1nc3uJing 6o Va.. ret.c I-I)t Q f nu:A CouJ.T !"'KL OLA Ir/w Oump•tat (65 yJe. and Incl.aing -4 1 ...Joe. -f 15 Va.. a..J 60 1.1.. rete/ level)/ ski'). n'•� Al•' 1.'CI.Jtn3 :0 Via. .ate[ 1."-111 W.LL Ie W., 65 yJa. u4 to Lunp I-. IS ya.. .rad lncluatnl Inc1JJL.y 60 yds. rate[ levellt 50 yJa. .,tee I.vcllt O.,mltieet. Teucka Idly ptr "LCt1 cuaGcete love[ 15 yJa. and Inclullay 50 n1.. 65 yJa. Ina Inclydluy yJa. valet level), 0..a pat ec (.n. - 50 yJa, ..tee level) 11.09 1.155 .70 1.00 t �'I 25 yJa. ...a lnaualn3 50 1a.. .stet levelll %kIJ. IJebtl. W., uve[ IS yea. .,.,I InCladtu.l SO ' ySa. rate[ levellt Track. (Jay pca-l.a-tth cunctate ala, c,vcc ' 7S Vag. 1n4 IncluJlr.3 SO yea, r.uc Iwc11 30.7f 1.1fS .70 1.00 . t l Cl Can a W IILIRAI PIGI:I111, VOL 6]. Nil. 110-IR10AY, SIYIEI.IUER 30. 1977 1 1 •;a ��' .•1'. ..ii�'•J. !2. ' 'r.i,Y•/ .1 •'�1 1'1}. ` t'�.7.1 ,1 f.�j.'� t ` •- '.1. Yi .�.. 1 a, .: :�., ' :�'�'�.t.�. 1. T li yr 1 r'f1;19; �/r;�t tctlJ {It[-•`'a�1f� ���/ 24 ;4r aJrc\:.its DtT1]IOn HO.t CJA7-SGf1 P•�• 27 LLLIOILH 1r). 26 - t - - •- CACI IT1p2tIA r MILL DUMITIONS for ' 1VVEs LyUltnulf utaltAtOxS a•AULA 21 Ali •cc•• not. luclud•J within Aida 1 •• td.<.C...Lu P.r�.a, - Je(I1eJ Leluw, A•a•• It L Or r...I... v....l.. .,Ji.r ••AkEA It All •rut tacluJ•d In tL• deceetptlon ti•t_nt LH Ivtv9•_C_+•t••fl _ •rr• i<. J<!ln<J o•icw.,Lich L. LueJ wyan to.•od,lp. a0J [ands lln•J of &[t.• 1 •r.J 2. UULA CIJ.1442 lri l-Ali IJI ./.J '' i J-9. .,v.a 80 yJa. eoJ Cua.rnclns In tha C.ctllc 0...n un Lt.. •.tension of Ch• Si flatly 1 - { 1r.c1uJU.g 91 yda. uatcc lluc of Iuunally 145. Ia..11r L..y l.,%C e0 yJa. Thu.ca E•.taa ly .Ions tLs 50o..erly 11na of Tuwntl.IP 19S, uo•.Ins a.d Iacl uJlr•1 v) yJ>. .<tct LL< Itc. U1.LIo w<alJt•n to tt.c S.U. wroar ofahlp 191,. 1•r<Ilr r Cr ct< Ic.v<t C0 r•nae et, tic• U.ILIu L•aa lloa •nd a.cldl an, - - yJs. •nJ lucloltnl y) yJa. Tl.0 4 Sout L.cly to C..e S,Y, tutu-- wf towna6ip 7US, unst tC, f wt<[ levrlll D-k-.tec I...c It.cnu Ca at caly to tl.a %.V, con.ce of t4-1.11[p 23S, uu"• l)!, 80 yda. •nJ Incl.•Jlr••J 9S yJa. ILuC Suoth..ly to al.. S.U. cusncc of to-a13p 21S, c.nt• IIE. . -Ott( 1•v.•Ilt StIJt IJ.wis lLcuc- Eaatctly to %1• S.U. turn.[ u! luwnahtp 21S, I•uje 11f, W., orae 110 yJ•, -J 1ne1o11.1 2L-nca Soutl..aly to the S.w- wnwe of tow I.tp 22S. nand. UC, 11 )Jt. ...tet I<r.111 Srw:a• ILaaaa faa ct ly w tlu S.E. cuancr of tu..oahlp 22S, laud- 14, Idly pac•L.tcr. Cw.01.L< s1., IL<..ca Suuc Gctly to Lt., S.W. coca-- at touoAap 211S, tan". ltE. .Ir.r 110 yl.. •.•d n.c 1..J1nJ 7Lcnt. la+t cr ly to lL- S.E. wu.c[ u( t0wual•Ip 21S, 1•nL. ItL, 93 yda. v•[.r 1-vcll f 11.21 3 1.11: .70 31.00 TLcnca S..utI.-cly to the S.u, couuc of tounaLlP 24S, rant- 1'.L, (•11ins o.. the Sout Let ly ilu< 0[ Ittnda County, tt•:oc. E•at.11y. •Ions tho Soot 1,.l I 1, It of KJugs Co o..ty •nJ th. Sooth.,ty La.u.Jaay of 1u1-1e Cow ty, to the S.C. court u( tuwnal.lp 215. r.n". 24E, . z IL<uc• Nart Lctly to the 11.E. Lu[. r of tav ship 21S, w,.tt 24L, . O .Tt.cnt•Vc+tc[ly to the 11.U. COtn-t Of t0wrlo111P 215. rauL< 2')':- L.-a 9a:,Lcu.a 7Wctl.arly to Lt.. II.E, cotar<c of tuwnahlp 135. cant- tOL. Jl [ t 2Lence Ve.tetly to LI-4 N.V. t06614r o1. t0u.611.11. t)S, aao"< 2dL, �r.t TLcnca IWIII..tly to Clic N.E. c0ntec of CO..o.Llp IIS, 1.n"c 27£, Ln I l.enea Y.vl caly to the N,U, --r ul Cuulahlp IIS, rant- 21L. ih.oce Nvttl.ctly to the II.E. want[ of tuwo j.Ip IuS. laogc 2LE, 2L-uta V•at.11y to LI- U,U, tutu-[ of ta.o.laLtp IuS, cal."- Ml, . ILcnc• NuaLI,ttly to the N.E. cucner 01 Cuooal.11, 45. 11I.d4 2:L, TL<nct Vut.111 to t6. H.U. coao.c of t-4.1l.ht1. 9S, a•nd4 2:L•, 1 1l.e nca Iluatl•erly to Lt.. II.t. eau.<t 0t tuul..l.lp OS. 1+n"u 24C. TLci.c. V.al.aly to tl.c t1.V, cututr of CuwoohlP OS. ta..jc 24E. �- ILcnct tlaatt..aly to clic N.C. cuancr of tuwo>Llp ES, 1ant. 23E. ' ilea•V-at.tly to LLc S.E. of 19L, 21.anc• Nratl.aly to the N.L. :un.ee 0t wunaldp .S, a+ncc lvL, - y TL<nca Uaate[ly w al•a H.V. eotnee of tounallp )S, venae I9C, a ILcnc• H..atl.aaly t, the tt.G. wtuar of w.o b1p )S, wutu IOL, - Tran-• U• tcaly to tLa II.V, cuuwc ut 1,4-31-ill )S, c•ns- IOL, ` TL...ce N.utl.ctly to the N.E. cuancr of tuulaal.lp t.S, taogc 17E. r ILuaa V.atatly to the R.U. coarser of Cowoahll• 2S, taus 17E. ILC. ;C Natthctly e1oa19.11 th• IU. D1aLlo Le>ellnc to Lhc N.E. c.ual.cr of to.• Mp 2:1, c•u"c ILL. u ILce Veat<cly to the H.U. con.ce of tuuutLlp 2II, wage ILE. 1 - ]Etna Ituaal.C[I w clic U.E. cors.-- of t0w.ta6lp Jtr, ton": I:E. T •, ILulu Vcatuc ly c0 lt.c H.U. cu[n<c of towuaLly )tl, uuLc l L, �^ 41-1 +( ILence N..ca Lctly to the H.E. coir.-c of touw+t•Ip 4N, ung- ILE. t.� ua 3,y.V.j 1EMIRAL A[GISTLA, VOL. 42, IJO. 190-3AIDAY, SEPTEMULk 30, 1977 to DLC t«7, CA77-1,Dfl pay♦ ]• � y . a ptCLBlUrtt1J. GIJJ-SDyi P•ts 2i W Lit - i•• tJ AaIA LfI II•II lull$ fur - O taut t„•.itr�:.: Ut'tnAluk$ (iu:.t•J} IVutR tQU{rtittlC OPLNA2UN$ (tonc•d)' . •a.tr, t (.+...t•o): -Ate• 1 (a.,ot•J) W< I.rly to cine 6.11. corn.' of tu.n.si.ip ttl, ..,.,a it£, I1.ruaa U..(,.), to cf.. S.t_ C.tmsr of 90.1.2hlp IL0. rani IIJ. t• - it..o,e I..rtl...ly t. if,. t..£, c.s..cs of to.o;Ltp ;a, i,nat 13£. 11•.nc4 21uts1e 1Y to the tt.E,.wrnee of Lu .shlp 1611, rand. 1:J. tfrI.,c Utartly t ct1 U.W. c..rncr of [..o.Ltp .U, ,,.yc t3E. Thence Ueste.ly to the 11,11. tumor of t000ahlp 1111, taoae 1 U. III—. I.rtl. ly to LLc II.E. c,,,n of t...r.Llp IUU. '-$c 12£. ILc..ca I/J.ah.ilY to ch- t!_C. .onto of to.aoshlp IoM. t,nge ll'J. I Le...a I.:t ct 1, t. &1.. 4.t. Comet of iuoo sLlp Litt. C,n..:e 14t, ILu.a U.st.:.ly to the U.U. Cotner at tvv.al.lp tell, 111.1' ICM. .,. II..'a, 2.1111111, tom. t41 it.!:. colnct of L4 .10.lp 110. .+r,`< IcE. Ii.c..,c SJotl.,.IY to if.. S.U. cuter .f tuwtal.lp IdA. taati• ►•7J. 11.....t U.at c.lj .J t1,c :I.t. aon.Ct .I Iw "hIp lla. I« Lt 10C, Koen.. Eaatetiy to if.. :i.C, e..uar of Iow10.1p IC11, xJ '. . II". IL. ,re l...itLaaly to tA: U.E. ut, .1 tJonal.ip I'll. .«oge IuE, II.e uzc S.ut hll Sy to tl•e S.U. tua.tt ut t..asl./p Itfl. telae 111. 1S-c o.. t,stcsly to it.. S.L. aLas,.1 .( 1....6.1.40 It:1. .nite 11£, 7L1o,t U:11,.10 to if,. ti.U. C.I.C. of toM.al.l{• IS.Ys ..Itdc Itu. to &h1 tt.E_ CJ.a,<t ut w•-.al.lp ILU,taode tlC, I Ileo.' 5JutL,vly t. the S.U. '.rust of t..n mp 144, tame tw. I Ler.,e i-.:1.110 to it.. $.L. C.•.ntr .l s..ual.l4. 1)11, an.y;c IgE. 21...ca Laate,ly I. the S.£. C".,r of to...11.1p ►ttl, g+nes lel. 1}•,.,c :.+not L. ly •. ch1 S.M_ C.I$,a of t.•.1.al.lp Itn, ..net I1L. 11-.'e 5a tl.,•tty to &L. S.U. c.rocr .1 tO.osl.lp t3U. t.na. IIII• a.c i...a e.{q t. (1., S.L. col ve& .t &..o sl.lp II.A. t«..e. 1+L. II.cnce F,atetly to the S.L. curaer Of tu.nahlp 11:2, t.hae IIU. ' to the S.U. '..act .1 t.,ulcl,lp IM. t,nac ILE. Vh .C. S..tt.criy to th. S.U. '.&ner .f i.wn.:l.ip lim. -.s. i.`J, 71..v.e C,suiij to tint S.E, aJ11•ar .t to.nsl.lp 13:1• ra.,ce ICE. 7l,cmc C,Ltcrly to cbe S.E. 'anter of tu.ual.sjt lilt. xJ11c i:J. r. I1.u.,a SJot t.+sly to tf.c S.W. .Jute, of t.-,n>!.!p 12:2, 1111. IIE. IL'..'t S.ut L..ly .Ln.d if.. E.tat•to line at &antic 1:J to iht I L,ac. t.,stc.ly a1.14 41.4 SJ.i tar ut Ito. of to.u.t.lp 1211 to tl•e P.Ciflc O,can e.cluJt ua slat portion at ualtt..l-n C..tlt.tal+ Inst aunt t.o..J,1y .1 it.. :t,t. .t Ca/t lwu.i a, Ylli.im Saat, cl.ga C.411ty tn:luded •,attlitl the toll..Inti Isms ' Ihu,CC 1114t1w1:tCrly, t1,9nC, has!l..Ily aLw1a lht Laattt.t LJoadary 1' C'-""'; at tLe tl.u. :u.n.r of tuwaLlp t$, rnnae ]E, tit+ k ul tt.. •tat. at C,111Jn.t• to it.. P.E. '.utta .1 t4..uh1p 1711. # Gi,Llo La aclln. a.IJ lIc.IJlaha r n.lc tEL, IL.ucc to • :..t Lcl ly Jt1.,atwt to tLt S.U, cuwcr al tuYl.shlp I Lunt' U.sttrly to &Le 11.U. Cattle, of tJvnsLfp 11:7. ras.at IIC. IS. •+t•it ]C. f II.,aC. tLatL.lty to ti,c :I.E. C.'lt of t.. 0.11. MI. &ante IOC. 1Lcncc In a Easterly dltcctlun Co ti.e S.[, cutner at tJuushlp 7S, .. IU..... we t t.gy to She 11.11. Cutn.l of t.,w..:i.ip 2.3, saltie lot, � ratora its . tJ [1.. U.E. ..enc/ of twsi.ip 2lti, s,.tc 9t, TLe11cc in • IIJclhctly Jltcitlun to the II.E. Coutct at tovuiLlp OS, • II..ote Mcu.ily to if.. II.U. .auto u1 to_n.hlp Ito, -'r. v£, tame.. SE. • + Moto... 141441..,1 tom. t2.. U.C. 'JFs"r of [Doom i.l)• 2:a, g,ndc fit. 1L..1,. In a Ueatelty dl&.coon to it.. N.Y. C'.1mcr .t wvna.lp 65. 14cuc. Uect rl ly to it.. t:.w. auia s of tu.uahtp 12:1, &«n.tc eE, tante IE. to tt.t pJI"C of Lealnntng YLtch p.itlom la a pati at d 11..,a 11Jsit..ily to tI.t S.U. owner of [o.n:l.lp 271t, t.uti, BE. At.$ 2. It 1.1., Last.tly to a4. S.L. C...•er vl I.w:hlp 2211. a«.nae OE, Ace& I tis. i#KIUJ.a Lh,C pottlon of Hottbetu Calllu.uta wt11.1n /l It1 Ilu.,c Uai2.11jy to if.. O.L. auu.ct .I to.uaLlp 2fa, r,nac EL, if.. t.Il.J2ud tiu,•t L`4 I L.art u.>t.111 I. the 14•a. Cotr..t .f t.00sl.fp 2-"3, tame iE. CJ.,trn.t„a in if-. E•a.tttt Ucc,n on an eatno.ai.m of it.. SJua bea ly I fa..r. 2:.tti,.ly to it., N.C. c.u.cr of t..nlhty )t•U, r.na. Lt, line o1 toueah{p 2:1. fi.W_jJt. Lascll..t aaJ u..idla./t ILet.ct U,•atetiy to the 11.1, ..tuts of t4. J.1p 10:1, tauge IL. Iheuc. E,st.t 1 slang it.. $Jut i.e.I 14 A. of tot hip 2N to the i ILu.:e tl.lrtt..tly ,lona cf., fit. LI,LI. .,s.1Jt.n to tine II.E. S.V. Q.1t t .1 tJ,ntt•Ip Z.H. lultt ILI. • �1 c.1.,.r of tw '.bMj. 31:2, .,OL. IJ' 11-cncc SJot)I,tly I. il.c S.U_ coiner at tw.oshlp It#, &,ape IU, I Lco.e tic at es I c. I1., 14.18. c.I a.r' .t tooaaidp j43, ru.g. tau, UL Cc Eaactly •tomb tiw tlu,_Lu1Jt La aelL.e to if.. S.W. iutact . 21,11.1' .tl..tly I. tt. t#.L. C.41.91 Of wv+.at.lp l:U. ranC. 711. of t .,1htp III, r.,}- 2£, I1.:mit U.ascsiy to it.. tl.J. tuu.ct .t e....at.tp tGl, a...Le 14, 71.4 nae Suoilon ly to t1.. S.W. aotattr at too."I'lp 2S. sauce 2C, 16.1•,1 5...,tL1.iy to 4l.. S.r.cuim<r .t tO.a,ai.ip left, a,uaa iu. ILence ta.tc.ly to Lhe S.E c.tl.cr of tuon.l.lp '_:;. ta.ga 2C, 1 L,oc. I,.tt&ly tJ tl.r 5.L. Cotoct Yt t..11a I.Jp W.A. stooge W. IL.u,. $Jo11.1.11 to the 5.u. Cognac .t [..mthly 43, ga'et 3C. • I S..vth.aly to if.. S.U. Corn.c of so.r M1, UN. rand. LJ, 21,i..cc FJatcsly t. th. S,E. costo of t0w11,11. I.S. ra.S< it. Tl.rnce L,.s.tly to the S.L. cutner of ao.nshlp iLU, tune. tu. Ih.uCe tt..c.locrly to it,. U.E. eruct .f to.ualolp 2$, t+uq;t IE. I Lt., Sau acs 1, to tL. S.U, c.in:et a toMtsLlp 1(.3, tinge ;M, 21-t ace U,u.siy tJ th. If.U, corner u[ I..t.>Wp I2.a.,,e C.•strtly to tI.e S.i. counts o[ tovn,htp 14:1, r,udt !'J, ILen,e it.tth'sly Iwalud U.c )I..c1.JIJt haaellau to lh1 S.W. I L.uu I:..II-.Ir to t1.e 1..E. co&uer of t....:1.1 k' iia. r,.a. 7J, ,Lroc of t..vashtp M. .any;. 1L. t henone U.at.tly to .Lc t..J, aJ.oar .1 to.ual.lp 11.3. rasa N, 72.1 n.c taCt.l iy ulnad the 2h,..hJiJG Laaeilme to it.. S.t. C.'o" It..occ i•wtt,,.ty to &I.e II.C. tutr,'r at t....f.lp 1.11. tuna. au, .at tw,uut.tp l:1, .,as iC, li+.ou ii.ctLrlly t_ the t#.C. CJracr u( i..ual.il. 9t4, aaade tt, usstttly to tic L1,U. C.u.cr of tun❑.LIp 9:4, raoa. 2L. 1 Ibenie Uw 16'11, to tie t#.G. Cotner ui t..n:hlp 11,:1, )L, ••r.i ' wY� Ci T W `+•- t[ulltl.l 1.tf.7SIlR, VOL 42, 1111. 190--#NIUAY, SL!'1L63DLR 30, 1917 I< ♦: J' .l .�4 ��' '(ii 17:1.;� `.1 ,. rn• '1 1 i 1' 1 t. 1• ..1. o .�� 1 :! 'Is' S..i,_•}tP i�:��C ::).o.:�i.).+:S4J,r 4f r.1 •c�:.Y�.litJ.• �:.. .y. ,� :-1 � I�.'(a?'�r.a:a?..rntiLt.I.•vNs.Lj.. .` I 5 .. .•..�.� LLCILIUr W, U)/-SOFT raja ]O - 7UNtJLti COCAS DCCIS 1011 y _ LSST61 Calt Wlul• lLU1[?I 4.71 Lpet sal, Jnyu, 9-in, lua • CAI.11011.4 1 A A.Iq<Ic], thou, Or+nqc, NlvrtalJc, San be rna[Jlnu, :an Lula OU I:.I.a, SanU A.4tA W FIHITICK4S 10A Uu Late .,.d Vcnt uta lr tUlil 1tyU11rtL•.r 0&Lh.a1unS (C.:ot•1) DI.CtSIUN MAW LN: CA77-5092 W1Cs Uu< of CaLllca fun ' Soi•ct.cd<u Urs l.lun 14a. CA77-5041 datad tuy 6, 1977, in 42 IN 21275 aAt as L (Cuut•0) DLSCNthriolt 01'NJNK, Uullatuj Cuna[octfun (Jura Iwl InC lulu .Iny le family Tl..r.0 �aattt ly .lonj tl.a Nartharly floc to tawahlp 10:1• Toto*U.a I &,,ayatdan typa uPatt..Cuta up to and I.CluJIn9 4 atutl<a, heavy anJ dredg foga [.clef, Dc..n, hlyt.oay constructfrau uW I At.. I also lu.lolaa teal pardon of Ilor[Lata C.11tuwlc lncludeJ uIth- to it.. fall....u.j flue. Cu.a.a..ctl•j •t the 11artLerly Lound.ry of tha Sl.tc of Callfotula -- F.1. b1..,Lr,Y+ aI• t at t:.a Is. V. cot n<r of tu.t.al.ip :0, tao4c fU, tit. DlaLlo L.ac- It+,Ic v• I^• If... .uJ a�11Jl.n: 11•+dy EJ +u. Ih,,..e Southerly to the S.U. corner of Luuahlp 44.11• canrc IV. R.I.I. 11 Lar 21.tr.c4 Laatatly to tt.c S.E, Loc:,cr of t...nshlp 44:1, &u c IU, Avr• L. Us u,4 Saoll.,tly la if,. S.U. cocoas of tuu,.al.1p 411-, w.q. cmc TI.c[.cc [aatarly w Me S.E. curv,ct of t,walbip 41:1. uuCC 54, luuCS'iUS NOhE CIU` S 13.90 .410 j 1.17 .Ou T7,c ota Nattl.crly, 44 the N.E. cutncr of Iu sshlp 45N, r.nje W. UOILEIL•IAR UIS 13.115 .775 1.00 .50 .02 •1 m. tLa N.Itlhetly LwnJ.ty of lt.e Slate of Calltoa .f.. lI 111CKIAltnSt SWnama.uu]t lhn.ce V.atealy .lain th< lwstl.c[ly LaouJaly of tl.e State of 7.petlal County 11.22 1.03 1.061 c .12 C-111.1.1. t. Ll.a polus of Lc�lauluj, t..yo, Kutn .n1 IUou Ca ntic] 12.65 1.00 1.45 .O1 Lu■ A,j.1 a County 1CILIru of �ar.ta Kan 1.a, Ka 1ILu, V.•I,ICC. � PacaJcna, :mslh Pa.aJ<oa, t,,' Ar.adle, n.uwvla anJ South u[ C, i tuxcca I 111.J., ln::luding 1 Lo.q bea:hl, Orange County 11.20 1.15 1.45 .30 1'• r' lua Jl„gcica C.,unty - Cltica of Santa tan.ICa, Na1Wa. Vrulcc, h.asdcns, Sa•,th P• Jrn , Z • Ateadla, Itn.twla .ud Suutl. of .0 t alfa.,t[anc UI.J., In:luJing :=t Lung L<.ct,l 11.20 1.15 1.15 .]0 .n 3 f Itivct•Wc and San Ucu,.i Jlno V )• La Cuul.ticc 11.I0 1.28 1.55 .11 �• banta Dat Wta and San Lula fit,I.o C-, I1.]S I.IS 1.30 AS .02 Vent.[. Co.u,ty 11.70 1.00 1.20 .OS URICK YUILLICi 0.255 .95 1.95 .55 . . CAIWUIT LItSI Carpcntut. 10.05 1.49 LAS 1,U0 .06 Uau'Pllcta 10.13 1.49 1.95 1.00 .Ori • TaLla VDort Sao (J%,<ratul• 10,15 1.19 1.95 1.00 .06 t Bhluglotal 1'llyd1lvclw•n, U[tdy< or J.._L Cat i+•utas al ""i,;1, Oaty•:•..nt It,-b, Sl L,ycr 10.10 1.i9 1.95 1.00 .00 U.td..u..J tlwL layutr 10.25 1.19 1.95 1.00 .Oi .. f_ Ucad Iuc4 SII.-J.( 10.26 1.49 1.95 1.00 .06 . r • Polrw.at l.' Nallet 10.10 L U I.55 1.00 .Uri tell lot lghta - 10.55 1.49 1.95 1.u0 .06 i "• l++Y:1 t I r r 1 I•r a .� U, ,• '� EIDIRAI AIGISTER, VOL. 42, FIO. 190-I11IDAY, SEPIIMOER 30, 1971 h' I ( a JI • •it° OIA:i7lOt1 tA. G77-5092 Pag• ) 11!2 I1GClsjLm JAI. G17-3092 rage 2 J .. r I.I.S.■...les.r.,...r. f..•4.L'..•I.r•r.r�•.r. 6..Ie s..r• e.... N L■ r...t... v...a.. ..r.. R.r.. N L• r...l... w..u.. ..�. 7.. Al,.. is. Arr. i CLC4.Z1tIC2At159 (COnt`JI CL�tct•T 9aA•.'.:.a• Ceoer.t r 's 1 9.41 31.15 3 1.73 i 1.40 .46 MivearlJ• Cuw.ty 12.76 .61 ]191.43 .04 Cc"-rt Plusatr.y is-1 Tat...cling Llectciclane 3"-rtr.e 7.66 1.10 1.73 1.00 .06 Cabla spllccae 12.44 As ]t11.is .04 1 Li.Y6AIL 1tr5TALLAMS 11.21 1.3J 1.40 .60 .07 lnyd, ft'"ar.J San 6ecnatdlnO le a A. Salttlal 1:....r.ty Lleetalclane 12.00 1.1L 31t2.00 .04 Llcctticle..a 11.00 .7! 31.1.4! C.LIe Srll:eae 12.30 1.11 ]1.2.00 .04 ^� Cable Spllaerr 11.26 .75 11+1.45 Tunnels :y Lear. (O.lna Labe Naval Ordnance L'Icc9c3elaue 11.20 1.11 )4.2.00 • .Ol ?rat a atl•.n, W.iscJa Alb) Cable .pl/rear 13.50 1.11 3492.00 .04 !�1 tlectal:lar.al Tcet,nlclana 14.62 .70 11.1.48 .IS 5,n Luis Cdal.l.a r-nty Calle Spikes. 14.]D .)0 11.1.48 .ls Llcctcicla..r 12.26 1.00 11111.75 .01 6ecn CO-[y Ihtralndcr at CO.) Cable 31•11ceca 13.46 1.00 11.1.]$ .03 • tleettielanal 7e:bnleiana 12.32 .70 1191.411 .15 Santa Yat Lasa G..rnty CaLIO 5.4i.cra l].SS .10 1691.44 ,11, (Vandenl.ucg wa'bt Ir,e Af.Ae1e■ C-nty Cle:t9ICIana 14.25 1.10 7111.11 .0) Cleca91,1a.:3 12.43 1.05 J1.].95 .07 Cable Splice&. 15.25 1.10 ]►.1.]S .03 Cable Spll:eca 12.95 1.05 31.1.95 .07 N•aalr,Jer Of C.:ur.ty Ttaf/l: sl]nal and :t[eet Clecarlclar.■ 12.50 1.10 ]101.)3 .03 1' Lfyt.lir.4: Cable Splleece 13.30 1.10 31.1.13 .03 tlretalciana 11.79 1.05 11.1.70 .02 Ventura CJunay utility 7e:b..l:lan Na. 1 6.61 1.05 11.1.70 .07 Lleetciclaua 12.77 .64 ]t/1.03 .02 Utility T-IMIclan NJ. 2 6.25 1.05 11.1.70 .02 Cable Sptl...a 11.05 .64 ]111.05 .OZ 0 7unne1l CLLl1A7UN Cb1ISMUL-aa,N59 y Cleetticlans 13.5] 1.05 12.1.70 .02 l..pealal. I..yO. Lesa lsJ tb n Car,lc .11.Il.era 11.62 1.05 11.1.70 .02 ..t Iel.act.apl . l.•r N lwm.0 7..tu.lrlara. An•Iclea, nroJ, Oranges• Nlvecal, SuunJ 7cct.nlclaua (a:n Lu1lJlny San fletem Jlr.J. San Lula eJrat.esctl.,.d 11.07 .30 11 OLlal... Santa 1148haaa AnJ SvunJ Tcaw.l:lar.a L,n Venture CO.,nttea • (• a.dttielat{.,n Ot •slatlr.y Llevata.c Cu 1%."cturr 12.95 .541 .35 31-I:.: .02 • LuI IJIe AaI 0.71 .30 11 ticvat:.9 I:unal9u;tuar• t• Orar.le .:..... Nalp.cr 701.111 .543 .15 ]1/e .02 ay }• Clr.al Lrm 13.3{ .6l .11.1.43 .02 Clcvat.,r a:.n2tauatuaa' lc GLIB ::.•I{ce[■ 13.12 .61 36.1.45 .02 Nc llcu (rr.L.) 301.1N keen COesnty II.JatI.Ot Tcbacbapl Clevatue Can.19.4149e 1].49 .Sls .]5 319e .02 i A� . 1 llDl6AL NEGISIIN. V02. 42, 110. 190-11110AY. SIPILl•10LA 30. 1911 1►..xwn4 &Lu1D/►., \vt. 4J. 1#0, IVY-Ie1N.41, )t/'t U..MaA Joe, IY/J :'►' .rif. .• ,.•, '.M.4{,11. .+ I,.,i.•r• 3 Li' •�. I 4• '1.i. t• :'.�.1't'• •` \• x' ..1. s .i3' ...d. •� `,�r':F•�•'�'• 1N•f ,�• ..3.:+11p• a•: }ei•:r�i lwy}+iS a_CLp l;�.lI t•1i:�t[-.I: *• + ''t t.. ,i''i` •i. ra e.a+►i' tet... ;.:... !, ; .xJ•q ia. 1.ti .i�a% 1 !, 1. .1C :iy�, `-`"�� -,z •I +-L.•.�:yl. .r, •r. .11..';0+6' :tit; '�.•:��: ytL .il r flr•,A 1 i ..1'I / of r.#. s\•►: AJ. •{�.: i..i l"\'.:-., •61610e,1 ."i�• iii:r a.;l► � jl i1r, 1• ` /' l�, L�.-4-w :�r• ♦ "4:.+ .7�t ',...1':l.1. 1 Iw Nt NdS• ill y.fr:•aa` 'f.t+: `•�L rj.•e.M ti..L-•�\w 1 .to• .4.~„. bt.C1910N 110. CA 11-5022 6'0.40 S • 9,/0:161cm tai. CAPP-5002 fait 4 1 ' Mo.a t.. .n...la•Y.,....b hwla FJ.4.h.w.l.b Yyr N# 1111-..SI # CJ.•.n.. ii..dt tJ.a.a.. 6...# N L• Y..J,.. Y.a.11.. +.i."., R.I.. 11 L* P-6-4 V...ll.. ..JL. atr+•U. L1149 CCRISTxiitT1011i tColat•dt art`'To. OaA.aye r:aaaty 111 CJA7taM Ow11 D,Iti nbC.. (G.LC'd) Ca ual•Jaan, let Year i 10.21 .81 is&1.45 .02 . 5!0+011411 Can.tt..�tat.• It.11.rr 70tJn .S4) .1! 3►es .41 Gtuut.L-sn, attar tat year 10.61 .41 1461.4S +02 # Sit .1-1 C+..atr 0.600 a' Ltnrranl /leery Llutl..ant Vratols 12.54 .01 1t#1.41 .02 t Cable Spltaate 13.12 .01 111.1.45 .03 Ctd114•S/ IY.lO .l7 .90 Las Angeles Cwnty �..• 7&y./lel li.untr 3 ! We Anyetea,4Nanje. Grwudaen 9.S4 I.OS 1101.95 Line+en 12.12 IAS 1101.95 i RlraxJ Y.•b.G San hetnatdlnae Cable Splicer$ 13.02 l.OS 31#1.95 Itl Santa au, Sau tole Enys, lt,no an.l San hetnatiltna IK.4 a)w. u•d Yuwua Garntl.e 11.19 .67 1.43, .04 t.OYllt/aa Cr auu.b.elt 0.49 2.1L 31t2_OD .011 1 ihUlN.il.a C1.SI t Ltu.wen 12.02 hll 311x2.00 .04 1 Y<n a tteetu.a 10,44 1.24 2.22 1.46 ,01 CsLle SplIcces 12.30 2.111 3102.00 .01 kelnt..ului 11.5! 1..14 2.22 I.id .06 7 41na&.ntrl) Sllu.taral 11.55 1.24 2.22 1.116 .06 hit'nufle Canty . 3ka26aT1t.el t !Al x Srnsl.aL1J 9/ 4caul64cen 9.12 .!S 1141.65 .01 i f• 110!++!.3• tA.a An less&, d..nya, Lincrcnl Line Gluil,ment 9IV41414e. Lin ltc:r.al din:.,, Cq.eratata 12.30 .41 31111.61 .04 # San Lula GLIAL.. Sar•ta halt•ara C.We Splicers 12.60 .!S 001.65 .04 and Y.btrta C:...Iatea 9_W 104 its 114 1/4l San Luse OLIa)-.a Csanty LATIA"J/ Glrwu.laun 9.66 1.00 1111.1! .01 - rur•a. leen ar.,l IL...a CC-Atiee 9.1.1 .60 1.30 .70 .05 Ltt,.seat Line t:lull.Kat Z 1Aaa Al..iet.a Q..my 40.4,1-t City Ol<ratnra 12.20 1.00 lltl.15 .01 0 at Lrw•.st.l) 12.00 .70 .90 .03 Cable 51.1tcets l3J! 1.00 1111.15 .01 n t,�t 1' Yu11..1• l:uuuly 11.95 l_OS 1.11 l.l0 .02 Yen4ws C.1al.ty n i t I lose aan 411&ta.taj-a C w.tr 7.12 .61 3.20 Gxu.and.wn 11.41 ,9/ 311/1,05 .02 4n #1 len ■at"Imo G.J1.ty 6.12 .51 1.00 1.50 LlArrea 12.77 .04 1101.05 02 % �•f • LIYK tramlau.•rluYl C.Ul. splicers 14.05 .14 3111.05 .02 41 t 1.4+11&1 Cuantr 0anta halbala Cuauty Cl u..tdxn 10.10 .7! J1#l.4! IVJndrnLary AM) t Llnaartl 11.4Y .15 H•1.45 Gruuudr.ln 11.13 1.20 It11.35 .01 6.41• iplizeld 13.24 .TS 14.1.15 Llnrrt.• 14.25 1.10 311.1.13 .03 (La tr'i'x A.rn 162.1n. L►. 11-1 Otdnarce GLI& Sylleera 15.21 1.10 $•1.35 .03 Teat Ration 684 11,7.0/40 hill) Ranaludet at Cuanty �•I .a Gxa.nd.cn 21.70 .70 It#1.44 .15 Gauun.Iwen ` 9.30 1.10 111x!.15 .03 = Lluea,rn l4.tlJ .70 11.1.44 .IS Lhler•ml 12.10 1.10 311x1.15 .01 4jr j 1 Cable splicer• 11.10 .13 It-1.48 .IS Cable Spllceu MSG 1-10 ls+1.1S .01 ��• 9.9r.C-Aly (L.ulr.J.t ..t Ca.urt I 11•'11 Ctuundorn 9.24 .Ta 11#1.40 .1S 1 •• ; •` Llr-t• - 12.32 .10 11.1.46 .15 ,. -lrj� C&Lle Syllcexa 33.55 .T0 lirl.4q .15 / t it iELFRAt R1G151E2, VO/. 44, ttt). 198-i1110AY, SEpiEI1DER 30, 1977 W ,�, • L ICN IN. CAII-3092 Day. 6 C , `t. it bCl:J52a1Iq. CA77-3092 Peg 7 :� b..la ►.I.,.r...l.a.r.c•••s. b..le f...e.it...I.-.Y.cr.w.a Il...ls [J....... 11•.ris EJr..�.• ' Q.... 11 L• r...t... Y...a..w .•J'. Q.1.. It L If P.-I... 1....... ..J,-.i.. A.•►..i.. Mra.al.c SCr'tti5. 1•AtNf1:N9. (L:unt•J) -- lasr aaj IL- .;...titles i 10.64 31.04 .61 1 1.01 Spfsy s...Jblaatef .riny Stay I.{•e.le1 C-al f 11.49 .111 1.17 .08 1111 .tus lel L,t Icu1)l Vials PAtNilwat Mschlael Sp.clal wating I.{stlal.Ocan{e, blvecalJe, Spear 3 11.77 .L6 .75 .60 .02 • L'.. Mselel 4Y.riana Meal. Ste.plejack 13.52 .96 .15 .60 .02 S.n bcs..ss Jlcw Ie 34.1al %.sn C .nty (b.•ralnJe[ of County i,. M..tela i-.rtl•ml Blues, 11.17 .41 .e\•. .01 bf...hr I.Iat b,lacl. 30.99 .29 1.10 .73 .07 bcu..h us Halle[, awing .tales P.Pess.anles.l is-a. steel Fape[hanyc ul Ta4.1 uy joint an.1 hal.jse le+l..g atayel! sleet f.,.:► 10.12 .45 .61 .03 St.eet fu:► ta,•e[ 11.49 .99 1.16 .75 .07 5pcayl Sas.Jhlsatage 10.37 .45 .61 .01 i cert4 lar1..J atayel! Splay 11.24 .99 1.36 .75 .07 St.eplejaek 11.17 .4S .61 .01 StccylejaC► 12.39 .99 1.18 .75 .07 San Gala Ghlapu. Santa Jaya, 11efn 11a...:aatec, n.ja..a, 1' Oat br[a, anJ Yentuca taunt la■ ralri.le. China lake Naval t bcurt. 11.31 .71 .60 .01 r' Of Jnen;e Test Station S44 Stun a.14 Steels ripetl.anyes Ss • U-14. Ain). LJ A.v161e. caul. eiaLhlne Oputatos t (e.:.l.t F..a:.na Ad.al. ►►,nu SanJblr.tec 11.76 .7S .60 .01 • San 6etnacdla.. 4ve21. rt a Sptaya.en 12.01 .7S to .01 line au.It, of Tfut.0 lacluJlny Ta4•c92. Sleet dock 12.11 .73 .60 .0I Was Like A[cs. Ju1.a..neaLrt g, Steeplejack 12.76 .7S '.60 .07 b.ts.n. 54ULh 1n:luJln•J the I•afkln•J fat 5t[Iping Wilk i•z an-1/ug Olgt.uay Itatkctst •0 • Nc .....1 Afsal ' L. 1111 Mina I•..MaDrs Issues. 11.27 .e6 .is Seo .b] .y_.� fssretua el steel and ht ldysr Sts INC 9.97 .10 .73 b t n Palates b+sr.et 11.19 .64 .71 .60 .Y7 5tt1(�f 11.1{.6[ b.2] .SO .]S b -In raffic ttllacatlny Device Tlpece 11.79 .LL .75 .60 .02 TA llc..tu[ 1.1.6:1 Oto slash C.11.1 Staye 111 ■tut 1165 11'1' 1 P ON least! Installeel T'a.ffla Su[- 5-11,14.tee.l '+t'[ay 11.52 .66 .73 .60 .02 faces +a..Jt.laate[ 2.97 .10 .33 b l• bar+b ■clay •lays (Oval 12 Ilelpe[ (tsaf4lc Je{lueatl..y .lurles) 11.64 .66 .73 .60 .02 device .Leel etcuarc al steel Ind h[lJys. et.•p lnatallet, tfsttle 0-99-c. sandhlsata[) 7.72 .30 .15 b s+Ing 11.67 .6e .73 .e0 .0] alu.ty Seal 0p..Atlr.t. Ml.et 01.utame 5.97 .50 .35 b S•(ueeyre •Lan 6.11 .So .JS b Appil:atuf O,.ecata[ 7.72 .SO .35 is W.ultll'A... _ LAS .50 .35 b T..P non 6.32 .10 .3S b ' 1 � 2ti •p IIDERAL REGISUR. VOL. 42. 110. I90-IRIOAY. SEPILMULQ 20. 1917 . •��![::''�:,.�::i• . . ... ••: SSSS . . . 'u i� •3.:r.r,•:'7."!•:'(:.1:.iu.':J'.:_''i.t .il..::..:<•. •«r'I•iliyi t,C t Laa:i:ia.d w}. Cw3)•Sbt2 ray$ 6 vW1310d 103. CA17-3092 1 Page 9 t.t.a.O.+.ta.r+,.•.»r. 'a FJ.6.O...In$1'.r»,.+u 0.... 6«f. N.+.Ir tA.aO+e N+a. N 1• M..d«• v..+u+. ..J/. R-r.. 3t 1.If r...I— V.catta• .+lA A.►..To. rLtME"t Stasatltterat arra.la iAtMttN$r ICu.t•J) Ia1�Clal. W. 11..gcla... Gtanga. . t•._.i,.iJ r....at Ir2r INvet.lda. +au tlaanaCJlwu. • 7ratfic 4eitr..•attng Livlca San gals 061a14.. Santa UACbata N1•pt le.t•.r 0.67 .50 .3S 4 a..d V..A.Ca Cwut lea ; 11.66 10t 366 111 3)41 t bu i1�r t tl ec1 Stop Installers Sao Tian (e...pt cast CC C.afaC. S...dbLuet 6.6a .SO .1S b Sao "..Jesus tA.p.vdact) and bi ll•it n.no .. Cunalia 10.86 .03 1.65 1.43 .kT I.tall.t, -1-91 99-P inataltir. Tuttle &.ages@ $ean C ..Ly (Cast OC tab g suniLlaat.r} 6.03 .10 .3/ U A..ga3cb A•jae.lactj 13.16 .91 TAS 1.45 .11 • S3urCy I.al C4<utluru NLr0ICU1ACtON 6 AIN CiXAUIT:0NIGG$ Mf.sC IJ)cr at..t 6.t/ .50 .11 U tllvetslJa was San ltctnatdina S1ae,•)ee r n 7.4! SO 1S b G...nLI.s 9.05 .96 .70 .90 .03 App31Cat..& Ct..Catut 6.63 .50 .l3 b t,.d A..•lalcs au.!09.raje Caantioa 11.935 1.53 1.70 1.41 .20 CLuttliaaa L.LS .Sd .15 1. a<.WLILSt Sup #L... 5.01 .SD .13 4 3c6,talal Caunty 9.99 .50 .75 1.00 • tlJulwa'rt5♦ 1.40, At&A acts ts)...l CaantIca 10.2.4 .60 .60 •irjst t•1 G...uty 31.03 Niuctaldc and ban 0atnatJlna We lwgelta ar•J Otauje Can. 9.74S .64 1.65 .70 .10 Cawales 10.65 .60 .7S 1.10 i..,d A.}clad, than-ja atui Ventuta klYai.lJi s..d:an b.rtaatJl.w • C.wr.tlsa SS.DO ,Ol L:aYi.tlia ll.Si .02 .60 .065 San Lrt• 4A.10. C...».ty 12.00 ban Lois CA.lapo a..J Sar.t. Sa..ts bat t•ata i..aoty 6,L9 .70 1.01. .01 DatLa.a C.....tic. 30.61 .535 .24 .0011, Z, • v.ratwe C.-,.%t 13.16 .43 2.33 .02 S111.0 Ni.tAL truaatll,i4r O rlutl33,s ll. ri.i$ luj.rlal G.Y..ty 11.94 1.04 2.26 .4 • $itn Cam•ty W-Ins Late Ilaval n faj.tlat. Ly 3, Ct,:.a, OCJoauca test Statlan ►nJ t� kK.0 FJ. au1 San belnatdfua .: bf.a.J. At U) 11.67 1.04 1.00 .02 G...r.t/.•. 10.90 1.05 2.65 10.19.4 lass llaral $can 4,.1.41 (N.nalnJit of GYYnay (p ( C..uuty area all of Inyo and Ga J,.abed titt Staalun. '! W.atJs APO 11.725 .93 1.93 ,SS b,nu G.u..t1c., l..a )oaalca }y $.In County (N.aalt.Jel ug Cu.t 9.10 .95 1.93 .1S C-anty (lust j•..tlult itaalb 4.a Ar.tile• ar«f Our.Je Cas. 10.1)3 .9$ 1.95 .DO Lf a •taalyf.t 11.1d Juan . t San Lula CLla/.a C.•anly 6.)S JS 1.95 .50 lwt.can G:•tsn aaJ Uig PIOUS) 31.17 1.06 1.00 .02 b.nta batl.ats G..otf leaeept t..a t::wuty data&/ning !sola rl.alal '1.11 .95 1.93 . .02 5S j•aatfa.t 11.13 .94 1,.0 I !ants bwtata W. abauta rata&) 9.73 .95 1.95 .SS kiwees 4aty 11.62 1,Oi 2.11 .09 V.ntaaa"u .ty 9.99 ,91 1.91 LOSS vetatc sad San itctustdlna A } Cuuntics 10.10 1.04 •1.00 .00 San tuts Ot,tsj»$. Santa battata anJ vartuu Gaw.tiaa 11.00 .94 1.60 16 t • . •r�: ti6t 1 �?t' :4, IIVINAI R1G15ILR• VOL 42, 440. 190--jRIDJIY. SEiilhiRER 70, 1977 C CAS DECISION MO. G77 5091 !� S Sa _ to • Gltiir1GN Ua. CA)I-SO41 tsys 10 ` Ain 1.!tt tnA ISA ' - AL-18C. Taa['s Rayl 8-t4wrlst OsY# C-tn4epcn4snce Osyl ,• t...,.s...tn•Y.t+•...• D-L^LWc U.18 C llwataylvin4 Gay# k-C7s lstasa Day' . 0.... ii E s t..d..w Y...u.. .••1-'.. w,�anxwi SSa A"..I,. A. Lniduyct cuntliGutce as ut Gsatc Iasutly sate Iuc over S Yeats' service Sur[lta,ua 1AYtn`.t j Ip.atlrl t•..nty S 4.55 .40 f 3.05 ,07 u.J 2► u[ Lau lc bwtly tat• Io. a -nth* to S ysats` astvt•:e as Ya.atG,n twr CxcJia. St. Bail Ib194axa4 A tl.tu..yn k. iU*cxelJe. Santa Yat Wta. .an L.is h. kal.loyec Cuatctuutes 1.22 S+c tutus to 110114AY tun•)plus 3.13 Pat U+tel.., Sa+t beans.di,w i Y k Y TV+ s .0 Vtut.1a Cuu•.ucs 10.32 .70 .82 .40 .0/ Lout to Yscatl�u runt tUK the [out eat of ti to tc..t, t Seto CU•mty. lnal.ltny that hue lass than S Yuas f.13 l.et Mout to Vauaton runt, S Yeats ' 1 1•,st1..... te.IYIJ Lasa u[ the but lass than 10 yeas. $.as kcc hour to Vacation rusol Uvec 10 Lr. An-Irtrs Xi.'J..ct a+ei lease 1.53 Ict hoot to vacation Yun4. tl.at I+.rtsw- of In)u C'uouty . ;•' ina.4e4.iihin true tuyw . Seto Viral tebetvat1411 9.)1 .IO .60 .711 .0) - 5I-111"94.Jt 11TILAit Iaprtlal lhjU, seen, tf.no. t Ot♦nye is wept Saaa A.ui. 4 M#retslJs, San Becna.4l.w ' I i ItKeept Dastio. San L.la c tela}v, Sw+LLa tla.Lata a,.J 1: Vrnt..ta tr,crpt Santa Yawls, v _ lusht it.-}U ani lust sl..rncsel 13.47 .65 .115 �• Loa Aolicles Ila,a At.yeles City At-4 Axes.1U.1A 2S.ilei •n4 - h anal. Ounit ISanta A..A1. `a San IscrnuJino (ts+tati:.l. AuJ Vent.sm la.ata eauia. BU184 Muyu Aral syaa 11-nese) 24.66 .b .90 .O4 70AA[20 GV0If1A:.9 talettal county ll.t! ,tll 1.1i .6tl a Slit Sift."" Ispeslal county 11.t! .01 1.17 .04 _ Q'•. '� 1..s Ju.yeles. Orange ara Veututa C..untses 11.49 .40 1.20 .01 . e San LAS Oula.a a...s Santa i hesuaxa Cuuutics 4.42 1.05 1.20 .41 .01 �' 4lretsi4e and 54n 11e804t4stw E counties 11.67 1.41 1.I5 111.E SLTILNS• I1UItA.t WS Anjeles, Otao-le an4 Vcotuta Countlea 1.46 1.25 1.24 .1) • a r - a. �i . SIDERAL BLGISILI. VOL. 42, 140. IVO--fBIDAY. SEPUMBLB 30, 1971 ° N � a���1 .n••�:.'.,. 1� . ./i: t:'i �'•.�l '.♦ •1 )ly,. a 2�.. zz'•'a .t•''1 j• 1.'l•Il 1• _ '.i' .,t..• , ' ''. .! 1` Lti'tal:.N I.a. Gtt-:.a2 r.ye 11 I'MADlf.rl Ib. CA71-3021 tsye 11 2..1 2...e.2...1..,r.,_.... 2•.Ic f.l.a•2•..111•r.,.... tJJ+,.nrts (i.m:a 11 11• R....1 .J/ x a r �...r... v....l.. ..J/.. ...��. II.1.. n a r r...1... v.a.al.a .:��.. A e,..t.• LAtWMtJ17 A,e, i.. bhlCd rUutr 1JJIJ1aiLS1 2,.11 G.,q ' Tas.►un, C..trete [.e.. Gruuy 1 F 7.93 11.03 i 2.10 .60 .10 lnaaeJl.� t.lders ...J .p/ed.ur O..r,let..,..e.an1 fa.r,.a.r.1 Lua,rur Gla.up 1 2.30 1.03 1.10 .90 .10 taNUlJa11 +..ala[ IOr.\en.0G2.30 cuul• ] 1.03 2.70 .60 .10 •nl Srltcl.un .1r1 lunLel a•..1►11 71.nnal "tc91.1. La.:2llny n.8.1 Gao,.p 3 2.43 1.05 1.10 .{0 .10 2\...1 II.a 1 9.33 .91 3 1.93 .33 , G1awy 3 2.40 1.03 1.30 .60 .10 .. CAOLL T011.IJt1 0,..C\ 2s..Jec1 I/lpl<at Steel t..,. ulaet .rr1 settet'e Le1,<at 1016129u9un, '. �sC\ha..art, la.araat is ladle unluaJl../ .jIla269 ..as, Pat lender U8111•1 aattic uL ots.et aatsrl.l. 3 f.73 .7S 3 1.fS .33 • 2[JuTtJI, Vt tl'.et, k-Seraant Clsata:al grwt letup, O.ecer pla:\esau.l G.d.t y.l..anl 6hw6 alaata+nl ad,,.a J.:\- Z :•. le) Alnetl .nJ utl.et lue.utla a..rtaete yl.a:a[ atl.eutut, Ml..ct lu..nel J 16u.d of aacLlnelt I+..Je1un rn -Z"- it 47 1 (yc Is..c 8.w.411 t•a tsa A.u, SL.. caste runl Steel l:,ra Laker an.7 ..ltu1 2latw a.ani Setlatat y, IK►..2 of at ea 111 T.rrel J•••• Costs Ilolst.all 1••326a4nl ,•, Or<tating of It...elta-1 61.3/ot Gto..ttng n.chinal 54.131.14.lc[ 9.31 .93 1.93 ' a• ,t • SHAY?. fain• alnetl LLa,.r7 driller 9.79 .fi 1.93 .SS . f 1 f !••. a~0 a t t •_ d FIDL9AL 11LGIS1111, VOL 41, 110. 190-111DAY, SLrILAtbig 70, 1977 j . Dk h I". CAIr-:07) Para 14 a`•• / OCC1:110N!q. G77-:092 Paye 15 � Cis I.Alwace l lcurit•O) •Cta.1.jo la i-aluj I•..:I.Ine Hellu-[ (.•dtu Wcll Cleant" an,l elsnJll..y of Pa•.ala - .. r.,.•.s t"••••:rete DCsc.Jil.y CUS su.yh 21lallrutli C.1..Ca.-te, .+tea Cusla 11 Csuup 11 AaIhalt ILA►ee. Wtrasn. I[unat anJ Asphalt Speeade9 Doses tall tyl•tall ` 'I•e.l lr l•nh IJ.,,rt, it. el.Anlnj of L•al:a 4n.1 1wsLas! IYy rA.ILL j of DYyyywt.11e aunt C.neacac Cote Cutter. GCII.Inr us SAn4etl Q+uaele Cuttlhy C..:r,ete, pt.y jl.:I, t.tlle•y .•1 `ar..e-DJIL sl..lcaj rise w.tcjaa. Lati..tn, 7uacha C•d•a9ete 5Aw hw., Cuttla.y, aeo9lry Old o9 nav Cu.w:/etel 4911149, J11.tL- b..0. L..1:1a, Plarra A..J 0-3.69s H1.41eea1 tl.jaans Can. .11 •..J/oc t•A•••ae, 2-1/2 It. JIM 11ta91 Ur 1u90je91 url MAIL-It KIChlnel Gts. 011 41901/4r p .Ater Its+'111.4 1.61-,.e91 IrL.•set. yrucsal Us tun199u:tl.w•1 La-+9esa BALct Pipeline w.rpt<a--L' Pljr 11.4 uvc9 Ly a..y acth04. 1n2lJe •nJ a.AL1 Ily4ao yc1.at sl cl.+u1.j.; L.t-.0 A, 1Atr1Ld+pinyj f.al-.9 c9, )atjnyl 7J9....et, ter 541.44.[ •rd a1a11Ar lapel lap.lt I1fenCh. adltl-plates Rettlac wn. Putaen sad hen (.n•9y .41149 •1..l alt Ilnr:j h1tu91a1 u.me•..n Latta, 01aLa, 91-90 1.d sll•lyluy sajd.alt. lay-kind, catue:dte. alae C..w:lle 21914 411911141 tyj•s ►.tealais 9-:4111111 01-1.11ny a..d :1•i••alluys S:alerj Sill- IQ.- usl:r941 Sidlay Seal C.c.s (hl.,[ t(•er.tua, Ap1•II4AW6 aj.49419.9, 1910, Sl.uall4 Itan, (•+1•Ply any` •41.4141 applylny. Jlppiny. bt Ysth b.) 1.9 hanJl any ul�wah alar Isla !Y[ '•1"ca••j'c plae .9 appluy a.d w.turpl OUllnyl j 01•er6tdr• Of I.9.eu.■1aiC. yJ0. eleCttic &Arris. Ty.n.uli St.Ales, JapbJil, eY..:9ete art othe9 pavcJ Lug 941:4141 7114410 Vibeatlug tt.chluca, P+vc+cat Yreaketa. Air 11hutlny, 1.•x-alwrp. se.4 31alt21c 4814 n.s tar 1:1..1 7...1 CEIL w9 1-1 74.1.:.. I+LYc.sj Ts.tlaa: lvll91avU.u) a.•Ch+nICJI 9--l. n..l sepa9ate ly elasaltld betelnl Plpelayea•s PacL.q.han, la:vtat jppl s:•t••r j wau•1....Cl.ahe[j Mlce I1c sh P.11111-j--411 Cwu:acta C..Lluy. ys 91.91 Ing, adiuy O9 J01nla. sealing, cAulkiny, d1ap,:6Iny an4 InCluJlny (a.or any 1.1.9•9 11...■ 9u1.LCe yaakat Juana:, y..lntlny 60.4 auy 11814 all Other 11etVIC1,e1 P.•:k Sllnyetl ! ' Giwdj• 1s atil•Ala Shuvelcca Cr 1.t J-pce Ira. 1 yard we lasyu[ r1-ca a.d Wsaty S.-aliftee us ""llple WALL Ow.ctete chipplrhy S.acltlees Steel 11u21•les- LanJll.•y Luft cca.•91tlj Ceasl.wl DnjyCc •.d luatal lerl Q.ua\teWetj alwae 1• I+.A9J Itan &.%J C: Idcllno S.Ltess TAILVC98, 11491M, wALet aid alalla9 tyacj Tae..Cl.lny HaCI•Ine. bA.u1 Ilan, J-.16.1L.y Luh:9.te. tl.e har.Jlany 49 the CImL6 19.+41 teadsrl■ tod.ILs. L paup.11cJ acct. •■ .ails, 411+L:, J.LI■, tlawta, tY.....f+ala.na, fu•.tlr.j., curb:, yuate9a GIYup •a C91h1•:c. Shorec• 4y)Iny. Sheeting and TICIWI. btJCing, harul-yulded i and 11J...lssi l'•....:c•tc C..Ie9--1■jc9vioda h•4LLAne A.J IL.0 GAWIS CYttlr) 1-Agjln-j Ila.o.•ec! 11 A4 Wu:► allnyesl Laaec /cAal Ovecalae C"cret• Vla.ratot 9'•9411.c:. IJt.9 It;ty 1It lOg . l ran e Ga JJrC, t.l11..rya 411.1 au C.t paving• is 4h.48ALOC, 70 Ins. AuJ..d91 Pq.elaye9. lnC1.410y watea. sewage, aa.11J, gas 1..941• rd1..aaa, •nJ sial la[ tyje t.eavy Cwattaatlen; GA:, all 411.4/o9 -rim 41.9 airs Ptel0l.tlutc4 wnLGle luatal lett San.101asle[ 1tL.astcaAnl, wales Yljalar.e 1.9 apt+•t--p.,t Trn4er •nJ luta.Ilu.j G.in.•C11aa.91 I9c+•/ASLYa9J Run LIAaUuyj wulJany l0 Cunnea:atun with LaDOteu• wa\ � A:I•I.Alt1 IAI•u9e1, pJLkln•) cul steel 11.4 1•416s; Pu+441 I19a 5weaa1Cra (s�alllj 1L Ytpcaj•StW..•I.AVrt, plaCsny 41aur... 09 UCC La: CLI Cwl.C9ele1 b to w1JPC1 Aral Gtuua• !a blastetd PAwdacaan--all aausL of IcasAny I.Oles, placlny anJ blastlny AG 711It[s fe.an.lt.l acre[ (f••l tenJe[l1 Sapt lc TAW 4syyrt 491.1 11:lJ1119 Ilca•1- of all aa.wJu[ AA.J wplwlvice of uhatevec type• re•I49Jleas of sal...! ua94 `1 I .59.11 2+na Scaler 21..J CLuanc9l 79cd Cllu.ac• !+ilea, Chain Aar ulcusur• fit eruct. l0adlny Awl pl ACinyj tulilees All 1• 1 J9111s, es.lo•l a...) JaCL- j1 PlItsL..rp.Lhlijae .1.J elwilar LyaQ III.J. bs.scA.lcsaj W.Jes-p-W L.d.•aca, baw &. uI..1W9 Cu[e, JiA■.:.d, w.yvn, track, s.alLlplY mhlL, snJ any and `•1 Incl.JI..•) t+ILtr.. L'el l•,re[ N 4111 tyjca at aCCLm.lul Jallla t :e i 1 r Cl /�1 t V I- IlijIMAl RIGISIth• Vol. 47, rits. 190-INIDAr. S1rltI.1DIN JU. IV77 a' �. ..�. . ....::,: .a .. .1 i :•1 a '� :. ,}. ....SM f, qCT e 7 .•11r1.�/.:.►J: t" '• v, p'..•e'•, c • '}• I.I.L]d11311 110. CA77-1092 PAI■l7 y, OECISHM 0). CA77-3092 tAy■ 13 C.•la 0a•Ic • 11...1[ [J....1.. 11...1 EJ...11.. R.... 11 L Y P...1..• r.a..l.. ..JM L Y P...1... Y.a.11+. ■.V.. ,5 -iWYA1 D2:111'AI_a?UI•UJ.Tu.y h)WLR q]Ylrm"Ir OmamuIB1 r3-1 (Y/.i[■+llC S+ctl..n O1e3J■s( ;= C[o+p 1. 7 9.73 .93 3 2.00 .SO .0/ ° 1 tl�t].nA11 311.60 .91 3 2.00 .10 .0{ C1a...p 21 10.0] .!1 2.00 .SO .Ol a Ca.,«p 11 111.12 AS 2.00 .ya .01 • . 1. 10.1E .9S 2.00 .90 .01 t r IIAR11 QA:lC ML111 < J■[ 11.02 .9S 2.00 .!Y .01 clw1 1}. wIG.u..p 31 10.LY .95 2.00 .$O .01 )•• y'" 44:RMiC 10.31 .!! J.00 .10 .04 G/o+p t1 10.79 .!S 2.60 .SO .0/ Ccw.p 71 10.91 AS 2.00 1.10 .01 Y1 WCW1 lft■en•.11.:1.n[ 41..39.1 10.17 .91 2.00 .SO .01 Clal+l. al II.OB .!S 2.00 •.50 .Oi G/o..p !1 11.21 .93 2.00 .SO .01 •=_ mmCulAN1 D-W..f.41 rise-no 011e[1 1.■re.han.l 9.93 .91 7.00 .SO .01 t 1- (Clsssal.sll of 94)9.1 ,71 f L.0+Lt1/1N1 11.90 .91 2.00 .50 .01 .'!°`• 11A1t71 QA:IxCu 11.02 .95 2.00 .10 .02 f. Grtil KATC 10.11 .93 2.00 .la .01 . .: LN.GL/1ArL I0.17 .9: 2.00 .10 .01 / ..r}.:. CANCLMA111 Ga;:►l.a:..71 rl[ewnl • -il "� 011■[ 9.91 .9S 2.00 .SO .01 n 111 Ln {� 1 11• k a - r is � • �i 1i•�. 1y1� J- FED1RAl REGISIIR, VOL. 13. 110. 190-FRIDAY. SEPIEMCER 70, 1977 1 ti .'•: GtxID. O. G77-1452 Faya 1D I�IyOGCiS10N M0. G77-5072 , cage 1.1 . t Pu.LA uWltraudr.OPMATUAS C Croup Is bu►ea.anS l•✓yreaavt (leis U.sn add C.b.W.)I Gglraeer KAILK I)JUMVIRIC OPCRATORS (Canted) Wiese a.er.er&C_1j hva.y i.wly bcpalraaans belrecl P1spI SIgusslaanl Su l a./.can O6Oup Da Asphalt we G.ncaete SpceaJlny Itaap(ng as tlnlshloyll • - ewup as C. .•Cesawc It"C.F.h, ac latyecil 0avaeta 111.Cf. a►Ip ALpl.alt P4vl4y 1t.Ct.lue (h.a6Lcc Grcraae or Limilat ty(a)S IlLldya s •..r tyl.. c..o-e2s66 Fla....& ul JSust ALIC Pwa.pl 01let Ctw..t.4a tail-1.41L Ctaoa C4.ffatocl CsuL-IU-place 1.11.4 Laying 1hL1-Inel C.I411511tla41 LS ..a..aete 1.1-til PIS.,% (•leaatoss 0461C6ALwt. 1'wry.us Cwp.taawcl place oa Ca.peeas•.a Iyunita ."Skil GoOpaeloc. 0CIA•p6ol..lic.& Irst.ty balll Iiei.at lullt1e1416 S►IplriaJct - .heel lyra up to C-.;Lat4 hlaue - pavingl C.Mca.te Puma (tcack s.aunl4811 Crane 2/1 yd. ./o atlaCt-r.aal S..1la ri.14 Teel•ntCtaal 1.9 I•ut ttr ea.nl OL,CrOtuc up SO AAJ Ir.41ua31nq 2S tun Capaaltyl I1•••••I-1-wis Pay TaahC•sy seating 114a.tl Tae..a.lr.J machine 011.ts TS." Cuoa q•pilc4Well L•S urs.h.y PL•ntl Dtlll te.etoce El.vaahq Kaa44e1 -. Giles l Socklltt ("vet 5 twaaall Ganda Q.Lckee( Geade-alli Gcuuttng ha.l.lnel I1.aJIng Sh Ie1Js wavy Duty R4Wleaanl Italat (%,$&Lot f Gawp Is A-ta•w rit Winch Tauckl Clevatue Pl•etatat (lnalJell LSulp- 10al4a.JJ 140..4 ani ■SOMAS t. aN'II AU1Lan Dclt loader 40J alallat arnl mess.• I/•.►11 rued Iesgu:wrt I.Ith J(a.la tpe atla.0.ae.Ns11 tyles 141.wen.au blas C•.upacL-r as alallas ty)al I.tlt h.hllel belle•.ltet ba.21-an (gsowr1.111 k•..ec Comet. Coling IIS.l.lnes LtIt Slate Iucl-tne IT•aytt.uty Sold alallat tyl.eall I.,4d.c (Attlay. .. y. 1%.-Cf C..a.Cr.te $..I P4-.g Jslvec Junta two.Satteal P..aa Catalac CuClld. Sleala 44id 0lallaa tylcll ltataslat I"Istl hacking tlachlna l '' ','•'� (].L all.)I Slatlunaly Pipe 1.14p.-Ing aa.J cl.sollq h.chln. 11/4 yJ. tul.l•es Stied, call oe tcaa.k tylcll PUCU.a.UC CuhLr.te Placing luclalnu llla:►ley-Fcca:wall br slsllas lye-+11 I•neU-64LIC Co Map it Ay.halL Plant Flte•ani Iw ..•a.a 11ng SUChlnel t1n 01 111-104n Itvd(ng La.leld Iteemells PwsKsate Gun! Ddtasy Celli ICauludtny ..A lawl4.alt us c"rw;getell 0.1p 5pte+Jing lu.;hirlal C"wisote 1'uap CalaaUn tylcll buh(wS-ttcN C11th riavlrul &lali:a.nt (aingle englna- (asall I-.et.0.11 Da108e tyi.e unluadee .old'AUCASaLlel Dla.k.y a CatelPlllet. l:uclld, Ilataey Wagon, and slsllat ty(aa Utah ally L• L.cw,;tlw oc h.wsa.+n illy to Sad Including 10 twull Dp.lp- ll a" all •tta.hwuta Over 21 yds, Ar.J Up to ani Including Su I a.•nt Gaeasec Iyreasel duck)# Ilcliauptee Ilalatl Wlyhllne • Cu. yJs.atsu.;tll IIuLL.S-tlaed L•acth!laving 1]tylpaunL I-mlliple L••hlLway 51gnala-.hl lilaca-Lax. g-aeto StUa(esl r...al Su.epetl e0.ltne, up to .and incl.adtrlg 15 yds. ateuek)l bobleC-decd :•p Pollen (.cr):Sal tolyls S.seeJ 1•arnalt us ew.;.K.Lell Tre--ehlny SccalaS (Sal[-IwdlUy-l.ad.11c wheal tyle-John Daeee. 1040 aa.J ha0.100 gal. to L [t.1 ■lallat alhylC untl)I Skiplaadec (etaulat and Uhcel tita-ovet ` .i 1S Yds., up to ani Including LIS 14m.11 Slerf.C. seatac. and '; G1Oup S6 Aapl.•It rlant inglnCerl Ra.uwa far to and LaCla.dh.g Planeal Teenehtt-y rucl-lue (ovec 1 it, depth cal•4clty)1 TUwCC batch Plants bIL ShaS(shesl Conasete Joint• haChlne Cca..al TsaaSaa Cwsl.l..awe D6a11 C•.abinationS TtaCLoc Jany tyla ay (Laa•1 and •lall•a tyawlt r -ecaete Plasmas 9"41LG.•llnel La:atlek- large[ than U-S-IGD [lyuheal h.p. and ovate ue asallar) bull- O Laos (ulltleld ty)cll Willing hschine Oa-ecat"c (IhC1UJl.4y valac J..cea. T.owiwc. :.t.lwt .-.1 Pow. Tsaclue single ar.ylnall Taaetua � ] Uellall Iutkll[t tar-Jet 5-LMA Lapaaly)1 IIi JilglapLIC Sea:JeS It-.a•.a alta0wr;I.th)1 Tsavellug rips Wrapping. Cleaning and be"Jileq ...` W:h►he (•au+, 6•w11.01 •ceJll 1140.181e T...al O)et•twrS hagl0r-Is PL6¢h In4I TuOnal I•.Lu-•ativc IJvee ]a tonal! Shovel, hacthoe. n intelr.41 twit Slosh ViLlatOCS ISCC1.a1-IC 0460, CUSU at Cwttee btlegit.m. Clan-:Lett (•.ver 3/4 Ill. and ul, to S Co. Via. a.e.c.) to -•y kcaaaccta or •sl4.alt1S hc.l.anlcal rintaatS (c4.t.C6ete-Clacy. (Lang so-.0(.ay a(yalicalalc)S 5411-paropell.4 CuSh 01.4 Gutt4c �� JUhnw.n, bld.ell us ata113/15 P0r4ssnt Dte•kee Itc ULL r6unte41S Puchina bosJ Oil hlainl h3.1.1hei bwllel (Aaj.l.ah ae rlr-taS.)1 kUl-wa- tired 1.90. having 1.1..IpaeIeL Irtc.•114 engine, up to au•1 including { ' 15 yJs. •ttuck)I Scl[-plokeelieJ Tat P11•ellnlig haleclr-ea Slip {I Fria• Ivcis fi-e6-411ve64 I&YASAUIIC lining JCWICC [ue CUheeete tussal! 1.11-I aJes ICta+let a--a 64.•el type Uves 3/4 I.A. .nJ r •' op t" ar.J Inaudlay I% yJa.11 Stlnyec Clone (AoaLIII-KC.L•Jn or 61.11.1 tytsls Tucwa-Lwl lJset. Twist Sccal.cc 4010.11• englna. Up to 110 b.p., tlg.l.cel 44.4 aiatlss tylwa. Up SO 01-4 Including D-5 ..-J Stalls[ tyi•es11 Tta•Iger Uwlat I de Urs T-r.r.al L.Cwa.atlrr (ovec IO sold Up to as.J Including 10 LC.nr)l Weld.r- i ysr.slal - 1 rre>r `w �I r 1 t; ate ILIPIRAL RLGISIIR. VOL. 42, 110. IVO-IRIOAY, 1LP11140LR 70. 191Y •' j '(• 4'I' 1 i I'.:' -.•rt. �� ,7 '.J�I'• 'i�'}.711f::'1;''•'':i `.l�,.r ..�w��..t..e •1., wl�i�1•�1•'• :i);i`,��• .:1 W.A. • .. . .t 4 . . t• r :( t t' .:'l�• 'r 1 I,. M - f 9• r. L .. U ....�.lai. .,%'• t. ' l.. ��']• . ._:.: •k.t•."FI..�:.. •:7:1�.i''r•.:9:a•..�1: .1:� LW136,11 W. Cal?-3 21 _ P.ya 70 DCCISIGU W. CA77-3092 P•;• 21 4 Ka.lr. 1%YIIr:J9t 48u.s:La9 (Gs,at'J) 3..Ic G4ary'71 Crsue, 4.828 25 tan.p t4. u..f 16641.4 lny 100 Wna s.t.c. 4• Il..d, lJ.u41.a f1(t.y L. I••, Lctrl:► 6atye Ilam L. a 1•ay •{•{.11- R.I.. NLR P...1..a 11.9.41.. ..J'.4 CaLls)s 4..1 L...• AI-CA 9 Ycaty L.ty Mel.116a44- 14ct C4,44.1na9 lour TUM-3 DIUMMS arr.. f4. asst. L1111-1-12. G.y &.•491.. 4:c 41.11.9 tfjl . .•P to 4aJ ln.laJ l4.1 t.' 100.tu•- (1....{ t.:+ {.a/ a{1.11caLlelI n.no4a11 I..Cuwtive IJlc4.1). 94.-64 elrc911-I8 ft-t..{ lattol•LI ale CP4.t4&a4t (9lny1e eny 1..411 Gcoap 11 11 3.72 6 1.23 .70 61.00 .10 lultlj•ls t..IIn- 744.90t IL.CIIJ anJ .lallat [yys, 9.481.. •I.aJ Gcuup 21 3.00 1.25 .70 1.00 .10 9 Call, M..1.9..c-tire! /.lth M.rlty LI.l1•s:nt Isl..11c e4gl..e, carat :g-3.P 11 3.66 1.25 .10 30 yJs. at4a-b1{ Y.L1<9-t19eJ 9.act1.la.vlr, L{al{.9ent la+1911.1. G._P 91 3.95 1.25 .70 .00 .10 - 44.ylna, [...111, •ate81.111e9 a..J •1.11.41 (••vet 75 YJ.. .1.4 J. Gcu.P 59 11.96 1.25 .70 1.00 .10 w 30 c.. yJa. sttuc.11 W..rel, Ya-tr.cc. Lt.)114.e, llaa.sl.elt 4:4uu1. 69 9.00 1.25 .70 1.00 .10 • I4v49 3 ca. yJs. ..9.4.1119...1 1 4 psy a1.P1IC31.[clr 7u.-•r Cram Cc0..p 7s 9.01 1.25 .70 1.00 .10 9rp.19u66r 712:964 L:*Jcc IC9s.lcc ac.J .,.eel tris &. c1 L% SJ+•1l ':coup 61 9.OS 1.75 .70 1.00 .30 .W1J.t-cecaltleJr �•a.Ja 661.49 a9J alallar kujaiII LIYI{1.4at CiJ..p 91 I 9.10 1.25 .70 1.00 •10 .:r.wp 109 9.11 1.25 .70 1.00 .10 C&9-PAS AatO G9.Jeel a.tt.astlC &IIP tool Cca..*-uv*t 140 tuns G4.uP 111 9.16 1.25 .70 1.00 .10 1104.1 L..as lay a1•yllcaGlel Wist-atilt Ley2. Gay Dcr91c► 0s 4:10up 121 9.20 1.25 .70 1.00 .10 -Islls9 9,142 (C.P.Lle 0f Lo[211..•) 130 u.ns a.9 a..se)(1•.4., .:1w.(. Ill 9.25 1.25 .70 1.00 .10 1.....4 pay a{•1.11ca:.lels Nass La:avatw - 1482 [1.466 730 : , rias QQ.+ 111 9.30 1.25 .70 1.00 .14 Necr.anlCal t14.10,149 tLU.l4.er IL.l,lla race 24av6lccl twtu4 P4919.1. .:coup 151 9.75 1.25 .10 1.04 .10 r Y wilt 1-61.1Inc)I t11s 8.4.11*#u.;Wf.c1 M44t*c-91424 es91p wring ..t..q. 169 9.61 1.25 .10 1.00 .10 !'-',' 9q.11•aent (aaltlple es,Jlr.e. Ca,CIIJ. Cat41P11)e9 44.1 •hila, t3r1. 0vet 50 Cu. YJ.. attuC•)1 6a9J.ct t19eJ bell-laaJls.y S:9a1.e9 �. IPA4319 .,.eel-bu-lcr. type 2ci9-Ia.Jlny-2 669 lute w41a211 M.LLet- 919-0 &C9s{vc - P-JA ) 4:910 aWtt.et ./a P.A.Cat. t.ae-pull 1549 Isr 1.(,u9 04Jlt14641 9a Labs 9attlr ia.+J.�a, l:I.l1.L.s4.t 0 z un![a ..r.l ylr Lnias 7as.3..1 1y--J 9 4.9 blallac tJlsls 714m.al 0 s►.I* Cal lnJ fuLt.lr.- Gc-up 91 Cm.al Llrarl C4c..l 7'91•..99 81s114:.14er Pilot$ lNlgt.11n• n +�•; C.Lle.ays 811..896 G.n9ra114J 149919 naelr:y taullasnc (51.00 P/0 N r' sJJltlra.sl w Las- ut611 W.sl l:a:av LGI (orsc )10 Co. 14.1 ' N/ i it c,0 .3 cat FEDIRAL MISTER, VOL. a2, NO. 190-FRIDAY, SIPUMaER 20. 1977 <.1 DOCt31Cd lel, CA11-Sall Page --2 '• IN '.• N`i :ktax Ltll►'17,5 t.' Group 1. n.s•s.w•eun Ana T•aGatee .'}'►. ' '.'Gsu,.y I• W test Wr eeLlele or C--Llnations at vettelee at 2 •Ales , .It vCht.lee less stat a1• tw•!r Tc•tel¢C•.ntwl • 11149 C.S. Lewey ey..6jebe t yes■lt 1Wa4 .�••G[uua. la Sa..:a awrteJ s'we& tl.an,a t Gso„p es batvca• ut vetaeles uc eamihatlon of vhielas of 3 a.tat• G9oup 58 bwt.,.na CaLat.t Dletslbutot/ r1,el T/W:►s ).u&4 411 5119eade& TsuC►t Mate& 794,k, 2 4.14 Gawp As 1a.ap, of Ia.a then It yc4a i G94Wp 2s Tu1-91t-ala, unJ49 12ardel husr.e9ate. leu than%its ) .1.946 t - e&ovp e9 Tauek Mepal&aaan Nelepe t' Gawp Ss Mate& Ttuck, 1 a,c wl• rile• c eswp !Oa rtl and similes tyle &luck ..hen wrtosning Within the Tcasste9a• Asa Wietiont 1,11.e11ne sod Utility Wuc►iag Touch InefuJlr,l Mln.s., L..t llslt.d to is..:a a14.Ilcable to psl.elins and Utility wek, -hest a euvlUshe ere. Is ma.41 9lut9y Dclvrl • T9uck Gse.►as asd Tla.isn (Sbt ler Was e44%Llunal tua Tisesan) Group 1L Tasn.lt-m1A. 7 yards as abuses Dumi-creta. Lis 3fac4s seal x over Q ' Gcwp Ila Drlses of vehicle oc euablutlot6 of vehlelea of { Ar+ as rda sale. Ell Gcoup lis [atop, if Yards but leu Ulan 2S JAt4s ' Gtwp its A-rca:w u& Sve413h Cas..a* as sltllles tyle of equipment , dcl.ecr rusk Llet btivacl ILas• eartlec, hi-JI—y }, G9uuy !Ss All-utt-Llgh.sy Gtullacna Within Teusters loatvdlctlun -lase Llyl.e•y Cwt.ls,a&t.,n at vehicles or ey.tll. uc Wlth e+.Itlpls yo..ec auWrce a, SI•t1Q pec Lwt a.lJitlJhatll L-ap, 21 1as46 us ' Masai Tuck Pcl.•lcaa.. t; •• Gcwp lbs Te Wck hepalsab6n 11e1J.e -a r+� s.�.3 0� fttl[NAt RIGISf[R, VOL. 42. !!O. !YD—FAIQAT, S[P1[A1DIA ]D, IY7>• 1 •i•.e�X r:�. ts.:� _ 1.1 't:.t4'S:.�l.i.l A�:l.••%},'�q; 1 �t • �' •::•� ' . ' .fy1' 'i • t. t , '•'il •1.a•.+ • ft{'.•l �f•' n, , 1.7, .{:•1T .r �%.i.,•�� � v.Jl',•R.i.�.1 r,. •. i(w.���'..... '�.:.•:� r,t'•.L••.wJ.aw..v%�•s.r:.t..:.1111:r..L.i.ia1A.�►44�:s:.1it/..�.:aii•.•t•Clfwi•:1.'L.1'a::.i 1�Z. :slat:i•l•1:����!1..1�C.IrA;tl•r•l.r.i�l:l/.7.t}�1J.�P•till.::::1-I�•. ,:l.fljlii.J:1�Ir• ��w\4A LUFla.�11%lJIS 611'1 S1Gn • 8:13[0 C.U[..1 nla CLAa:T11:54 laps Ll, Fern, Luc Aryul.a, 6u,.Je. Alve.elJ., See. 0csr.asJlr..,, Len W1. wla/.a. S.ee,. testae• ar.J 1.W131l1+U MO. CA77-SG91 Ya0• 2 • Ycr.l u[a 6V:ISIUM tAr%jLrs CA71-3093 WIT ts 1,ate 1.9 P.L.11e.tlun ' L.•s.1scJ:■ 14:t51..n 1w,. CAII-3715 Jat+J stay A. 1977, 1n 15 1'64 211J6 i Lt:C6.1JT1,..s Gr ....A. 1.21Ja.11al Catl.,ctlOn C....vlettnq ..1 alAjle Zanily 1.....e6 a,..l saIjen ts1.s .i.arts�-nta .p t., ..J In:1..Jtn, 6 at.dlaa. � hl+y tl•a•III.P•r•+•w1• ' tl•ds .. . �.�_ _ 11...1[ tJ.a.sl.• R•s.0 If L Y P•w114•e Yaa•Ibw •wJ.'.0 11.•Is r.,.s•11...1.,•r.s....x• Arr.. 1.. n..J. tJ...rl.. 61.1.6.-nitctuls. - R.... 111 ti r...1... IF...it.. ..J'.. 1.1.oi lel a:a..nty ' _ A"..-L.- Llectsl,l.ne 13.00 .75 3101.13 ASe[a:ui a•:sJIJ.9 j 11.10 -.84 S 1.17 06 CLIA :pl iceae 11.211 .7S )101.6! tLll.I:aiN CMi 11.173 .775 1.00 .50 .02 1.s.% Icl•l„a {.ate 11-a1 Os J,6ancs Lr Taut Dtallun, 1.1..atJA A1u S:aU(1••a Strr.ca..s:.na0 1 Isxtstal Cwnty 11.22 1.01 1.60 .12 Llcctrlclasal Tcc2o.la4n■ 16.112 .70 1101.64 .1S [vin Cer,.ty 12.65 1.40 1.65 .01 CAbIu Splicers 16.30 .70 l•tl.id .15 We N.geles County (Cities ut Kern Cuu..ty IacsalnSee ut Septa n•bl:a. IWILr. WmCs, Count/1 Faaa]uu. G.A.dt. PAsaJcr.., ticatelclansf Tcchniclans 12.32 .70 1t11.111 .11 Ace.JI., 1s.r,s+,v1a a..J $...tit of Cable Spllccca 13.53 .70 11t1.66 .15 1•,A.Cuna a1vJ.. luclaJleJ l+.s A..gclee Cuuuty 1A.r.q 11eaC1.11 O,ar.Ja C-r.t( 11.20 1.13 1.63 .30 L1c.:Lrlelanu 12.615 1.03 llt1.13 .07 L:s Ja.gal.s (A•uAty (e.capt Cable Splicers 12.95 1.05 1141.9S .01 1 cities at Dante M.nlca, ftall6u, r ucaeJe County Venice, PaaaJel.A. S. 01 tic:tslcla,.e 12.56 .61 31tL.15 .02 r•sadet.a, Atc.Jla, sv...r..vla Cable 51.11:ets 13.12 At ]tit.45, .02 a.J 5.1ut0 at N.,sccs...• 111.J.. 111vu[u1Ja• C. ncr z 1r.cluJir.q [.n.J 0.A.1:1 11.20 1.11 1.15 .10 Clc.tst,.la.,a 12.16 As ]101.6: .01 alreral4f AnJ S.I. teams Jlr..a Cable LI-11ce•• 12.6L .25 1061.4i, .01 O C..ar.tles 11.20 1.211 1.53 At den 11c1„acifnu C..unty A Banta tasl•ets s..J San I.ula Cla ctc 1.;13... 12.00 1.11 71x2.00 .06 in 041.10 C.-ritse. 11.]3 1.15 1.10 .93 .02 Cable Sl.11..era 12.10 1.11 ]602.00 as N 1• V•r.t.ra C•r, .y 11.711 1.00 1.20 -.05 6•.t Lula ualal.s Q,unty 1111Cr Tt1.IJ.5 ' 1.233 .9S 1.5o3 .53 tla•..Icl:la..s 12.26 1.00 .03 CAa1't7i7"3t C.1-le Spllcccs 11.60 1.00 1601.)3 .01 Casl•ent.ra 10.05 1.19 1.15 1.00 .06 wets ustbata C.,u.tty Ler riles. 10.11 1.19 1.93 1.00 At (L•a,..Ic,.1•ucq A111) Tetiv P..er Eau(r{•uratues 10.15 1.69 1.95 1.00 .06 tlectstclaua 16.25 1.10 3111.35, .01 LL1r.Jla9s, PIl.Jelveir,n, be1C•J. CALI. iSpllc•rs 13.25 1.10 3101.15 .01 t6 J•<s easl•entersf Ivigicl 14. 31uJ4f fx[ C.unty Le,Jvas..s 11.:4 e111.)se 10.16 1.69 1.95 1.00 .06 tlectelclans 12.50 1.IQ Is•l.li .OJ • M.tJ --A [l...c 1a,.sa 10.23 1.61 1.15 1.60 .66 Cable Splicers 11.50 1.10 Js,1.IS .01 L.eJ 1..ca Shreve( 10.26 1.69 1.95 1.00 .06 Va,.tuta c unty • Fn.ua.atic u.11ee 10.)0 1.61 1.93 1.60 .06 Llcctciclal,s 12.7) .01 1.1.03 .02 Mlll.st•t.e• 10.55 1.19 1.55 1.00 .06 Cable 51.{Ic.ts 16.05 .94 J 3111.03 .02 � 0; CtAusrT rJa:.uSs - 1 C•wr.t wr....a 9.61 1.10 1.13 1.0Y .06 Ce"AL rloatliq a,,4 11-11ir) 1 Ma:l.lr.. 9.66, 1.10 1.15 1.00 .00 .J 1,1.e.AL1 IM:TALI.IJ,S 11.71 1.10 1.80 .40 .01 U" u is. I. 14i UsUs •�� ar%L�: I11A1RAL REGISTER, VOL. 42. 110. 190-FRIDAY, SEPTEML'1R 70, 1977 CJ W i WulfICATIOUS P. 7 ':J IulllflCA11011S P. 1 1�,t'r • ` ci g t•U't:t.d r.l •a r7-:••.5 - n-1__11 133 hY :.a..-ter�.ta.ae[ JJ, lt1 ) 61•tl_1•AI IrO. CA�7`50•a0 Ic....e•.I f...,.e...f...r.a_..f. 1 Ala•.tda, AII.tre, Aa...f-[. Grata tl'.Ic •-- E...e.h...l..a Par_•.n Il...lr .. 0•.ta Ca1•••u., Culraa, Cw.l[• E J...... L1 e.,.. If L■ P•.....a Y...d.a •.J�., Il...lt Ewa.t..• Gala, I.vl t•.a[e, 4.ra fa. A,a.. t. It.ra• IILM r.a.f..• v.aa.l.. •.J'.. _^- !a e•.N. GI<r.n. II...S.,ISI, alf•�S apt,. 1. Uae, lasacn, r:..trt a, ft-sin. r•-t.cJ. Pargtl.na la.t Sttlping 16,8946 N.Sx, n-.taa.1, Kaf.a, 6.v34.. •r..t,'ut batt•r..y lutkct:a rl.•.s, Sact.a.nao, t.cwb, tlr.Ju a..J TrlaC. •..�19.u, a:..u..al.a San Jw tr lu. San Put ea. Sant• Ta attic tt.•llr.walnq t•ev les C]au, Sa..ta Crut. thaaLa. !'rpl lcatuc 39.31 .35 dtecas, A1a•ty..u, I.,,lauo, At.cel St.,p 1u644114.1 S.l•ao, Star.lalara, Srt tela Tt.(tic .So.t•... 54n4- Tat.an�, Tr laity, Mate, Llaataea Sttil•ea 0,95 .53 .40 4 TY41ra4.e. tole and Y.LA . Ilelp.r I.J..cl atuP ln•t411c Curntlea, Callloenla tlafliC ..rrfxe sand- bla.lect attlret) 7.00 .SS .40 b a.•rlpl t SIUcty Sral O,•.:taal.,nr acletlayesaa Uth1cma:unat ttlaat 0)sratoe 4.90 .53 .40 b A1►•Inc, A,:tdat, Calaaecas. S{..ce•lce ma 7.94 As .10 b rtanlslars ar. bSa. Jo•Iuln, Altl! TLuluu.a C.aur.tl.a 111.70 $1.0a 11.10 31.00 :I.utalcsu. 5.90 .1S ,40 b r' Al2u•a4a 6,1.3 C:...te• C..ata lir{. ern 3.00 .$S .40 p G.uut la■ 12.53 1.35 1.25 .25 Sawlnlnj G..I.Llea irate. Cu1.6m, Ll 3886,ado, TaattlC trrllucatln-i L.6, I,C. Clean, Laaaan, n.J tt.vad A1.r11catJc) l.'nccl Stop z !lacer, rlsaa, Saar•+tofu, Lat.l let, T[alf lC Sut lac. Sn.al•, Stea[•. ...t tea, Sa..Ji.l»tct 9,]1 .SS .l0 b Q T.6a14, 2.,14 6,..J Yrt.a Ocl{rt Ittaltic J.•llnrrtln-j A 44.u11.a * 11.70 3.0] I.JI .21 de.lca a{•p11.•toc. .18[41 At 1 San h.u11J 61.3 Sauta Class aty. luatbllat, ttattlC {r4 Countlea 11.35 1.15 1.25 .15 .ucf.c. aanJt.lastct) 7.97 .SS .40 b ') riect[lc 1a..•1 Strllvt 10.41 .35 .40 b :I =_• Pura{,..., H.tced. Slanlslaus 11.11et t•1811•c91 1.41 .SS .40 11 •nd T..olmane (:.w.t les. Slutay Sul 04•ccatlunt tI r tlectclelana 12.73 .94 ls•1.:0 1/44 Ml•ee O)eratul 9.37 .55 .40 b (+ C.t.l. 51.11C•r. 14.00 .91 11r1.50 1/43 :•lr.cyae scan 11.117 is ,40 b 1.atl..raa All•11cst..c Ol..t atut 7.97 .SS A-4.t. tl l..t•.a, Sacra.reul Sbrtticwn 4.90 .53 .40 b aid Ulu G.rr.ti.. 11.72 .61 1.75 .02 T.J.nou 5.47 As .40 6 ralr.tetaa .44. t Alpin., 06, 4.t, C.la..taa Cr..tta C...ta C. nty 14.17 1.]11 1.19 .211 rf anJ San Jua•)aln a;..ur.tles Rwfecut bt rat. 9.91 .70 2.)4 1.1► AJ-.6. Sactaownto &,%J Y410 ..a. Sprays ta.e.u...6, 7y.er at b-C.C• lal.ue. Cala -IJ S.If.) StaJcr .catlolJt c .{.,:Illrnl ILLS 1.04 1.10 1.00 .10 Sar. Wanteta r•{<rl.at.Jeta 30.33 .10 2.11 l.11 L.•wiet ru.l Pltct. 13.45 1.04 l.lU 1.00 .10 i . t xY 1 i•r.i _{ 1 & i IIIARAl 91G1S114. vol 42. N0. 199-I11IOAY. OCIOUR 14, IV17 , �r�., 888,8._ . 88:8:8-•,acL" -.a. .. .., . fitllilFl('$(1U115 P, S• •r•l: ': 86,.83 rJ•er1..:.p�'�'," ._ ;mac �.r_�-•.a.:� ....i r• „ . to 1 ft.,,f�l..�t, r-• •1 r..✓Itla�rruns r. a 10DIF1CA11011S P. G 1 Ut:151•%Y N). f177�1.•y� {i•fit•.! r,..,.C...Gr•Y.r�••r• I'l,folSlarl 110. CA77-5091 Cr ut'JI L•da f.br.B•+.1..a Nr...u.• Y...r It a f Yugo• V....t•. ..J• 11.•dy LJ ..t.w y,r.�T.. Rd•• 11 L If r• 1... V...Ila• ..J 1. rt sarw, tllry., M.•tarr Lleetcle Lnrt - •:.J Tala.e C..,,eile■ 51I.61 .60 .v0 IL1cl1...aa. Mace) and St eat r t.l wsa•ra. . T.C.I. %e C-ntic• Al•a..U. r-".tia C.;-Sa. tlectclalar.a ii3.7] .94 ]1•].90 1/11 t•a{•a •r.J :'-Is .. L;.,,.r.a sca 11.114 .71 1.11 129 .Ot C.blu SpIwarr. 11.00 .94 JI•1.S0 1/t1 ' St. lvsa:. C.._r.sy 12.:1 .7J l.tll .lD fatl.c[rs Til• s.tteu. A.eaJsc. Ll 1..[04-2, Saccaeent - Aal.tne, Calavecaa, anJ 1.02.1 C.,...tlea 11.73 .67 1.75 .02 ban J-(.111. Stanl::a+r anJ ralr.tcraa Tr..l w..a C......a le• 9.17 1.00 .70 2.00 P.11.1... Aa 4a c. Glay.ear �� t AnJ San Jsa.(uln 6.....ties 6s.oA 9.92 .70 2.3/ 1.19 rl.."mr9al St••aeittelat Si•cayl Sbecte QCk Tal.cerl Lan 6enitu ao! iar.ea S..Iny Scagel ScattolJl Cisco Cu4-Alce 15.15 1.09 1.77 .34 1Sarr141astett Stcuccusai ban Jtateo C.aJr.ty 14.11 l.11 2.10 .33 Steal• Pa/•e2t.sayaca 10.]1 .70 2.31 1.1L i rlu•1.acat iCwltca Ca.Sta CuunLy 11.17 1.2l� 3.29 .36 Ylu.t.ucal Steautlttacat tdrl5inN Ivi. CA77-sco -MM..1_II S+.s Y�teu Ca.-Ay11.11 1.11 2.]0 .25 (41 rr 5J"0-S.Yttatec 40. 19: I ►1•.eJa. Alpine. A.c..:Jt. .� Calay.1aa, t:•11trs L:a•ta. Gel a..s t•. LL Woa-&-. fcc:no. itaa:.alJt. Y tlu, tL.1(..:a, DICISIast IAI�112\77-3037_M�t. I1 111 MrrceJ, na,Lesey. N.(.a, (42 I'N 52971-Sq.t.jU'c:r 30, 191 1 t•e via, Yi+ce r. S+a.•.a..•r.tu, Ia{•.•r ial, into, 4"211, la:a ban snit'. San J.a..-t:.�. Sa:. Anyrlea, Mtrw, 4L ar ye, 7oal..ln. Sa.. rasa..• :au.ta Llve.rlJc, San DecuacJinu. Cisco, Santa Cr..[, San Lula CGI:p., S.nt+ llacl.ara rnj Ventura TTa1uJ..a, 1.a4 a..J 1r..L4 ' C.wutl.r, G1lWu.la C1.snt1•6, Callt-snla Osy.All Inataileta 11.10 1.49 1.95 Mcicalayesal SLurc+.la..nws I rAcks.aes Ala•Is.e, Aa.a.fat, t:al..ccaa, Pa.►1..y I.at Sat 1{.1119 Mss► Lan J.:;.Ja ar.J T+sl_..i. a...i/..t 11..11..r+y lualet:s G.....t lcr 11.7D 1.00 1.10 1.00 �:.yF a...f-moi.._C.__n�!`• AI.a.Ja An.l C:,..tta C..s.ta C..1 12.15 1.J1 1.19 .25 Stc lfsj 10.47 .55 .40 E - LIJ..t.Ju. h.:.Ja, 11.C.c. 5L911+c 14:11e9 8.47 .SS .40 I. S•eta...cntu, ::.st.t, 7e1....a, Ts attic G.11..eat 3119 I.WiCe ( T..lo •r.J 1u:.a C:r..t.ta 12.i0 I,U] 1.21 .21 A{.(.l l:at...s sl..•ci St.q. San 9-12. r..J lc.aall"I 7aaLtl.: Succas. t C..uuLlea 1:.:i I.SS 1.J% .2i SanJLlaatcc 9.37 .SS .40 4 O �r CJt . Vi,�lvt x a- ` t 1101RAL RLGISiLR. VOL. 42, 140. 199--FRIDAY. OCIOBIR 14. 1477 I•a tell --.-._ ___._-^ -- -'•-- -... _ _ .• cis lL1ulrICAIUAIS P. 7 191UlFICAit M-P. 0 '"} c.t C t.+•,212ai lr t, fat7_-`.4�s2 +••.atm dlta'i-.ir�t!L14 fAtt�•.UY2 (f_.t�t!`t� F.I.J.A...lat.Y.t....o. n.da U..tc n...y LJ.a.w.. H...ir .� ta.... r...o U L of p...l_.. v....t.. ..i.•.. It_on A t If arr• [,. Sutt Fiu•,t layetsi Atrt It. Kr7l+rr Ittsl9le dol lar,tln•, .. 1.•4 A.rpAca, 4ra,.ye. drrta• ail tta a:..c, •i..el Ni.a,alir, 3.ei4 Y.t4at a, r adp L.at.ihv, tuCtic � San Lula Ca.l:l.o. Son sa,ts4e sa..,ti.Latetl 7.97 .SS .80 L Uaxn4riLau a,«I V.ntuta G,r. S11.ad .70 .a2 ..60 .04 MI.Ox Ot'/•trg 9,A7 .31 ..443 to S-j..c-trs K.n 2.63 .SS .s0 b uCl3i++tf tsf. CA�7-Su41 • la+J_ i ` h1•llc.t..r p+•ctawt 7.57 .5S .42 A SLuttl.w4n 4.53 .5S .ad J, IaJ IN S1YS1-Scp4.••at.•:c lU, 191 l T••p Kon 6.47 .SS .40 NO t.rin.clal. seen, 1.3 An--Jules. _ rr+,lata,;}C•s•.gtt.s� GoA-we. Nlrer.Wc, ,,in Tuttle {.alanaatlnY Lcrlce bel,.arifow, San Lula tiLjajw. Atyltcatdr 9.JJ .S3 .40 b t, &Salt. 21,416.9& ani vcnt.4ra Stt Il<1 i LLee1 St.-y 321,(,11 to i fuuntica. CA1t9utAla 5,.194.. .r.a..Inilater a.9a .S! 21411et (tecip.r. wncsl ■t.ry. .._,L_ l- tna14110r, teattie aurtacc Dtyw411 Inatalleca 11.40 1.49 1.93 .90 .07 "• asniLla4tec) 7.04 .SS .aJ b pla.icr Ta•..ir444 ' Iutt Neal rr tat!••nt vro.tucs G.unty 11.2] 1.03 2.4S 1.10 Mlsst (1«c9a4ur 4.50 .$S .IO b San Aax16axa Cnanty V. Llutayes M+n 7.9i .SS .10 b ISAI.ts Mitts) !0»2J 1.03 2.10 .60 'j. Applicatwc O4.rratur 7.06 .SS .43 b 540 b39L.13 C..1ty 0 Ltmcal.aun 4.10 .SS .40 L tstccpL 54u44 ttallal 10.13 1.0S 2.30 .40 icon tw,.unt 147.121, [♦aRa Twp w8. 4.0D .SS .10 b T A !Sara! Oc iaa,s Ica 4i •last.( Ss+_tctat Statlun, wa.ocds Aru) 12.225 1.05 ,2.30 .60 ` vraaw• G...nty I1.2] 1.OS 2.43 3.10 Kat.ts Dae16ara 64+unty Keen C: Aty jlte..a L,dce Sant& C , 416&&1, .l ..untyl .60 9.6d 1»OS 2.10 yy u• 1 ) 30.21 LOS 1.id .6Y 9aunty pius4•ecst Stesntitterat /-•• Ssni. b.rLata� (s2.301sl:.rrlal, , �. ac•pi .,aIASala) 10.31 1S Ws Jlnyclas. Orany Dera B4,unry It]. ,40 UIV-1sWd, SA14 Ac4+ti4iitw.••• 'ti oanIns L4Ra VV MA-Al Uti,.u.0 7C.4. Statlw- 348. Lola Ca lsi.4, Sants 1, tJws•da AI211 12.215 IAS 2.30 .40 A4t1...44 &ri ventu44 Can. 12.41 lot lt4 134 3/41 Kern G:uniy 4New)n.lu :.+916 cl.r.e layctr• at fount t=oi tn•Jcl.», Otan-Jc. . Y 9.60 I.YS 2J0 .40 Ntre4sl.lc. S4nt• 4ubara. 93..1-cloiA Sts.:tittrrso 5421 tuts GL1: 4•' LI..r Lal. 14,. A..• iw SA,o .. tale'. Otarrta. A1r:+al4c. .an Butuecdinu and v4atuta Goa. 11.00 .70 .[2 .60 .06 . y 4stnsrdlnt..San t4.is • .� �,,L 4;161•).,. Santa aar16au • ani Vant21N Coi..r.tlr. 31.11 lot Its 316 INt .-ice'•'{. •' i - 9tl4(aAt atct331a. Vol. 42, tl(A, IV7-+91111OAr. OCCOULR 14, lYT7l, 't-jis',r:.. •�^. 'fY: f .. .I. 'o +f j• •� .i: J• '� ",r •• •w .. ..I ' 1141'Icajolli pt 9 t �' o::•w:a?S;!jit'i�''w; .-�� '"t:' II)DIFICATIOnS p. tD• t ..t. Liii'• ;#••144 w Jt',f• 32! t' i a•t.;;R l s' 1�P.-vI 4� .�• \j.'4=�'+{•t a Y 2 k e sg .f ■'t ai... { }'.;• t Ni r ,•.:.i 1 t�•'' •1:j .�5+ , ,a ..,.'r :.,2t it 6 '� ••!t•. �i 1 '. :l.�i� t.•:t I,l{:i•t• 4�'�:.�:�`7,1�i�•{7;». t` ,`i.' ,1.nf:\1.•r t rat Jt(. !��i� L, it t �,ti, J {lila, a'. +v.atp•tt ;r .•..\.i.}'411 !'f y.. r' t t =:..,. Vit, 's;t l•t•: I 1: ;. }.. ...•. t i: J l X 1'. { i t 'tiattt 4it�ili.:±,\Iww 1+►:L+*u4w�i t.�.t a4airita5 {t�.�lr i'� c�i\� t�Ni . r ,,,,.,��...1....a..r...lri•r••••.w:..wwn�:.itw�a.....Y..:.f.::.i.3a.w:�.►.�w:aNr.witi�vl1. ►+:+331�.■i.: MttV•ti.Mtiri+t•�+w.�tid.r i;7� •t IUWII[ATFIulS P• 9 11u0If1[x110145 Q. IU t.. .a,..L••r- ..,. . ftewea B.w•lua Yot...w+• !Ar`t i/14N I►1, h.I7-•r.64 - n.tyll t"ft ., r� Basic •---- t41 aY •al-�.,a.0:: )0• tr. t fl..�t LJ swu.w Il.w,tr .�,.P.t w k+• N i v t«.Lwa v.a.,:o ..2b R.twa It i tt 1'•obws Yaa.tbw Q.n LIt J+ C•..t.lt. C+ilf.•u.i• ayf`' a;,Oat 11c10Wn �16Tj_L G lL.I� 1 Utyrcll Inotc#tats II.QS .66 1.2+1 .80 .01 its- Itt 52337.- _ Y•li.trR■t C4ugc. V.arir.l UA aw.tr Anl:ur iaLuterr: $1141 61 lLtr►eut Ct.:..t. 1 � 7.6.3 .L5 .2%) Scatf la: t+cllnXat illy scvfco Gr:,up 2 1.70 •;f -2 .t•tllc.t r 9.37 .s3 .40 t. Crt•wp 3 7•E5 .45 .20 1 .. \C.eat •t-.Y !natal lett ' 7•arrW awc ta:■ •at.l- laCtel4.n tlnjL;Lys+e;F N.d. 1 nt•etact attft.er Q.9Q .SS .40 tr tl_�"itt ij3tar- 3K1.tcr.Lar �,Ijr't) Lwltr:c ttcattic aartace Cl,aute: s4n31d02tect Maas! •Luta I Lrlcilrycrr 11.30 •:0 lnatrllert atihtl ?.00 .SS .Io L Qiutcy «sal L;ccatlontla:.lut.wi �Isjj,t_,,•y •jt,,_t:.� 1 ttlYKr 4t•atatvt Q:9a .SS ata to IE:! lit 3}ata- " l•Lei•.t.tr j,t,ly'C!} Sp,celee nun 7.Sd .S5 .lu L a1q.Il. ., atc u►Vtattit 7.04 .SS 40 L llaa.leta std '+te•mrltters 13.3) .50 .O2 .10 Sf.ucaleun 6.5.1 .SS .10 b sup!tall 6.00 .SS ' .40 L SKCiatun�Ib;j is{�1_ It+l_j_i fluwl.atrt Stsr■rltutr 12.41 lot 162 132 1/44 t1„'".'•i'll SJai)- +Cptci:.Ltr jU, 1y77 sheet hat•l !!sinees 11.56 1.06 2.24 .01 Cl,■uge: 2 �urL Fluor Ieynra 4•6i' .La .50 .04 0 i9u�Ltta air2 :.tKY:arlttctr 1t.k0 .Gt7 .�S .10 :.lieet litYl 1t.,R6et. 11.G+i .5a .•rr -3't n ht tiCl,^tataKi tY3_Cn?t-SL91 -•n�t�il to 142 tit 5i9t4-..pttA:.et J.1, 111 1 l•:.:lat..0 Ill.lr 4''!a 1alLJl 1 Ban Otcya C.•wtaty, Califuntla Carate. L:rinittuu tar uses C an,.l i, Bry.a11 332.01 .66 31.20 .60 A7 M..rt«+!Kra Yn�PilK�rivetu,=- 2w,e 3- Clty of CO-11Blurra -Arbutting ln■t•lleta f lu•Jw/ut Str.wflatecr 12.41 IDS 162 lit 1/42 ani.tclpa ltleu �eala•I l,:g woik tan or 1witntnlntt to the nl•.:.url ftiver) ShacL ti.tat •ta•asts 12.d• 1.04 2.24 .OlC••a:ut tL.t�.ia`• 2a4,e j. city or c..uncil ittutro aid abattlud utl,Itit,611Llc0 (e*;-:1' lnd Z11L 6,11 or I.:ltattflud to it,.: 11f■auurl Inver) Int..t.•t■• 2u,.e I0- City ur Cuaa„cit Slurra a,d abutting eimictial3Llea �eucttdlud work an (.r lKstalul,.d to the 111asuur! blver) ,• I` rr t.latt•;_'YL t•�r�t•_ru�2t.,ie I. Clty tar Culuicil Islwrra attl aLuttt0 r-u,alclpYtlLlca•(a%Clu/1nd wut'L t:n or t.:rtrinlua to the nitauall hived Tr.tciL Firivvora L,ar t0- City a Cu.inatl hturru sid t.Luttti.d wmICII-11ttes (e X.lint lat; Ya;fk Ln air t•ctrttit,.e to the ltltruurt lllver) t " • Cla •i �1/4 • tat �`• �• ... 1. :}, IEDLpAL RLGIS1tR, VOL. 42, rrO. 199--FRIDAY. OC1OhER la, 1977 _ ` f to •••` .. r�r. •��«•1 y .• ` �i IUUILI[R21015 P. 5 Ulumcf-IIW15 Is. 6 .•�dt._•x xa_f. x�axr�:O sa�Lcyt`.d .I r'I�ri:.r.t�ti�77-still (r.�.,x� -• ►.1.,.6...1.x.r.,..«.. n..1■ IL..Iy LJ .du Ns.t It L M 1•.wdo+• Y•.d..w .«J!. d.... It L a r.o.l... V•...... ..J... Apr• Ir. AJ f. ra lntar: bct.a S.r«l.rs■ hreIn. San resocIsc0, Cela..... 6 son J.•a{.ln we. t'.5`* 61.23 ii.10 rrJ S,.or.a Gsuntlea t.rei Lyrll...nL tiy.-s.tar:o■ bt..1. Si 3.77 .!9 31.10 .40 .03 O.l.t of testy to ..rwp 10 Stray 12.22 .99 1.]0 .a0 .03 111s 6•et..•• 4.11••1 a. T.y.eaa 12.72 .F9 1-13 .a0 .411 Attlee, A.:.2..c. brur, !lu•Lcg as $tcare[ttrcas Cela.re■aa. L'.+Irar. LIJ.a a-1o. ` Alpine. A»sJ+•t L:;,.Lt.can Glenn, laa.rx.. ►■../..C. N.ra-1. pelt thin 0t Ca.Myl. t1a,:at, rtra.wo. 58CA&MCAL0. Calaeccas. IYe2..:.. Len J.064u1n. *ht*ta, Y.,gl{.•22, Mctc.J. ►Untm cy. &lore*. St a..t 8lara, Suttet, Son Jo.,yriu. $r..ta Cxea. ToM.a. T••l••ar•f Trx.a C.... 7.70 .Ad 1.20 Suttee, To6a02. Tuuluw.o a,.4 Tuba Ct tler 17.60 l.N 2.00 t0 ' i.+.twat c■ 1[19111'1 te0. CAt7-b041;K..t,�t2 - - ��- L•{.luyre twarltwtes bt111 t.a0ie AutiY tat We Duce S years' secvlCc. (42 fN 52'27-Sipte.6 epr 30, 1717 ) *..J Ll of 4.211 Laualy ta Sur 6 n,eha to S 'gaga a V..Call.�. P..y Ala..3a. Alvin., A4a-1•u, • Caleratas. Crr.cra C..*ta. D.1 CgcJit. Sit P+W 11.11.1*; A tM•..Jib F. ttat to, Li t.x aJ.a. rt eun0, ryro.w.lJt, ILt In, Hal t{.•:a, U+.ie f.i+te new.4b f•rr••swx. �� . Dwit HagceJ, rt .tosey, llapa. It.-It It.wiy LJrg•nrw l.'re:JS. r.l t1a::t. S A«tae It..,x 11 L X P.wai•w■ Vrarwrw 0. Lon denit0. San lran,:izcu,I 14411 Elutpa ut Aputatat = AV*-. Ix. _ Len 308.1414• 6.1% laatro• 2.uw ' C1ar*, ganga Crrc, :..121.4, Acca 2 Atua 2 A Sanwa. $.ties. Iar.•r a. Srrl,.at.a. g..la sn.! TrLa Gcoup i Si.33 :10.65 11.50• 52.25 .90 .21 C4,Yat 1•/, C4,11cuf0)a Gu.4p 2r • 9.50 11.01 1.50• 2.25 .90 Gt 0.1. 1 t 9.T3 I1.3i 1.Sb• 2.25 .10 .Z9 tt"7t h!^7oi GIQ.P 4 10.]2 II.11 i.Sd• 2,25 .$0 .2F 44 Ltactc3clanat Gw4p 5 10.1.1. 12.06 1.Sd• 2.25 .$0 .24 f Laao Tebw Acea G■uup 6 10.71 12.22 1.54• 2.25 .90 .29 L18ctctctens 11.90 .dl )t•.92 .00 Ci-p 7 10.42 12.34 1.50• 2.25 .90 .29 Cable t.pllC.te 11..10 .64 1N.9 .. 2 .66 Gtr{•0 1t.31 12.62 1.56• 2.21 .90 .29 Calera,ae 8x..1 San Jor.1414 G• Gwup 9 II.S4 11.05 1.5b• 2.25 .'0 .29 tlecttlet*w* tl.0$ .9l 14x1.1* .01 Gc.•..p t0 11.74 31.21 1.56, 2.:5 .90 .29 Crbla $pllr.ta IA.6tl .96 )1x1.1' OR G/orp til- lt.tld 11.11 1.50• 2.25 .90 .29 flap$ txrl t•ol...0 Caunticf t Gt uu1. It = 32.06 11.51 1.Sd• 2.25 .13 29 tlactc lclax.a 12.5`1 3.06 It•I.10 .ul Gcuu{. 11-A 1].22 11.71 2.25 .90 .29 Coble 6Pltc.gs 13.42 1.06 11+1.10 .04 Gtvup 11-1) 13.5: 15.01 1.5$` 2.2S .90 .22 tarin 863 S..n..n2 G,4ntle2 Gcuup 11-C Mill 15.]. 1.50• 2.25 014 .24 t EYecu lciarl� 11.1$ 1.11 )l..fil .02 *I4ciwl.s 5.20 pec twuc t.6s ir. .1 11a.2111, aR4 tic It to i'u.•d. Cob]• SpLI•..t6 x4.1.0 1.11 it..J3 .02 AL1• tto.olor kr.atg44tgtt 14.62 .Tai .it, ^- Llao*tur C•.6atrucwu•jlc ltur T6t)r .)i. .1.4 a .025 mob.tut 21431.*■ Crirr.tr0 6 Son-1023.14 C.U. 59.14 S1.2S 51.70 � I'rr.c L{u1{a.•nt Upea rl..t e: tt.l.:t at tasty to 4aorp 10 • ` TUe a•Itc.s• 111Ip.ga: Al{•lwc, Na2Jut, eal4p.aas, ' Ll.buJu, Ue.raa, rl ac c., ' � SrKaw..tutu. Sao 1..ay4tu, ,•y„ Sult.g. Iola..., I.L. J..J • -tom,.. Y.L. CY4nties 7,28 .d0 1.20 a G3 CII II.- %h- %h! fLDLAAL ALGIM11. VOL. 42, 140. 210--FRIDAY. LJOVLMUIR It. 1971 t:7 1 a.... .. ' I•:c .. ..t•t ... :{• i..!r ,'1 ... �1._:: • ly:�.- .•1 I:i.. �� •J.��4 .Ji�•a `k.14 tl)LIFItA110:+5 N. S • 1144 1})01FIU.TIO(1'a P. 6 �1.'):1` 1�1 (.1!•;4.3 f�_.Il JI'I51(n0 1N1, fA77-10.11 lC....t•.1 f.....O.w.l...P....... 1`d+4.tlrw.ha l•....... 0...s t 11...'r EJ. ..1.. INA, EJ... 11 A it f f t arr. 1.. 1•a 1156+ra: 6.1.a T.4rsr s' h+cln. San rganclaco, 1616.466+ l San Jas(uln Asa. 59.90 1;1.25 11.71 and 5unuaa Counties r...69 t).1p• at V•erat..rel brush 511.77 .99 $1,30 .00 .03 0.8.1 at ratty to Gtu+p 10 Spray 12.27 .99 1.30 .00 .02 1114 6.tt./6• ll+ll..c.. T.Opers 12.72 .99 1.30 .00 .U3 Alrine. A..•Jat. 6..:9., r1u.a.eru) Stean[lttsrag L'e Lvea6e, g..1+6 s, tl.lauJ.a, , Alpine, AsuJ..c (54ult.ern (;lc-.n, /+..tn, r►•.t�•, t.vva 1. 1.•rtlon u[ co."IT). 1`16--1• rl.1u6, S.C96.•CI1g4, Cslavcr aa, 664 Ju..i.1115, 51.6 ea• Y,atll.)ua, herceJ. Muntcrey. 616118. Stanisl64a, Sutter, San .74.1-1.1115• Santa Crus, i 7.1.6.., Y.,lu ...1 Y.A.a C:.1. 7.70 .80 1.20 Suttee. Tvl.nr.. t.talu.+.e ani Yuba Cauutlea 13.60 1.66 2.00 10 t:116160. 1:.7. C�77-S:.vl - n.f. 12 r....E_...1 a•� M Ptl 52017-S•pttArtc 30, 191 1 (A) Cv1.layur C.; lbutea tl11 a 4aa10 11 ugly rat ear aver S )•saga• �1--e. ALaaaJa. AI1.In6, A4•J..f. Y Yeaga .. Va"LI'l. P.y 0161 a1 of Laal.: t.uucl g.1 a for 6 .I.tAa to � • Cslavera6, f,:.t:a Cu'ta. Lel Credit. Si. fail 11AIdJy A the -Ah r. 4'st.. EL L.,g aJa, 11 e.t.a, M+IaalJt, Y rift. har 11..:6, tl6.ie 0.4e f.i.ge tlr..l.l.1•+twrwf. t•.tcd, r..nt.rcy, oars, II.+.lr II...lr Ls.•+..+„ l:c vasa. r:.::r, :_:.�...-"• R.18. R.Ics ll L K San bealto, San lfar.:l::u, Pauce C1alt.zcnt Operator A.•r.• 1.. Fan Juaialn, San rat.., -'.f.ta --- Clara, 66r.t. Clue. S.I,r.a. Area 1 Atua 2 S-n4+a, Sutter, 7.'I.ae3, T.414.J.e, 7•.70 bra 1.1.• Group 1 59.13 =10.6: 11.50• 52.25 .90 .21 Q CV.0cles, California Gsuap 29.50 11.01 1.58• 2.25 .90 .2-3 Croup 7 1' 9.73 11.24 1.5d• 2.25 .90 .29 n Group 6 10.32 11.83 1.58• 2.25 .90 .29 no Tt tlectticlsnu Caa4up S 30.55 12.06 T.50• 2.25 .90 .29 in ,. 1.6.0 Tat.:. Aras Gtu..p 6 10.71 12.22 1.50• 2.25 .90 .29 tl.ctrlcl.fts 11.910 .04 31•.92 ,06 G:L..p 7 10.87 12.31 1.50• 2.15 .90 .29 Cable Spllcets 15.28 At 310.92 .OB Ggout. 0 11,31 Mal 1.50• 2,2S .90 .29 C6laves.s ata San Ja+4.ln C. . cf....p 9 11.52 13.05 ).SO- 2.25 .90 .21P t:sttglCtsr.A 13.05 .96 1601.49 .01 t::4..p l0 11.76 13.27 1.1.3• 2.25 ,90 .29 CALls Splicers 14.68 ,96 31.1.49 .01 Gra+p 10-A 11.011 11.39 1.SC• 2.:5 .90 .19 bat•-- at.s S.1...4 Ca mtJaa Gcw.p 11 1 t 12.06 13.57 1.50• 2.25 93 ,24 1lscgs•..sa..a 12.$1 1.Gd 3101.10 .04 GA 4up 11-A _13.22 14.71 1.,. 2.2 .910 .29 C_L1e Cpllecss 11.42 1.611 3101.10 .04 Group 11-11 ]3.52 15.01 1.10• 2.2S 7U .29 PAs In snJ 5.,I..,r-. C..,..&ics Gco.1. Il-C IJ.04 15.]S 1.1d• 2.25 tlect-glcran. 13.11 1.11 It-.JO .02 •lneluJ.a 5.20 pet Lauf + r...¢1... J W:J1U1 ani I:elt .0 lbuJ. _ C.LIs SPI 1.el: 14.:1 1.11 )1..30 ,02 111 1.10.6141 C.ttu...'.1C 14.4: .,If. 14 .L 4 a :: 61eva14t C41.t1+ta.1:0 llai-ef 741 Jn ,M. .SL a .Os: br 1eA TenJug a: C.l.v.•..1j 6 Sar J.ra.l.in Cas. 69.9d $1.25 51.70 6'.1.16 Cry11.6.•:nt Opea+lu[C: , cf.let of Party to L1.30P 111 Tile !.•11.16' Il.1p..:: • Alrl..e. A•.aJ..1. t4l.vu.t. LlJ.,AJ.•. bcv...l+. PlJ.ea. Cy5.[/.41.4..14. S.0 Ju34uln, 1.01.+••4. 7.111 auJ Y.La t.4.ties 3.26 ,do 1.20 ' vl 8. t v8 rt+ ' FLDERAL AEGIS 11R. VOL. 42. 110. 218- fA1DAY..14OVCA1b1R 11. 1977 • r.tc�r�" t.t. rk�i•u+v1 - n•I_i1 IUUIllthit0311 P. 7 • ttt' r.r.rtstl,c 1`w. cn71-:0:: i.'�.rR•.I) '��; �3� I...r... 11)(31FICATiOUS P. O l 7N 6:711-.c{.l.w,.[ 3u. tt! 1 t•..y,u•_w tJ 1111;1 la1 .Inr u, resn, L.+ 0^'t � -- f.._.y.n•+.La.I.1•».«a. � A,_l.11`•.. I:w.a, a.r..ta. n...l, t6 .r... 0_d[ _ Mlr.val•/.• :.In OrinrrJlrw. Rw•s. Nin r•.at«.. Y.a_.w ..J'_ Il...lr I r.wlwa !'t••. ._,_ a .,_i. 111111 ct. laa tll.a. )ww i.sal.N N.a.. `gDtl r•.als_a Y.._Iw r+t'+ Csl Lata ail tr.•t_ra tL.r/.at ytu.c Itt...„. tbatty _._._.. Cu,.ntte., [w3l/...ala ptt•ketw•na is w+t y.„+lot i:.out . t'h.n•••+r rt wca wnl Gauul pua p..lu! Ja.l- . Wick 71+.1.1♦ 45.41 31.01 12.10 Ao 1`..J utt.rs {ucwlgac ...oaacta 1.'lcala 11.111.:1 {.la.aa a,1•.R+tuR/ tli..cR tnnn.il Oa 1r.r. G......ty 11.110 ua au44.alr i'.._Jatrin I it.to t..1...a 13.14 ,sl Jt.l.f6 ,q, 11-11.~t J..w:.tl 1•I 14wg a.•n! Cal-IV Lplt.eas 11.55 .DJ 41.1.1# .42 �Iw4:l rau -111 Ltacl twr t3...tua C.,...tl rtta+I st lr(kac anJ &.ttccl TI•w•ct- ! la i.ss i.i, tr.iu, r.tn 41 at 4"th at T41.44-1.1 •++•t Nal•1..R rlacl)1 71.1.11•:1 1..,..11.11 • Na.J.). 104 A,.•3alca. lb.l a..•tr Waa lrarnl 1ir.0. 411+.•11, l.l.crt)dta 6pc.rllny ui tauuatL..r , Lar. b.snaa37r, Lan . rnJlaaf yta..aluy ma.11Jac) lute trLlt{.i, Latta SaoJblaatca .10 + bat lata •+.J Vrut uta ' O..ut ica :Nutt. ossa talnral 014.;;ud tisvaw[ Ca,oMttYCtJfD 17.41 .745, .#/ • .4J# l m ll)cg 10.20 LO# 2.10 .e0 LJe 111..1 G,i.au u.a.us• Oe iprr• Tut JH .140 .#D a .021 AId1 Resn G.w.1/ (tli.Itt. of t:+ni to Laf•sscaSa of icl.r..t.a{.1 Mosel iL.alvwm 41.4 H.nniartt 1.67 1.01 2.10 ,SS clava[•u c"att.ttuu 14.02 .745 .7L • .025 t:.lawa..w 9.11 1.0# 2.10 ,91 n.._r.1. r..•.tc•.rat9• Is.twtn.iw,n 8.21 l.u# 2.30 .9S 41`1{.cls 7ilaJR .7i# .5a • »U25 • to• A..).Jcs and C.as.yc C.a. 12.115 .111 1.0# .411 1:.1.•:+t l_ CS17-Sr1'!i Ylt.i:2 O 142 Its • tlaasal ass' ." �4 Isi.attal ya tn,1.4rrLAnyalcalsl fu_ys tl•*a La.r+1».wy 1`4 • b1•cs sal. loqara.. 1bno, Ga rLyu, NAr1 kiJ.. b_ iira.... n b3rtalJc 1`W San h.wlt E.Lt.n.w la7 ' 11.s h..a Jluu, Orn 9.1%. Lt.lsht• R.t.a 11 L at Paaol.0 Yws+uaw w34 bss has Jlr.0 C.....!!rr x1.22 1.00 2.45 Lae ArtJel.a 44.4 018J.-Ab C.S. 10.47# 1.05 2.11 ,tl# L+nta Gat4•ra anJ VenWga .t • t•-u•enc: Count/ts. Cast Wsr.!• i ta) 1:114ufer L...tclLvtc4 De .t bAS1C 1 .asst, R+1 a lug aasc. 1 yeas:, art vice anJ Lt tut b 1`u. as t0 S 114' tr1 rJke as V .atllat. C y UaI a TrnJl:ca ib,i# it»0# r2,IO CssJlt. i!a 1`413 11.111,11-A. A tht 1`,;b f. Ll.ktcJcllnat Lat.ut e s e (T.uh•Ii !! 4a+nC.-ti rats 11114a 11.14 .61 11.1.4# .0: ust16 ttaht 1..t.t9.e28 ball yary C.Llt 51,11ce4a 11,9# .111 1t.1.41 .UJ Ilwa:aar. tsm.A v,anl C.nwsctr CAv.. l:Jrvatuc Cw.�it.ltul i[ 1ncl.il+.7 f,.f L•1 k .,.J Lptc.A.-grt iwpct tai. 1-11 t..w14 at CJ+u+yeLw:.•.n+ny L..Jr.«IH r-ap- 7.L...t+1p! Na..y1!• t••1 t } Lan lu+tsbia►I L.+111.:R lutrte- A..yclts, m1+.y.. uul.aiJa, �. a+n e._I a-1`1.1«.w ah t..nr.rl 511. ba.an+aJn.a, Sao fait ;'•1 vu001 TW+.cI •-atcr lrlf LaaJl l..J G1.1 (.u. Lu,tr it.a 2.+a1` anJ ' Jlrrn! 7t_al 4111 sJ•Li /1•#q 41.31 .Oq {/.nl Yaa a.uu+at llL ! .dus i.•u..t c.ct.•I s 11.41 . t.'+L1a Trmfcts q.u:a tc/dv3J Lirvrlu[ C.•+..ta oat u,s' Nl1.lwtt ,ractt f«.• Rat:1`s tlr 1p.la 7utJN tb,11_trtte/'I. /.a lyes/ Vtt.r 1R4R� t.In 1....nly 111.11 lh kat �11411,+M•tt. J1•ara.itit: 7.1,1.:1,11.1 11.,1.•11'1 j..crpt J.tlirr)/ t...a.f1h•) Ll.rraug C.n..ta n:uaJ 14.52 .7t# ,#1 s .411 '1 Ya11.,aJ{+1`l w.tlt+tut c,ta! Llrv+l..t 1L.1..0 u1l.,1 u' 1111!'11••nJct 1_1+11 slat is c1` Al.1p.rr 7utJlt .746 ..L • ,11:5 2.30 .60 MINA~ htGl.t1R, VOL. 42, 140. 210-)RIUAY. 144)VEMUtR 11, 1VI7 +1 1 ..7 a .. 1 t S 1] • ,..�� 1 C•.. :!•,.1•,�7, �' 'y }.'}l,.!t�:'I.,.t. •� •.... r', •1 � Y�.1. .. 11;LIf1[AIIG:;y P. 9 IWDIfICA11UHS P. 10 0, f.. .a...1...r.,...1. .....- 11.r.. 11 t r r....... v...n.. ..Ji.. 1 fo.y.ua..G.•rayo.l. Ary. L 1.1f1514.111r1_ fl J)-]l It - 11_+.1. 11 IbY.I/ LJ.4.1.+w :)R.I., 11110 r...1... V-46. +.J4 12.115 1 11.•111..J, h1.l.11a .. 11.0 Ira.aw, 11..1a L.A. 7..,1.r_ 14u 1.•n.l..0 ..J•Lllru•1 1' )4,�t,.l. t...A a..1. a-J C.uullcs, C.nnaatla.t aan C. . ..J•r.. 11. 1AS 2.15 t.•t ai,a Ica .1.J G+.r.y. C..a. 10.175 1.6. 2.111 .06 l'UtUf l': 1.1 L.44'8%9 a.119111.la. pl •9 Gasll: 1 14911 aJ1 jut QV. 5 year. CC1.JC. LLtC)ttIC1At151 61.3 al j.( L a•.1t1.: W S ,aar.' a..VIC. : :aCa U.in t .y C1aJl :Iw 11+9 tLurJ Cruoly: 1+IJ 19.110.1.. A ll.lru6:. 1. •Lill., ka l.tul. tlau At1: tl1ll.lh, u.r{I.,;tYn, . Lrnnitr Lal.+telal 1•1.11.vlllu S SY.11111.gt.0 �IO.l7 1.00 I;�.SU 1/4z U.481.6481 a1.J k.,Jun 9.67 1.05 2.10 .113 lIIJJlca.w iY.'.1ty; C.rie.•n 9.17 1.0; 2.10 .95 t'• 1•..1' 9.21 1...'. 2C...tarLt..k, fl..stee, Cling u. �.� f.l•alt, Ua.l. Rlvct, U.9rLw. e !. 11.wpt U.. laaa 11'''i alt•+to-s!it-.-I- - :,..f 1J tlu.a �'••Ya m.+L••1'+r^•-•• _ III1,;J1.ua, 1.0911.11, tllJJla jig 1'r Jp, 190 y 11...18 tJ. .1... II.JJ...., t1.YJ.i. UIJ R.1•. 111 r r..,1... Y+.+1... .... 5+)I.1Yrk, pu U1.sll ..1J • Lan LI.•ya C..01.ty• CJllwu.0 , •vy i• U.aILI..k yu.]o 1.VY iar..:, (LI.V&� ll.w I1..an CYlrttty; Ll..atFc CY1.atf.ctola 111.41 .7(S .SL a .0:1 A11>0u1a, pc..11...l, fl.a al.l tY L.'Ji.9t (rl.aivat J+:' 11.41•Y, Out IIr1 J, ILJl:o1y halj.rt 7011.1 .7.1 .:1 a .OYa U..iJ:u, n.1, U.nu, k,tt•1. 11.21 .1J 7. 1.0u • It. L•..Y.1..a•1, U. 11-11. • IIJ.II'j.l J, LIr1.LCI .':Y.t11 I WIWI%A Y.1IIr.g1.AJ 10.36 1.00 7%4.40 `: ` utrizu+r 1a5. ckn-tors - n•t. at ii L 142 le SJra1r �tau.,t 10, 191 9 Mw Im'JJn L'..uly: {� �t S.o Ll.yu C.wu 1, C.11(1.tn1a C. t)...c, I:cY tuu 1)we, ...J Yat11/.14 10.71. 1.00 121.$.11 Ll...t.t C_ou..ctrls 17.41 .715 J6 a .025 r: LIsY+(.( 1..+.rt(.a 907 a' 1'LUIItlI%Iii Uelpeu 700r .745 .:6 a .025 IIIjai.ata CYunty: k...(ct4 11.21 .40 ,71 I.OJ 1! li..ytr'., 014 S.y- 1'_::...t_1 $11.02 .60 .JO u .us jay l.'plry.9 C..r.tI it.1-z at 1 ..AC I.... y (+tc I 9 u.ct 5 cal.' a•.vt.:r M u.J U 1.,.11; I. .r 11 1+lC ..r U .... 1.: to S ar86' t.•. •Ice Js -.&L 1-1. pu.t.b, f.l.b..9.9. 1:. ly'wc, �. /•+1 LA cal t. _.. A+.+ u...Yaea, u.... 1. ., r 11.1.111.•, La L.rIJ, (:.rl r., I.l.u.u, 1•.17..1 J, IIsG..u, l lira, Ilaetrlll.•, It..' I.0 lm., • Ul•1 1)a.a, Cr.aa.., 5..1.1+, Yuluu- y• 11.61 .LO .)u u .195 r , fsssl�: t� 1 „ C11 t� I[UIRAL MIGISILk, VOL. 47, IJO. 210-lOIIJAY, jJOVLMU19 111 1977 1*111fiCATIMS P. h ah ter ' IW ITICATUM P. 4 ' Vit• 3" ,.•^ L It'1.!(M Ill. 4'0 l,-snai�l.�t�tl 1) - iit YG.iJ�tO•Met.t.+.+,.cr 2I, .197 i D•.,a�.. tu.s.D.-Us.Y.1•.w,s Air.&. Ata(�al«c. bral.lr[. if.-Of fJ.w,t.r t.7 CJeas C...•+. t.ra.•r. 1•+,.Jtaa. R•a.a It i Y Y...t... V.a•ur. ..J« f.iwc•O.r•t,.,F•t»•+r. • tyte, tlLrrt. C/lyln, Ct.nl, A",It. D.da -' 3. Jattr,s_.,n. 41c, t.a[tar r, 'lt+.art Ca+.rtl.w a' ,�,�, -'�rc� h,r}ar., t•at a.,tu,�.alt 'd.N•,- ii L M' Y•w.l••� Yrtrll.e .+J:«. :.aj-1.2 Cu .tles, Cut•,trSa � • AyN. !e. .h OCCISIOM"a. call-1044 - K»I. 11 , (42 I'R 46427-SepteaLer 21, 191 j - a � ,,.., b,lr+la�cra, St�,rsax..na. � Gsiaa, Ga[ticlJ. Gur.nlaun, .. ''" sL .r°M16 t•!1< C,..nt/ N0.20 ,a1 .95 t .01 tt:ca, Isx,tRwn A"Yit4in Cta1 Co. jlca 1.25 _65 .91 As Cwntica. CulotaJo •r w`' : 1ll,er a, L..# .,•J I'at. Caa. 10.15 .4S .70 .04 {`� ,.° � k.wa inL,g C..•auE l.'a )0.20 _61 .9S .OS ,7t�Li _ T q kl.vtlu C=r tr "ts,s Il»34 .175 •35 41-.a .02 Ctevatur Cunattuctore =Il.lt ,.74S .15 ii.• .02 zlevaws t.a,.t...cwta• aclpct 7643M .74S .)5 41.4- .02 Elc.sl.a Cwsttucwta• tlelpet 7400 .745 . .15 4t.a :O2 ;� --Tet asaw[tatte,a 10.7E .90 .OS .01 Lstwectat •. ;�� �' Ca[tisial and YIlMla Cw. t • xt=rs � Gtu..p 1-wnc 2• .. .7 d7 '.44 .SS �.OS _ . y Gr.. ♦ S•TMM 2• '7 CT :.49 ;,1 w�a twl,.i i) cn» 5n62._ n 1_it rCtS11A tMl�CA7ll SOMU�4�t.�) ;42 t"a•4dL .. 17 .(,t•:i:a.t 2), 191 ( K (42 xYt S240S-Stptefr.e[ I0, IOtJ -..r. Ll !'aa.r Caunty, tu1•.rrJa t, Ala..cJJ. Alpinc. Ar+aaluR. Outtt. N ftrrr.Jn_ 3 CalaVe[aa. Co14a4. C41,t[a Costs y f IMI Ik,[le, El hu,aJ... t'[ef,w ,Ci.ruwConsa,uaut . 1II.1 4 .743 ; .3S itta, .02 as u.n, Uuai.alJt,-al,7a, t.a<c w t �. �..t,lewtot.G,nstturwtr• Orlper . 70a.1a .NS � .)S 41.e' .01 ,r 1 lanarn,. ns.h t•, !tu In, tut Ilam - tlenducl,w..ttcru.l,..KwM�. E, t7aUaxxa;MJtl.c,a• 10,2G .90 .N .Di ituNrtey. 1441-3, ticvrda,:Ylacce t... .,f1 1 S.L:44"s.co..San Dealt. Lan t'tanc144:0, San.idi•(uin, ..au t,•tco, Santa Clata, Santa Caux - e St,aua, Stttu..S/Sliyu.., cgn':. x itr�iiwl t , » +ogi- + ii _ S4au, st.r.lsta.a, 142 IM 4eii2 {Ra•+x et 21. 1S, t ht - - Sutt ca, Taa,.r, Tr iniiy, Tulatc 4 t.,i Anl Ja, r tc<.+,vnd to Y.rlu Yawl Yuta t.u4,il it ` YuiLlu fuurat ira, Culut aJa Cal llocale_ r t a { T- fain J✓, r - _ CLnir, " '`�r ;r�F ?. rE7r7•lt, lana • ,' j • Aaln•slW lM,tkerr 11.40 .72 U-.61, i 751 5aa I/aw:lf.o l San Kalco64. x ;3. rt;. •' ,frt.lc'i(ai72 ')t+'6. )St F.natc[L 3t.S0 .60 1.20 ': IAS :OY _ .aY S.ry, �r 7 '`7u c.it II2 '2o Miles. ,lleL ttm itutle wr►ctaraul aeitlrac.. ' '.L!<-ulCt,+a - 11.60 .72 1t•»dS lad 12asttica uju jw.1.31 =11.62 ..i0 1.20 1_11 .O9 tc r9 12.f4 .72 Itt.L1 1St Ultu.<slli:l t',.rrele,ft z,.s It'ItJ 40 •il•r ttua P. •.3 e .•' i ura{�(V.t, Ca31 t at ;12.34 6.60 1.20 1.11 .89 set l ri - 12.1: .7J lt..LS U..aae. fulisa, El ts..,r.6., - s r ' I .72 17.»G$ I t Gieaa, lacca,-ta.Y•.;, tttsa i. EJu:•.1 V.ytnv, 4JrlIcL lt[r .Qa. - , .72 ; i...L' {at Plac:•a-: Mlu...1.'Gl.ast:i:'- - r. `�'S .GLI•. :•1<il: _a r. il.i: .72 )t.»L' 1St Sierra. 5i:r„yw, Sutt•s,, ,`f t. P T.lui•:,;' 7atalt AnJ Yut.a , iatr..ri Y 5 u 4u0 1 i U .t, 1111 IV. 9:G•, ,'l7 is G• 1;t C.wu.t l.a v 7 .,.t,i ,t,.t f• ,,.t t+w.t+•. I).Li ,141. .15 art.: ,U_ la.atera - ;"j1.bS 1.91 40 �+• I ...LI vrinF-G..LI,uCIW f• licl(.i r r 701.b .lis t �)r it•a :Y2 IQ.2L EE4 1 It0lRAt OLCIS1UR, VOt. 42» tlo. 277-121DAY, 170Vtt411tR 75. 1477 luullliAtlJtl. P. IID011•ICAIIOIIS P. 6 ` ��' nr.�lxlret 6�tt«t7-SUen _ Ir.J. Il �•'f i 1, f`�` : (41 IM 11+/4k) - tktagwr,7, win f•i.y.a...I.r.Mgrawb rt+la.,,J. IJ+Lo 0•�IC r) � Ib.•.ly tJ+..r..+ 7k M1t' �� _:,'x '•'•° ta.a ue:••t R.7.. II I M �, ''r•'""•. - Aa,W.tos Yur5eral Arr•• Ir.r.alul.•0 Cuwltics •nj Id.1ho r§r i ',w✓, Gwuty (-uual. L+lO 11.40 .3.1 }1.20 ,� •.7 (•Nail A/_1_�L.1_-M.[. tI ' YI..+l..1' Cu1.al.uaurai - b..ic.. f.s.0...64 r.r....a• 0.•re•u+l.. tlunrrr, O..mlJ+ry. +: , �.� v ,•Af�•.J•...Allync. Aa...ln. tl,ely. ;. CJ-.<.a:+. C 1.•+awtcc, IJJI.o, l:Jute.4t, s4 feu 'G l.verJa,..i.r Ltu C•-."t+. CI R.r.• 111• Y..w.+ V+a.ri•. «)it Ira+l., I.0/a, Iia racc. _ 7ik �N.[te,...YI.L.6t.7.;,.1't aa.a, - 'Arr••7•. Slwalwa..: C«uualcst .. •. •, .. r3 9:1.vrtor C...•.truawaa 12.965 .711 .36 3%4 a .01) It .n..sn. f.t ti..sA ]s Clvv+r3r G.uatauct..[s• - : ' 1 y-^L n'vcaJ, h.nt.•[ty N p•, N .a]a - II�IP.ra 9.07) .743 1.1•r.t.,:L ua+:nt .:,u o4natJ• I:Itvatut Cu•.au.c[oaa• .h S,n ha•.cla A •3+1 ]rrlJtn. S31 s 6.4n x+tru,•S3t to cl■ta; 53nu Ct Jc. IIa7+ra (1•a..4.) 6+tter, T.I.ATA, Iru1wJ.►trst' - �k Tuolruls Y la and iuc` Or .wot.11 M.A.lurclNsi ..C-..t l•'• C lat.:irrl• t tl.a•.u.4 Omu..r, bJ.14J+[Y, '�'� �'� Ct.•rr:t CI...Iu+lec. IJrl.0 G.uut) ' °F r A31.rat4.'saJ[►er• (1«.[tN u[ th. 44t1. r4t.i- c� 511.00 � .95 -$1.27 = Mail ,07 - t 9b•.ecias Luta, IL•t ra•[ac, sl.o- 2���': Sm"YuncLcu�inJ'Sin�M,tcoC 3, alwuc Cuuocica ll.b) ,Y1 LCJ ,W r "'` ': Pwfirs 11.SB .40 1.20 1.15 .09 la[l.rasa , Miale wtacts •nJ Ke ttlea<a r. a8 •..".' 12 aetticsb acwl., bouncr, b.1voJ]cy, "/u P'•e4'=1 :11.81 .60 1.20 1.15 .09 ? IJaLo CwnKy , y',r - •ltu.a tier-1'na3elei.; Pll.c yr. 6 «F+'1 74 'fl.+l lA( - c (Iwtttl u( (t.. 461E r al t ]2.)11 to 1.20 1.15 ,u9 ltl), y lr 1:1l..la]J Yl+:er,,•5rt tet Z �,,.� - •nJ Ya..C.•Antits ' -it.. flex N:&cu. 51.u.1.ot.J.f CJ.Intla 9.93 .70 t: aa�'Yu - s Mwhra ;11.89 .93 .40 .06 r 1 t 5� A.t L.__.._. .,.,..-_ ;.. .._.,......_ ..._ ..-,_.... _._.... ,. •wra ,-b.ar Lr1,t, bl nCMrr, - 11 Y f blJl u.:. b41nr:V1lIt. bYltc; ala .C•rl.enterr..fw„O.tc.asa .. r �`� ttalJcntl+I r..rrlructurnl C.+.aa, G[ll.ou, C.a.IJ, : N C•uWa+.aaJJWtarJ:t'bt 7.00. 1.22 ;. Glia/., Coact. 1'1JxLllu. - t Fac..oat, (w.ling (.aa.pt ' }t,. r•. t tl«: Cu ywl bltaa:+a1J - aat�T�'�'"�r1_. - .L(to rl•.N, )+rus.c. Icul•1.'. St s. QUJI.4n 1ue.14u1.3 W.IJA. 1'wcr, T.tuo ,'Iwlia _ IL cousitl��g aQaua. _Q«ILr 1 rlrt+i 10.tl6 ,4tl 0� .Iut1 It wanl. 31 401 .21) .001 �y.r � ,. ., _ Pl+stererf• 7..uJ..4ai ,.: ,., i � > �i(-.k,j. , .,, :: �:... : .. � -. :, i ., •Ivu+l., b..au..r..buul«I,arY• , "t+`r �.� f�• Glr+aua ca', 14+l.a CJulty . rs� • { (•wall. of 4Nth 1•.u.1is1) " a I_.t..l., la via 1r �t A.c lea.e. SIws1...Iw C anti. . 9.33 .02 .lU .U) • *-t. JI,� . - i b.:4.ual.,-buulrlr, IwunJJry, .a •:.'yyam r i laa tv:,l.•ri 1:•w4:wa 1, t.l - cut.. Icr ('cat., :.4ualwuo . .. �� � • C..untJe•. ..13.91 .71 1'20•.- .12 }�F yrn - O •(� > I • Cit $� 'EL019AL PEGIS7ER, VOL. 42, 110. 227-FRIDAY. IIOVEMDER 2S, 1977 W r • a _ i L>r [ .,' (i�•1...•. . ... -e....•. .,,..,r... .r,.:. .:,4...t .-._>...�.-,.<.,:....«r i( .. ,: ,r♦ -6 �'-11�:`_'-.,.� ;._.�,r"•°„T�t�'� �:�afa •It.• , lMa' 3x ::JiIU It.lf11l..i P. t. �•aj L x.c,*..,-: '••,++. N...tr lJ...•... _otCll laNl p0. CA77-SJyI It'wat•Jl +�� '�-, r '"r-n+ ' +. Arr..ir. - t•i•ye Ocar ld•1•rr«rwt. a y � n-•uta r.l• CLta .r.J p•ua tl•Nc --• ka s� � tlrGla f.a•.t. StLW .92 )ia2.10 .05 11•••Ir Ilrr.ir LJ«.a..«. 11..1 .12 ' 31S.2.10rl •2.10 .o. i-imus touirtuisr ot• Awas k,[.• Mo.. 111 x N....r,. waa... mi'''x. Y.r i t!•riiart 1 Il.tl '1.9 ]►•1.25 .Ol USIA 1 "$A2 i 1p�. 3 ,)l•1♦rat.• nJ .41• l.•an.:. - I1:•It1Ct n.,;UAJ.I'ita. '1LlU .96 : ]l•I.0 .01 .Ol Group It S !.I],. SI0.6i.: S l.Sd.• S 2.25.: 51.00, .29 a ,x}57 x I Group 2. 9.50". 11 at 1.Su• 2 2.s l OOI ..'1 lt.rlcuy C..•nly Gtt«.p 3t l.7I' 11 21i l.Slt• 2 21; \1.00, ly' 12::0' LU 1t�f.JO .0e Gttwp to t0.32? 66.66; 1.50• 2 25a 11.00; .29 �ry"x'a.r '` a t1•: 111t L ll.el l.lS 1a•) OG . ' 12.Oi' S •IO.5506 Cc St g , j 1 00 2.1 Gtoup it 10.71 1..22 LSU• 7 2 'r 1 001 .22 1e 19 LiJ Sca s;.'n.it to Grwq.7: 30.07E 12.]l 1.10• 2-15, .29 � " �` Ec•ti�J 2 L1.1[ic' 1 7.75 .10 1►•1 0 .OS Gtw•p It 11 ]1', 12 l2: l.Sd- 2.45? 1.00 w 29 •> ....;rte :Y•tract+i " ':- G1w.l.9: ._ it Sl•. '1]'as 1:18• 2.2s - 1.00 it .29. } c*Ault ;"A .Jat, t la•cr.�, Gtuul. lot 11.7C' 17.27; 1.SJ• 25` 1.003 .29! a .LYS�u.la.' in fu nlle!` . . 1.SU• '>" N ccbup 10-At 11.1Oj 1).)9+ 2.2s 1.00', 29` tltuLf., 9.d2 .15 2.]t 1.11 C.rmq. ll; 12 06 11 S7 LSu- 2 + i 1 OJ; 29' , a€ 61+•ys cttn.:k'tal•.•rat Group 11-Ai 11.22; 11 77 1:Stl• 2 St L.00 29 � ]:Su. x '•'tiln) .a,l«1':c+twiJt Gu•up 11-d: 1] .2; 15.0]; 2 2S 1.00: 29 AF �? } 't:1.1611Lti[Ll"'S[t.CLUI l Group 2 11-Cf 1] !{S 15.75; I•SN• •S LOW .29; 6tacit 10.22 AS :2.3t ; 1.11 k7 y r.:I/xdu[y,ttan b:nlan, i:n - ; •b•Cluics $.2apur.bour to Pu.awla.d II. Itk and t Jlt.ce V.ad a a: tlatw,,'S.nt.!Cldrd nj r c ° .'Gu•ldr Cr u[ C•.uLtl 1•:a-: �. _ � .: - ss +]c:�. l+z-•c3o41n9 l•.tltax.3 49 Ir.c .-"� � - �5 { Lk. zd.n• At a. aalc L 11.92 .9h 1 1J .tl0 .Ol "I I.L• - i EJ1w•:r.� p "P rpc•y 12.17 .iI 1 70 .b0 C t ►' IISY N t . vc•u.a «J a• -t ,.o 12:17 .L9 1 to .b0 .01 .•_ n F [.:4flatlats7enlcnt.... .. arnica x, Y•' .: CwuU.• �.. • _....9.91« .1.25 -.-.._.l lu _.1.00_ - GiouIs lttl - 1.975 1.25.. 1.10' 1.10 .l0 P•Ltcr.i C.Astt.Cote Ca:wtty 0trlyI` ti ,•.Sr ",: - ...Pi t t.a Jut C:.ulkel . ,,.- :/+arin,-o/pa at.rv. J -• :; - s �� Ae SCnnr,Cr,u.ur.a - tra•uluts,,.lii>,`•1r•ilursCa. .y cku[sr• z - 10.9,1 1.10 1..0 } l.tl .09 - 'do[t 1..Yer n.1'jx.ai6 a` � ,Y.a♦t lCy•.t►rra.r ►et iaa:0 "'1'_.ptpulayc[LI ML-�u'c lftt+.: i:ll=,1•ttlea:•:e0.1 ,tj 11.21' 1.10 1.21 1.61 0y It tct ro ].Inc°pfpu unl ? 3E Y/tu•.tt les A.,. 1..:;:.. �atril:ploq t w Itwlub n7 F. �� C&:A u[ tttM . l-1.'.! 1.10 1.J0 1.L) .OY 'rS AJIe .:tt t f'C...:l iu(.1.. ` •"gyp s c' `aanlwlC t 1rr secreta f an Jienl to.r,d � Sr..•y G...n11af < .A.l.lt. T��t A.:./a!✓1,a rtl 1,.. 1 � - LJtW[f[St• _ ' �, t ysi a 11 ►ettltl 11.IU LS ► . Gcustp llrl' 19.36 Sl._ -.1.70 $1.10 .10 "� ✓t ui Irru1/ - •` ta I-. .. re.rindtn•l r..ct•inc 1n? r� `�Ga1:1T11 :! •.)). 1.25 1 70 1.18 .t0 cww^.titu.0 uitlt yunitUy, x as Z ':/•o et{41 .t c•.t ty r a .-.y Or 4I•.1t eacte - Alt J,wc Ser dlta•t J,s _ - - i ' t r.» , ryF 3 kt Ir C ;t 3 - vi A 3 f1t/IRFI NCGISICR VOL 42, t10. 447-fR10AY. OICEfdt►LR 16,1977 1 ' u. r 100MCAIMIS P. 7 M00)F(CAStOttS P. ti 1 �j r ,/"�,• cn tFy DKlston /CAII-5091 Cont<J. n..i< F.ha.n...Lot f.r„e.r.,. } :I v Podue V...a.. -4,.# - ir 44J: Iltt 11I f.17S 1,32, 1.70 1.10 .lA 0.<Ic Frt.r.p...t.r<Pq�<.+• _• Mira win4ln•} •aClrina to I 94Jrlt Ea.<.t... i l -"•`"`'a+"f turn.cs ton with yarrltln4,' 1taN. 014,11f.e<i.aa Y.ta•i.. «1 Apr,,. )r. € ,4.oc:..hat Ct.te - ali•{r.er-1..ri.cc peelslt t (x(077-YJi!!1 lt.,.l. rt�2 •r�:• ,a.+t. IUp 11.117s 1_2s 1.70 1.10 .to ._..lt x, "} t,.Ca.tsm C.,str CwJnty C-niyr (il i'k SIM - OctOLet 7, 1471 '-s.rr Statewi4a IJahu r ' ..duly-layers rrd piratic Ch�'•9[r.; plhelayrnt Pcer.+ore p1I Aabaaoa WorMara{ ;,t■strc, no joint 1-11": it'. beve--tr. bohner. Couodaey. ' 'J-+`' '�• •trilq.ing of sa-.v, inclu.Ing CiJanratar. ldala Wu+rty voldc, flees- .%a_ (uo{l4 Irtl). I:.ro t•rra t. - • le I. v.t-ter-a, Cart In p1 :•'.. i.rtalr. trawls, Net Foca. <,.,: '�rsrn.'r3a:•fotw actl9as ShoaLa Os Counttas ]32,75 .51 st.10 z "flasietTanier�r Grprat.ras A r # Soli.,o C:Jr,ty 9./s 2_25 1.70 1.10 ben.uab, DJanir, DJuudity. <', i . ,. CIJJsv-ter. 14-1,0 Count ¢ TIIa.5atteia •Iirijvts+ .T _ 1 ; Aleam4s<:Ccu+slaCaua..t:el • "I (north of th4 Inarthaco (ta rta,•tr0at.a A tUtin,, i '• L- mu isty of Tunahlp-1029 Krrlacey.:lrslv.1Sin Pcnitu north), itvJcenit. Ircah<" rt ^� - - culs, 1199 YerC4. 511-(0011 Stn Pt arCla:4,•«n tplated. I r ' _SanaaClara,-Sanaa Crag, CJuattest =¢r t Car.encecs 20.0 .Oki .73 .075 S ;.S�nO+s ana S+tano Cas. 9.27 .E9; .Si ' 141. 1 r'..> Savitiir. Stitlolrary YTDipI 71471 Fou.c WooJ•+urktng TJol Z 142 Ele lIy9J.- Seµeu..c 1J, 19711 Oparacae. Plledtiver 10,99_ .bb .73 .07S O "stat a of Oalavaca C.rpentece (burned, char -4 -• '.r. .r red, ua0101e4 017 stall [7 -Client-.. laxly txcacr4 tutecial't " iA fY, � =latrtrtsa L+.Ooltrn LYL09 .tr6 .73 ,OIS j•tsie sate 7 0.97 'l. 57 Ol ' hillusitht at.d ((.china ; i Stt ICtutal•atsrl-9 ru:}.tIJc4 Yrectac Illi .63 .71 .075 •. +' a:.afto7dlaq�it.,lny. Cl.alr, flicdcivcc (ccaasoted ? _ . S . lal} .t0 .71� r . eU)5 ' + [L. +inr tapirq 9.]) 95 .SS Eleetrletaot "Tank•.(/E-e:ju:ed•to'the keau/ning Countl9at .1aatEc['.riJuri mr.03"for ` Eltctr/ctahst Tecl,ntctans it.W .73 1T•4 .)0 ti, x � st rrry or ptncc[alni ' - Cabi. Spltcucs 11.21 IS )x t a is "YJa ,.p,n(4/ea vltL itil,ttltt of Fluel-aat OOOsl3Gns'or`Wit 1:.it") perilr.ing Cuunalua and iJrlw aetttior'JIUehrlar.s'anl�•ar County {south 0t that .6th- ��. . t"� luttoJ'o wt► of. all arrks), Fu■11ai) 11:37` ,04' ,90 -.10 unl6listA!'i ilk's ij.?1y 9:S2 93 Dtkdjar"'lit c;jr f.Ctt.)'tt { . '� ' ya(nt.4 )a 34 `ot r-t•• 0'1'x1 1 T � CaLS•J sa-lfa74itr) 21.45 ai 5S al I /afyiLt,Pir 10-14 v.t♦ 1aI15 y,s °I1,•1r•t.ac:eSra •Off,e4lla6-11AI .5c k r ridbai3<L■ pa/4 aLJva trae - r ippllcaLkattur. x+ r�er 1�• •VT/ � r _ / •. UD2RAt RCQtSIER, VOL 42, t+0. 242-FRIDAY, DECEMEER 36, 1977 ��} � .. .. .. . .,,,. ,r, •..r.-.. .. ..z'. .t t..t�ttt• 1 r♦-r;r t�,3f'••.f 1 :4,i �•. •+;' ♦ .,j' , Family Practice Clinic Contra Costa County DIVISION I-1 ALTERNATES 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION OME The General Conditions and Division 1, General Requirements, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE In addition to the "Base Bid" as provided in the "Bid Form", the Contractor (Bidder) shall quote alternate prices in the spaces pro- vided under "Alternate Bids" in the "Bid Form" for each alternate unit of work as hereinafter specified. 3. ALTERNATES a General: The Alternates are described below and listed by number corresponding to those listed in the "Bid Form". The Alternate Bids increase the scope of work defined by the Base Bid, and repre- • sent additions to the cost of the Base Bid. No change in construc- tion time will be permitted for any alternate. The Owner may reject all Alternate Bids, or the Owner may accept some or all of them, not necessarily in the numerical order of their listing. b Alternates: State in the "Bid Form" under "Alternate Bids" the amounts to be added to the "Base Bid" in the event any of the following Alternates is accepted. (1) ALTERNATE NO. 1 - COT-1PLETION OF WORK IN WARD # 5 AREA Complete all work within Ward #5 as specified and indicated on the drawings. (2) ALTERNATE NO. 2 - COMPLETION OF WORK IN WARD # 3 AREA Complete all work within Ward # 3 as specified and indicated on the drawings. I ALTERNATES 00184 Family Practice Clinic Contra Costa County SECTION 1A PROJECT GENERAL RE4IUIREMMTS 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION ONE The General Conditions are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE The work required to be performed by the Contractor consists of con- structing and completing the "Work" as defined in the General Condi- tions, in accordance with the Drawings and these Specifications and all applicable provisions of the Contract Documents. The work includes furnishing all plant, labor, tools, equipment, appliances, materials, transportation, and services and performing all operations necessary for and properly incidental to the construction and proper completion of the Project as shown and noted on the Drawings and as specified in these Specifications. Items furnished and installed by Owner are noted N.I.C. Items furnished by the Owner but installed by the Contractor as part of the Work are so indicated on the Drawings. 3. DRAWINGS a The location and design of the required construction are shown on the Drawings accompanying these Specifications, which Drawings are hereby made a part of these Specifications and this Contract. A complete list of Drawings and Titles is given on the Title Sheet of the Drawings. b Where "As shown," "As indicated," "as noted," or words of similar import are used, it shall be understood that reference to the fore- going Drawings is made, unless otherwise stated. h. UTILITIES a Electric Power and Water will be available at the site for use by the Contractor for work on this project at no cost to the Contractor. Installation of approved temporary connections to said utilities shall be provided by the Contractor, and same shall be removed at Completion of Work. b Sanitary Facilities shall be provided by the Contractor for the duration of construction. IA - 1 PROJECT GENERAL REQUIREMMS z , Family Practice Clinic Contra Costa County CODES AUD STANDARDS a Contractor shall conform to all local, city, county and state building and sanitary laws, rules and regulations, and industrial safety laws. In the absence of definite requirements on the drawings, the provisions of such rules and regulations shall be observed by the Contractor. b Unless otherwise noted, all manufactured materials, products, pro- cesses, equipment or the like shall be installed in accordance with manufacturer's printed instructions or specifications. c Specified manufactured products, brand names and assemblies are to establish standards of quality and utility. Substitutions of equal quality and utility acceptable, subject to approval by the Owner. Refer to General Conditions, Section 19 and 20. d In the specifications following, certain industry, association, State and/or Federal Government Standard Specification Documents are referred to, to establish minimum requirements for materials o and/or workmanship. Copies may be obtained by the Contractor by applying to the respec- tive industry, association, State and/or Federal Government department. (1) "F.S." refers to Federal Specifications of the respective numbers established by the Procurement Division of the United States Government, of the latest editions including Amendments thereto but not including War Emergency Amendments. (2) "C.S." refers to Commercial Standards of the respective number by (J.S. Department of Commerce. (3) "A.S.T.M." refers to tentative specifications, standard specifi- cations, standard methods or standard methods of testing, of the respective serial number issued by the American Society for Testing Materials. (b) "U.B.C." or "I.C.B.O." refers to Uniform Building Code by Inter- national Conference of Building Officials, or Edition as adopted and amended as a local ordinance. 6. ACTIVITIES ON PRE14ISES a Premises, buildings and other facilities adjacent to designated or assigned work, and storage areas and access routes will be occupied by Owner and. in continuous operation throughout duration of this Contract. Work under the Contract shall be programmed and executed so as not to interrupt Owner's operations, and conducted to cause the least interference and nuisance possible. lA - 2 PROJECT GENERAL REQUIREMENTS 00180 Family Practice Clinic Contra Costa County b Premises, buildings, ground and utilities serving them not particu- larly assigned to Contractor shall not be used for Contractor's convenience nor used without express permit to do so, arranged for in advance with Owner. c Contractor shall maintain and protect existing facilities encoun- tered or in near vicinity of work or operations under the Contract, including on grade, above grade, and below grade structures, utilities, construction and improvements, whether existing or newly placed under the Contract. d No service shall be shut down, transferred or otherwise interrupted without first being scheduled to be done at a time agreeable to Owner. Any shutdown of any utility shall be scheduled two working days in advance with project engineer. e When utilities are accidentally or inadvertently interrupted, the shall be immediately restored to service prior to continuation of any other work under the Contract, regardless of the hour of occur- rence. 7. DUST AND MUD CONTROL a Contractor shall provide and apply dust control at all times including holidays and weekends, as required to abate dust nuisance on and about the site which is a result of construction activities. Quantities and equipment for dust control shall be sufficient to effectively prevent dust nuisance on and about the site; and when weather conditions warrant. The Owner shall have authority to order dust control work whenever it is required in his opinion, and there shall be no additional cost to the Owner therefor, but dust control shall be effecrively maintained whether or not the Owner specifically orders such work. b Similarly, Contractor shall take proper measures to prevent tracking of debris onto City streets, roads, or drives. All egress from the site shall be maintained in a dry condition, and any debris tracked onto streets, roads, or drives shall be immediately removed and the affected area cleaned. The Owner may order such work at any time the conditions warrant. 8. AS-BUILT DRAWINGS a The General Contractor shall maintain "as-built" drawings of all work and subcontracts, continuously as the job progresses. A separate set of prints, for this purpose only, shall be kept at the ,job sit-.(! at all times. It shall be required that these drawings be up-to-ditte and so certified by the Owner's Inspector at the time each progress bill is submitted. fulfillment of this requirement is prerequisite to approval of requests for Progress Payments. lA - 3 PROJECT GENERAL REQUIREMENTS 00.187 Family Practice Clinic Contra Costa County b During the course of construction, actual locations to scale shall be identified on the drawings for all runs of mechanical and elec- trical work, including all site utilities, etc. , installed under- ground, in walls, floors, and furred spaces, or otherwise concealed. Deviations from the drawings shall be shown in detail. All main runs, whether piping, conduit, duct work drain lines, etc. , shall be located in addition, by dimension and elevation from a fixed location. c Where the drawings are not of sufficient size and detail, Contractor shall furnish his own drawings for incorporation of details and dimensions. 9. 14UPOWER REPORTS The Contractor shall deliver to the Project Inspector each week a completed copy of weekly manpower report. Report forms will be supplied by Contra Costa County. 1A PROJECT GENERAL REQUIREMENTS 00183 Family Practice Clinic Contra Costa County SECTION 2A DE-14OLITIODI 1. ENCLUSION OF GENERAL CODIDIMTONS A.ND DIVISION OITE The General Conditions and Division 1, General Requirements, are a part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. 2. SCOPE The Work Includes, but is not necessarily limited to the demolition and removal of portions of existing parts of structures as shown and noted on the drawings and specified herein including removal from site of all materials demolished and debris caused by demolition work; mechanical coring and sawing through existing concrete as specified. 3. GENERAL PROVISIONS a Demolition within existing finished areas shall not proceed until all protective coverings when required by Owner are complete in place. b Owner reserves the right to remove any existing materials prior to start of work under this Contract. c Materials demolished, razed or otherwise removed as required shall be property of the Contractor end disposed of off site, unless otherwise specified, or directed by the Owner. d Demolition shall proceed in a safe manner. Equipment and materials shall be provided and procedures determined as necessary to avoid accidents, injury to persons and unnecessary damage to property. e When unidentified utility lines are encountered during progress of the work, immediately verify service and status of same and notify the Owner; do not shut off or disturb such service until instructions are issued by the Owner. f Removals shall proceed to cause the least nuisance by dust and least interference by accumulations of waste materials and debris. Provide frequent and continuous removal of debris as necessary. PROTECTION OF STRUCTURES AILD PROPERTY a Protect all adjacent property from damage. b Repair any damage caused during and by demolition work. 2—A 1 DEMOLITION 5. SALVAGE MID DISPOSAL OF REMOVED MATERIALS a All existing materials which have been removed or disconnected and are not indicated or snecified for re-use on the new work or to be delivered to the Owner for storage, shall become the property of the Contractor and shall be removed and disposed of off the site at the expense of the Contractor. b Existing materials or equipment specified for re-use on the new work shall be stored at the Contractor's expense and protected from damage during construction. 2-A 2 DE14OLITION 010190 Family Practice Clinic Contra Costa County SECTIoii 6A CARPENTRY, WOOD DOORS, AND INSULATION 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION ONE The General Conditions and Division 1, General Requirements are part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. 2. SCOPE. a The Work Includes, but is not necessarily limited to, the furnishing and installing of all carpentry work including wood doors and frames, insulation and incidental miscellaneous items and work, as shown and noted on the drawings and specified herein. 3. CODES AND STANDARDS Carpentry and woodwork shall conform to applicable Building Code. 14ATERIALS a Framing Lumber: All studs, plates, furring, headers, blocking, etc. , shall be Douglas Fir-Larch and graded as enumerated below in accordance with the "Stan- dard Grading and Dressing Rules No. 16," including Supplement 1, September 1, 1970 edition, of the West Coast Lumber Inspection Bureau. Grade shall be stamped on lumber at the mill. Moisture content shall riot exceed 19% (1) Studs, plates and blocking 2" to 411 thick, 2" to 411 wide Par. 122-B D.F. Construction b Interior Millwork and Trim: Materials shall be of the wood species and cut as indicated, milled to the profiles and dimensions noted or detailed. Wood grades shall conform to Section 3 or It, as applicable, of the W.I.C. "Manual of Millwork" and shall be as follows: (1) Millwork and Trim to be Painted: W.I.C. "Custom" grade. Wood may be any commercial species of available softwood or hardwood normally used for this purpose. 6A - 1 CARPENTRY, WOOD DOORS AND INSULAT10N Family Practice Clinic Contra Costa County (2) Moisture Content: All millwork shall be kiln-dried with a maximum allowable moisture content of 120. c Doors and Hardware: (1) Wood Doors shall be W.I.C. Custom grade, flush, solid core, Type A, Birch face veneer, transparent finish. (2) Door Hardware (each door) : Latch existing in quality, finish, manufacture and style. . 1-1/2 pair butts, 4" x 3-1/2" STANLEY F BB 179 each door 1 latchset 1 wall bumper BBW WC 9 ea door (WC 9x at masonry; WC 9 at drywall) d Rough Hardware: Furnish all items of rough hardware required to complete the work. (1) Nails: Common wire. (2) Lag Bolts and Screws: Galvanized, conforming to Federal Speci- fication FF-B-561B, of sizes shown or noted on drawings. (3) Toggle Bolts: Galvanized conforming to Federal Specification FF-B-588B (2), of sizes shown or noted on drawings. (14) Concrete Anchors: Phillips "Red Head" Wedge Anchors. (5) Powder-Driven Fasteners: "Drive-It" System of the Powder Power Tool Corporation, "Ramset" System of Ramset Fasteners, Inc. , or approved equal. Powder-driven fasteners shall not be used except where first approved by the Owner. (6) Framing Anchors: Timber Fasteners, Inc. , Universal Anchors Co. , Simpson Co. , or approved equal, galvanized framing connectors, not less than No. 16 gauge (USS) before galvanizing, having minimum design and load capacity given on the drawings. 5. MISCELLANEOUS ITEI•IS Rough carpentry work and miscellaneous items and their related com- ponents which are to be furnished and/or installed under this section are not necessarily individually described. The most important features and those requiring detail description are mentioned. Car- pentry work and miscellaneous items not mentioned or described shall be furnished and/or installed in accordance with the intent of the drawings and specifications and as required to complete the work. a Sound Control Batts shall be Johns-Manville Un-Faced 4" thick, friction fit, F.S. HH-I- 521 E Type I. 6A - 2 CARPENTRY, WOOD DOORS AND INSULATION Goo Family Practice Clinic Contra Costa County b Caulking and Sealant Compounds: Interior - Single component butyl- based general purpose compound. 6. CONSTRUCTION AND WORK14ANSHIP a General: Install all wood framing, making proper provisions for work of other trades. Do all cutting of wood required to accommodate plumbing, heating and ventilating, electrical, and other trades. Fit neatly around all exposed items, such as outlet boxes, conduit, pipes, and ducts. Cutting of holes and notches in studs shall be in compliance with U.B.C. b Plates for partitions and walls shall be single at bottom and at top, except as otherwise detailed. c Powder-Driven Fasteners: Where powder-driven anchors are approved for use, each insert shall penetrate the concrete or masonry to a minimum of 1-1/11". Use washers with all inserts. There shall be a minimum of 2 anchors for each member. d Studding: Furnish and set all studding of size, and locations indicated on drawings. Unless noted other-wise, studding for furring and partitions shall be 2" x );" set 24" o.c. Cripples shall be run to the floor plates. e Furring, blocking, and backing shall be furnished and installed where required for reception of wallboard, formation of architectural fea- tures, concealment of pipes, conduits, ducts, attachment of supports for building specialties and other fixtures. Contractor shall consult with the trades concerned and set furring and blocking they require. f Grounds and Nailing Strips: Dressed wood grounds shall be furnished and installed as indicated or required for securing trim or other finish. Set grounds rigid, true, and in perfect alignment. f? Fire Blocking shall be installed as shown on drawings and where required by applicable codes. 11 Framing of Openings: Openings shall be provided for mechanical and electrical equipment, ducts, etc. 6A - 3 • CARPENTRY, WOOD DOORS AND INSULATION 00 1 -93 Family Practice Clinic Contra Costa County i Rough hardware: Furnish and install all stock item, of rough hard- ware as indicated or required, including clips, anchors, hangers, bolts, ties, and plates for connecting wood framing members to wood, concrete, masonry, or steel, except as specified to be provided under other sections. 7. INSTALLATION OF FINISH CARPENTRY a Installation of finish carpentry shall conform to the applicable requirements of the W.I.C. "Llanual of Millwork". b Secure all interior finish with finishing nails or screws as required, unless otherwise indicated. Set nails and screws for putty stopping. c Interior millwork and finish shall not be installed until the building, is thoroughly dry. d Hammer or tool marks or marred surfaces and edges will not be accept- able on any exposed finished surfaces and, as evidence of inferior workmanship, may be cause for rejection of such work. e All end splices exposed in finished members shall be accurately and neatly square butted. Install members in as long lengths as possible. f All work shall be installed to details shown, plumb, level, true to line, and securely anchored. Nails and screws shall be neatly set and all wood raised in the driving of nails and screws removed. Exterior corner joints shall be mitered. Interior corner ,joints may be coped. Casings at heads of doors shall be mitered. All exposed edges shall be eased. g Prepare all woodwork installed hereunder by cleaning and sanding as required to receive finishes specified in Section 9, "Painting." 3. INSTALLATION OF BUILDING SPECIALTIES a Install all items which are not specified to be installed by the manu- facturer or supplier or under other sections of the specifications. Install in accordance with the details shown on the drawings, the manufacturer's printed installation instructions, and any additional requirements. All wall-mounted items shall be securely fastened to solid backing or blocking. b Install all other miscellaneous specialty items not specified to be installed under other sections, and complete all on-site finish carpentry work required to produce a complete and finished installa- tion. 6A - It CARPENTRY, WOOD DOORS AND INSTULATION 00194 Family Practice Clinic Contra Costa County SECTION 9A GYPSUM DRYWALL 1. INCLUSION OF GENERAL CONDITIONS MID DIVISION OPTE The General Conditions and Division 1, General Requirements, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE The Work Includes, but is not necessarily limited to, the furnishing and installing of all gypsum wallboard construction, including metal drywall stud system at Contractor's option, and all accessories, as shown and noted on the drawings and specified herein. 3. CODES AND STANDARDS Gypsum drywall construction shall conform with the applicable requirements of "Drywall Construction" published by the Drywall Contract Administrative Trust with the California Drywall Contractors Association, latest edition, and the "Uniform Building Code," 1973 Edition. 4. MATERIALS a Gysum Wallboard shall be 5/8" thick with tapered longitudinal edges T'-0" wide, and in lengths that will result in a minimum footage of joints. Gypsum wall board shall be U.S. Gypsum's "Sheetrock Firecode," Kaiser Gypsum's "Null-A-Fire," National Gypsum's "Fire-Shield," or approved equal. b Screws shall be 1-1/4" and 2-1/4" long as required, Phillips-head, Type S, contoured, self-drilling, self-tapping, anodized steel dry- walls screws. C Nails shall be 6d cement-coated box nails or cooler nails, 1-7/8" in length. d Metal Trim shall be standard products of the manufacturer of the gypsum wallboard. Use metal corner bead for all external corners and angles and unequal leg channel-type metal edge trim at all ,junctions of gypsum wallboard and walls of other materials. Q Taninn and FinishinaMaterials shall be standard products of the manufacturer of the gypsum wallboard. U.S. Gypsum's "Perf-A-Tape Joint System, "Kaiser Gypsum's "Kaiser Joint Compound System," National Gypsum's "Joint Treatment System," or approved equal. 9A - 1 GYPSLM DRYWALL Family Practice Clinic Contra Costa County f Laminating Adhesive shall be the gypsum wallboard manufacturer's standard Joint or Embedding Compound. g Metal Stud System: (1) Studs and Tracks shall be #25 gauge, electro-galvanized, roll- formed steel channels of the sizes indicated. (2) Extension Splicers: Where use is necessary, extension splicers shall be #25 gauge, electro-galvanized steel of the snap-in variety, manufactured specifically for the purpose. (3) Reinforcing; Channels: 1-1/2" steel channels with 7/16" flanges. (1►) Walls or Furring Channels: Furring channels to receive gypsum wallboard ceilings shall be #25 gauge, electro-galvanized, roll- formed steel, hat-or though-shaped channels, 7/8" deep, manu- factured specifically for the reception of wallboard with self- drilling, self-tapping screws. 5. INSTALLATION a Metal Stud System: (1) Align ceiling tracks accurately by plumbing up from floor tracks. Fasten to structure above as detailed with screws at 16" o.c. (2) Install metal studs in floor and ceiling tracks and attach to tracks with screws. No spliced studs will be permitted. Space studs as shown on drawings. Where not shown or noted, spacing shall be 16" o.c. (3) Horizontally reinforce partitions extending from floor to struc- ture above with 1-1/2" steel channels running through studs at the midpoint of span and tied to each stud with 2 loops of N18 gauge galvanized annealed soft steel wire. (lt) Install backing plates and reinforcing of the various types detailed or required for the mounting of all items on or in partitions or furred walls. Exact position of backing work shall be as designated by the trade whose work will be fastened thereto. The end result shall be that all items attached to or in gypsum board surfaces shall be firmly and solidly mounted. Contractor may install wood blocking and backing at his option. (5) Erection technique shall result in plumb and straight walls with no waves or buckles or unevenness at ,joints. Finished walls shall be plumb to within 1/8" in ten feet when checked in any direction with a ten-foot straightedge. 9A - 2 GYPSUM DRYWALL IY Family Practice Clinic Contra Costa County b Gypsum Wallboard: (1) Before applying gypsum wallboard, see that corners and framing are plumb, true and solid. Apply no wallboard until conduits, ducts, supports, fixture frames, etc. , are in place and tested as required. All edges and ends of wallboard shall have solid bearing. (2) Wallboard over metal drywall framing shall be applied using self-drilling, self-tapping screws. Screw heads shall be driven flush, spaced a maximum of 12" on centers in the field of boards and 8" on centers staggered along the abutting edges for walls. Screws shall not be driven closer than 3/8" from edges and ends. (3) Wallboard over wood framing shall be nailed 6" on center for ceilings and 7" on center for walls, at all bearings. Nails shall be spaced not less than 3/8" from edges and ends. Nails shall be driven straight with the heads set slightly below the surface. 6. TAPING AND FINISHING a All joints, corners, nail and screw heads, imperfections, etc. , shall be taped and finished with the gypsum wallboard manufacturer's stan- dard Joint Tape, Joint or Embedding Compound, and Topping or Finishing Compound in accordance with the manufacturer's specifications and recommendations and as herein specified. b All Joints, wall and ceiling angles, and inside vertical corners shall be reinforced with tape imbedded in Joint compound and finished with not less than two applications of topping or finishing compound, allowing each application to dry thoroughly and sanding between coats as required. Dimples at nail and screw heads and all other imperfec- tions shall be similarly treated. c External corners, edges, and ends with metal beads and edge trim shall have the flanges completely sparkled and feathered off smooth from the nose. d The final application of compound and sanding shall leave all gypsum wallboard surfaces uniformly smooth and in perfect condition to receive a painted finish. 9A 3 - GYPSUM MCHALL 00 191-1 Family Practice Clinic Contra Costa County SECTION 9C PAINTING 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION ONE The General Conditions and Division 1, General Requirements are a part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. ■ 2. SCOPE The Work Includes, but is not necessarily limited to, the furnishing of all materials and equipment and the completion of all painter's finish on all exposed surfaces as required to complete the finishing of the building as shown and noted on the drawings and specified herein. 3. COLORS AND SPdAPLES a Colors• The Contractor will be furnished a color schedule for guidance of the painter and the Owner reserves the right to select, allocate, and vary colors of different surfaces throughout the building, subject to the limitation that no more than lO/0J of deep tone paint colors will be selected. b Samnles: Before beginning work, prepare for approval triplicate samples of each paint color required. Make samples 8 x 10 inches in size. All work shall match the approved colors and samples. 4. MATERIALS a Manufacturers: Fuller-O-Brien Corp. product numbers are used under paint systems unless otherwise noted. Materials are specified by brand names to establish a standard of quality, or by performance requirements and general description of product. b Materials for General Use: (1) Shellac: Type I, bleached, No. 4, cut with pure grain alcohol, conforming to Federal Specification TT-V-916 or ASTM D207-55. 9C - 1 PATIITING 00119 Family Practice Clinic Contra Costa County (2) Thinner: As recommended by manufacturer for his respective products. (3) Linseed Oil: Pure first quality, conforming to Federal Speci- fication TT-0•-364 or ASTM D260-61. (4) Putty: Pure linseed oil putty of standard manufacture, with 25% white lead and sufficient varnish, thoroughly mixed to prevent the possibility of shrinkage. Color shall match the final finish or adjoining surfaces. 5. DELIVERY AND STORAGE All painting materials shall be delivered to the site in the manu- facturer's original containers with labels intact and seals unbroken. Paint shall not be stored in the building. Oily rags shall be removed and disposed of each day, and all other necessary precautions shall be taken to avoid danger of fires. 6. SCAFFOLDING, DROP CLOTHS, AND PROTECTION OF WORK Furnish, maintain and remove all scaffolding, ladders, and planks required for this work, and all drop cloths for the protection of floors, prefinished materials, building fixtures, etc. Painted and finished surfaces subject to damage or defacement due to other work on the building shall be properly protected and covered. Contractor shall be responsible for any and all damage to painted work and to that of other work caused by operations under this section. 7. PREPARATION OF SURFACES a Ito painting or finishing shall be started until the surfaces to be painted or finished are in proper condition in every respect. b holes, cracks, and other imperfections in surfaces to be painted shall be suitably primed and patched with a compound recommended by the manufacturer of the paint to be applied to these surfaces, and all areas to be painted shall be brought to true, even surfaces. c Surfaces to be painted shall be clean and free of dirt, dust, and any other substance which might interfere with the functioning of the painting system. All surfaces to be painted shall be in proper condition to accept, and assure the proper adhesion and functioning of, the particular painting system or coating specified. ct All steel and ferrous metal surfaces to be painted will be primed before installation as specified in the applicable sections. Bolts, welds, and places prime coat has been damaged shall be wire-brushed to remove all loose paint, rust and scale, and then given one (1) coat of Ferrous P-fetal Primer. 9C - 2 PATINTING -3 ' i Family Practice Clinic Contra Costa County e Galvanized surfaces to be painted shall first be acid-etched with "Gaivanprime" (Distributed by Fuller) or other approved acid wash for galvanized surfaces and then primed with one (1) coat of zinc dust primer. f Wood surfaces shall be hand sandpapered and dusted clean. All knots pitch pockets, or sappy portions shall be sealed with clear shellac or knot sealer. Putty all nail holes, cracks, etc. , after first or prime coat with putty of color to match finish coat. Do not seal wood surfaces to receive stain or natural finish. 9 All wood rabbets and stops for glazing shall be primed before glazing. Use waterproof clear varnish where adjacent surfaces are to receive stain or natural finish. Use an approved enamel under- coat or wood primer where adjacent surfaces are to be painted. h Surfaces which cannot be prepared or painted as specified shall be immediately brought to the attention of the Owner. Starting of work without such notification will be considered acceptance by the Contractor of the surfaces involved. Contractor will be required to replace any unsatisfactory work caused by improper or defective surfaces, as directed by the Architect, at no additional cost to the Owner. i Existing Work: (1) Existing walls, partitions, ceilings and other surfaces damaged and/or repaired by work under this Contract shall be completely refinished as work under this Section. Paint systems used therefor shall be compatible with adjacent existing work and comparable to the systems specified herein for new work. This painting shall be carried over entire surface to achieve completely finished appear- ance at the existing areas. (2) Existing doors, door frames, trim and other items shall be patched and repaired as necessary to fill any damage, sanded as necessary to make smooth and uniform and refinished. WORIMNSHIP AND APPLICATION All painting shall be done by skilled and experienced mechanics, working under the supervision of a capable foreman. All workmanship shall be of the highest quality and to the complete satisfaction of the Owner. All materials shall be applied in accordance with the manufacturer's directions, and materials shall be thinned only for proper workability and in compliance with the manufacturer's specifications. All material shall be evenly brushed or smoothly flowed on without runs or sagging, and free from drops, ridges, laps, and brush marks. Ensure that all coats are thoroughly dry before applying succeeding coats. Sand nur- faces between coats as necessary to produce a smooth finish. Spray painting will not be permitted. 9C - 3 PAINTING rN 0020 Family Practice Clinic Contra Costa County 9. PAINT SYSTEiAS a Interior paint systems are specified and identified hereby by number. b Unless noted or specified otherwise, all materials in any one system shall be the product of one manufacturer. Paint systems scheduled and noted on drawings refer to the complete corresponding paint systems as hereinafter specified. Major areas only are scheduled, but all miscellaneous items and areas within the room or space shall be treated with a suitable system. This specification shall serve as a guide to the Contractor and is meant to establish procedure, quality, and number of coats. Confer with the Owner to determine exact finish desired. Except for Deep Tone Colors, prime coat and intermediate coat may be omitted where existing painted surfaces to be repainted are in sound condition and where there is no drastic change in color. c All paints, stains, lacquers, and varnishes shall be applied in accordance with the manufacturer's latest specifications, instructions and recommendations. All colors, tones, and finishes shall be as selected and approved by the Owner. 10. PAINTING - INTERIOR a Hardware and Fixtures Hardware, hardware accessories, plates, and similar items in place shall be removed prior to painting and replaced upon completion of each space. b Exnosed Plumbing, Mechanical, and Electrical Items: Items without factory finish such as conduits, pipes, ducts, grilles, registers, vents, access panels, and items of similar nature shall be finished to match adjacent wall and ceiling surfaces, unless otherwise directed. Paint visible surfaces behind vents, registers, or grilles flat black. Wash exposed metal with solvent, prime, and paint as scheduled using Paint System "8". Do not paint concealed conduits, piping and ducts. c Paint Systems for New Work Paint System "1": Semi-gloss Finish on Gypsum Wallboard Prime Coat: P.V.A. - Sealer 220-22 Finish Coat: Semi-gloss Heavy-bodied Stipple Paint 219-00 9C - I1 PAINTING ' Famil,y Practice Clinic Contra Costa County Paint System "2": Eggshell Finish on Gypsum Wallboard Prime Coat: P.V.A. - Sealer 220-22 Finish Coat: Eggshell Heavy-bodied Stipple Paint 219-12 Paint System "3": Eggshell Finish on Gypsum Wallboard (For Deep Colors Only) Prime Coat: P.V.A. - Sealer 220-22 Intermediate Coat: Eggshell Heavy-bodied Stipple Paint Tinted toward finish color. 219-12 Finish Coat: Alkyd Semi-gloss Enamel. 213-xx Possible lith coat for certain deep colors. Paint System "h": Paint Finish on Wood Prime Coat: Enamel Undercoat 220-07 Intermediate Coat: Mixture of Enamel Undercoat and Semi- Gloss Enamel. 213-xx Finish Coat: Semi-gloss Enamel 213-xx Paint System "51t: Stain-and-lacquer Finish on Wood Filler: Fill open-grain wood surfaces only with paste wood filler. Stain: Interior Wood Stain Prime Coat: Clear Lacquer Sealer Intermediate Coat: Clear Gloss Lacquer Finish Coats: Two (2) Coats Clear Waxing Lacquer Sand lightly between coats; fine steel wool (00) finish surfaces. Note: Insides of all. drawers and shelves inside cabinets, and any other wood surfaces where scheduled or noted, shall be given one (1) coat of clear gloss lacquer or clear polyurethane-base varnish. 9C - 5 PAINTINGj 00012402 Family Practice Clinic Contra Costa County d Paint Systems for ExistinF, Interior Work Paint System "El": Semi-Gloss Finish on Gypsum Wallboard 1 Coat 213-xx Alkyd Semi-Gloss Enamel Paint System "E2"-. Eggshell Finish on Gypsum Wallboard 1 Coat 215-xx Alkyd Eggshell Enamel Paint System "E3": Eggshell Finish on Gypsum Wallboard (For Deep Tone Colors) 2 Coats 213-xx Alkyd Semi-Gloss Enamel Paint System "EV: Paint Finish on Wood 1 Coat: 213-xx Alkyd Semi-Gloss Enamel Paint System "E5": Paint Finish on Metal and Metal Equipment I Coat: 213-xx Alkyd Semi-Gloss Enamel or 112-xx Paint System "E6"• Paint Finish on Acoustical Tile 1 Coat (airless spray) 204-xx Alkyd Flat Enamel Note: For all paint systems where there is a drastic change in color, add one additional coat. 11. APPROVAL OF FINAL COLORS Final coat of paint shall not be applied until the colors have been approved by the Architect. .12. CLEANUP AND CLEANING a Upon completion of the work, Contractor shall remove from the premises and dispose of all scaffolding and equipment, surplus material, empty containers, and other debris resulting from his operations. The building and surrounding areas shall be left clean and noaL in all respects. PAINTING 0040t) Family Practice Clinic Contra Costa County b Contractor shall clean and retouch his work as necessary for a first- class ,job. c Contractor shall leave all glass areas, floors and walks, hardware, and any other surfaces clean and free from any paint, stain, spatter- ings, smears, or smudges which are the result of his operations. Contractor shall replace any glass damaged in any way by his opera- tions. 9c - 7 PAINTING 00204 E f7s� 7^7'�''?"5uonnl+nn ".`, ^"wr 'Y �x,.'-r c 1',e a w we•, J •N, a.�-7c... i. �'+5k`'i}Y'�°sC""(,.t' c;` '&N r .:,. Family Practice Clinic Contra Costa County SECTION 15A MECHANICAL WORK 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION ONE The General Conditions and Division 1, General Requirements are part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE The Work Includes the furnishing of all labor, materials, apparatus, tools, equipment, and special services as required to complete a working installation of all modifications to heating and ventilating system shown on the drawings and/or specified herein. 3. PER14ITS AND FEES All permits will be obtained by the Owner at no cost to the Contractor. 4. VISIT TO SITE, Refer to Division B, Instructions to Bidders. 5. CLOSING OF UNINSPECTED WORE' No work shall be enclosed before all required inspections and tests have been performed. Any work prematurely closed shall be reopened for inspection and restoration of all work thereby shall be at the Contractor's expense. C. COOPERATION WITH OTHER TRADES Cooperate fully with other trades doing work on the project as may be necessary for the proper completion of the project. 7. DIIAWI14GS AND SPECIFICATIONS The Drawings are diagrammatic and indicate the general arrangement of work. Should field conditions or other causes necessitate rearrangement of duct work, the proposed arrangement shall be approved by the Owner before work is started. CODES AND REGULATIONS All work and materials shall be in accordance with the latest rules and regulations of the Uniform Plumbing Code, Uniform Mechanical Code, and National Fire Protection Association, all local and state 15A - 1 MECIGANICAL WORK 5 Family Practice Clinic Contra Costa County ordinances, and all regulations pertaining to the adequate pro- tection and guarding of any moving parts or hazardous items. Nothing in these plans or specifications shall be construed as to permit work not conforming to these codes. 9. SUBSTITUTIONS Refer to General Conditions, Section 18. 10. MATERIALS XID SUBMITTALS • Refer to General Conditions, Sections 18 and 19. 11. PROTECTION OF WORK The Contractor shall be responsible for damage to any of his work before acceptance. 12. RECORD DRAW`IHGS Record Drawings shall be provided as required under Section 1A. 13. GUARANTEE Refer to General Conditions, Section 29 for requirements. 1)j. MATERIALS a Materials shall be clearly makred or stamped with manufacturer's stamp and rating. b Sheet Metal: Fabricated sheet metal items shall be shop fabricated from galvanized sheet steel, 24 gauge, F.S. QR-S-775, type 1, class D. c Wall Registers: All as manufactured by Metal Aire Co. (1) Supply registers - Model VS (2) Trnsfer grilles - Series RH Return air grilles - Series RH 15A - 2 MECHANICAL WORK 00400 Family Practice Clinic Contra Costa County 15. INSTALLATION a All equipment, piping and components shall be installed in accordance with manufacturer's specifications and installation instructions, and shall conform to the requirements of National Fire Protection Agency, and other applicable codes and standards. b Sawcutting of openings through existing slab shall be executed with supply fan off. Debris and dust resulting from cutting shall be vacuum cleaned off supply trench bottom. 15A 3 MECHANICAL WORK Family Practice Clinic Contra Costa County SECTION 16A ELECTRICAL WORK 1. INCLUSION OF GENERAL COIJDITIONS AND DIVISIOPI OIdE The General Conditions, and Division 1, General Requirements, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE The Work Includes furnishing of all labor, materials, apparatus, tools, equipment, transportation, temporary construction and special services as required to make a complete working installation of all electrical systems shown on the drawings or described in these speci- fications. The general extent of the electrical work is shown on the drawings, and includes but is not limited to the following items: (1) All branch circuit conduit, surface raceways, wiring, and wiring devices for lighting, receptacles and electrically powered equipment or apparatus (2) Lighting fixtures and lamps. (3) Extension of existing telephone system. 3. CODE RECUIRE'.IEENTS All work shall be performed in accordance with all applicable require- ments of governing codes, rules and regulations, including the following: National Electrical Code State of California, Administrative Code, Titles 24 and 17 Rules and regulations of the local power company All pertinent city and county codes i+. PERMITS AND FEES a All permits will be obtained by the Owner at no cost to the Con- tractor. b Provide properly signed "Certificate of Inspection" before work [r, accepted. 5. VTSIT TO SITE Refer to Division B, Instructions to Bidders. 16A - 1 ELECTRICAL WORK 00208 Family Practice Clinic Contra Costa County 6. DRAWINGS a Refer to General Conditions, Section 15. b The electrical drawings indicate diagrammatically the general layout of the complete electrical systems. This contractor shall verify in field all dimensions and conditions shown on the drawings. 7. PROTECTION AND CLEANING During construction, protect all work from damage. Upon completion, repair all broken, damaged or otherwise defective parts, or replace, at no added expense to the Owner. Remove all debris and unwanted excess materials from project site and leave site in a clean con- dition. 8. SUBMITTALS AMD STIOP DRAWINGS a Refer to General Conditions, Section 20. b Submittals shall include: (1) Lighting fixtures (2) Surface raceway system and components (3) Electrical materials list. 9. AS-BUILT DRAWINGS Furnish as required in Section IA. .10. PRODUCTS AND MATERIALS a Refer to General Conditions, Sections 18 and 19. b All materials shall be new, of the best quality for the purpose intended, and where applicable, shall conform to the requirements of Underwriters' Laboratories, Inc. , and shall bear UL label. Except as otherwise specified, preparation, handling and installation or materials furnished under this section shall be in accordance with manufacturers' instructions and technical data pertinent to the pro- ducts specified and/or approved. c Surface raceway and components: (1) Surface raceway system shall be Wiremold 700. (2) Extension boxes for switches, telephone and light fixtures shall be Wiremold 5700 Series. 16A - 2 6020.( ELECTRTCAL WOPX Family Practice Clinic Contra Costa County d Wire and Cable: All wire shall be new, shall conform to latest requirements of IT.E.C. , shall meet AST14 specifications and bear UL label. Conductors shall be soft drawn copper with 600 V insulation. Wire and cable shall be as manufactured by Rome Cable Company, General Electric Company or equal. (1) Minimum conductor size shall be No. 12 AWG, type TW. e Wire and Cable Connectors: (1) T & B one piece type RP12, self-insulated connector for No. 10 wire or smaller of 11414 Co. Scotchloks. f Switches: Arrow Hart, Hubbell, Sierra, or approved equal, 20A, 125V to 277V rated for use on fluorescent and tungsten filament lamp loads, ivory, brown or gray finish as selected. (1) SPST AH 1991 9 Receptacles: Arrow Hart, Hubbell, Sierra, or approved equal with ivory, brown or gray finish as selected. h Lighting Fixtures: Shall be as specified on the drawings, furnished and installed complete and ready for service, including lamps. The finish of all fixtures and trims not specified shall be submitted to and approved by the Owner. Fixtures shall be wired with an approved type fixture wire. Ballasts for fluorescent fixtures shall be one or two lamp HPF as manufactured by Advance, Jefferson or equal. Ballasts shall be CBM/ ETL certified. Rapid start ballasts shall have an "A" sound rating. Lamps shall be as manufactured by General Electric Company, Sylvania, Westinghouse, or equal. Lamps selected for the project shall all be of one manufacture. HXECUTION General• (1) All wiring shall be installed in an accessible raceway system which shall be electrically continuous throughout. The term "conduit" as used in this specification refers to electrical metallic tubing, flexible conduit or surface raceway. (2) Except as otherwise specified, preparation, handling, and installation of products and materials furnished under this section shall be in accordance with manufacturer's instructions and technical data pertinent to the product specified and/or approved. 16A - 3 ELECTRICAL WORK Family Practice Clinic Contra Costa County b Installation of Conduit.: (1) Conduits shall be installed in a neat, workmanlike manner and installation shall conform to the best of modern practice. (2) Conduit terminations at boxes shall be rigidly secured. All conduit ends shall be reamed after cutting and, if not secured to boxes or cabinets, shall be capped and protected during construction. (3) Spare or empty conduits shall be capped at dead ends and empty conduits shall have a nylon or poly pull line installed. (4) Exposed raceway shall be run parallel to, or at right angles to, building lines and/or center lines of beams and columns. Exposed work shall be neat, or good appearance and free from irregularities and damage. c Installation of Wire and Cables: (1) No wire shall be pulled into any portion of the conduit system until all construction work that might damage the wire has been completed. (2) No mechanical means shall be used for pulling in wire. (3) Splices in wires and cables shall utilize approved type solder- less connectors. In no case shall the insulation of the wire joint be less than the insulation value of the conductor. (4) Securely tag all branch circuits with Brady "Quick-Label" wrap- around wire markers. Mark each conductor in each outlet with its corresponding circuit number. (5) Color code all conductors. d Cutting and Patching: Provide necessary cutting in connection with the electrical work and make repairs in a manner satisfactory to the Owner. e Grounding: Except as otherwise specified, the complete electrical installation, including the neutral conductor, metallic conduits and raceways, boxes, cabinets and equipment shall be permanently and effectively grounded in accordance with all code requirements, whether or not such connections are specifically shown or specified. f Tests: Tests shall be conducted during the construction period to determine conformity with applicable codes and with these specifi- cations. Tests shall be performed in the presence of the Owner's. representative and shall include: J_6A - 4 ELECTRICAL WORK Family Practice Clinic Contra Costa County (1) Test all circuits for continuity. (2) Test all Contractor furnished equipment for proper operation. (3) Prior to energizing the electrical system, the neutral circuit shall be checked for accidental grounds. Any accidental grounds shall be corrected. 12. GUARANTEE Refer to General Conditions, Section 29. 16A - 5 ELECTRICAL WORK 001 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the San Pablo ) Dam Road at Valley V i ew Road Traffic Signal ) RESOLUTION NO. 78/373 Project, El Sobrante Area. Project No. 0961-4411-661-78 WHEREAS Plans and Specifications for the San Pablo Dam Road at Valley View Road Traffic Signal Project 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 this project is considered exempt from Environmental Impact Report requirements as a Class 1C Categorical Exemption• under the County Guidelines, and the Board concurs in this finding; and IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for .this work will be received on May 25, 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 SAN PABLO NEWS PASSED AND ADOPTED by the Board on April 25, 1978 i Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller Director of Planning RESOLUTION NO. 78/373 1► i SAN PABLO DA.•i ROAD PROJECT b-G. 0961-4411-661—I8 CONTRA COSTA COUNTY PUBLIC :vORKS DEPARTME111T MARTINEZs CALIFORNIA NOTICE TO CONTRACTORS --------------------- NOTICE I5 HEREBY GIVEN BY CRDER CF THE BOARD CF SUPERVISJRS OF CONTRA COSTA COUNITY s THAT THE PUBLIC WORKS D I RECTOR WILL I:ECE i VE BIDS UNTIL 2 O'CLCCK P.l•i. ON MAY 25 s 1978 s FOR THE FURNISHING OF ALL LABOR s NATER I ALS s EQU I PME,NT s TRANSPORTATION AND SERRV I CES FOR SAN PABLO CAS, ROAD AT VALLEY VIE°n ROAD TRAFFIC SIGNAL THE PROJECT IS LOCATED ON SAN ,PA;iLO DAM ROAD AT THE INTERSECTION OF VALLEY VIEW RUAD IN THE EL 505KPINTE AREA THE WORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS ANC: SPECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED FOR THE ENTIRE :•IORK CESCRIBED HF-REI;v. ENGINEERS ESTIN,ATE ITEM ESTIMATED UNIT OF IN0. QUANTITYMEASURE ITEi 1 F 1 LS TRAFFIC SIGNAL FIL E ® APR as 1978 J. R. OLSSON CLERK BOARD OF SUPERVISORS CONTRA O TA CO� I Microfilmed with board order ���1 NOTICE TO CONTRACTORS ( CONT. ) EACH rROPOSAL IS TO PE i ."+CCCRCM?;CE xITH THE PL A.•.5 A%01 SPECI— F I CAT I ONS ON FILE AT THE 'OFFICE OF THE CLERK OF THE BL•rAkD OF SUPE.4— VISORS9 RCO' 103. COUNTY ADItINISTRATION BUILDI:G, 651 PINE STREET MARTINEZ, CAL I FCRN I A. THE PL.A,`.S AND SPEC I F I CAT I ON5 ; 'BE t EXA'41 NILD AT THE OFF I CL vF THE CLERK OF THE BOARD OF SUPERvISURS QR AT THE PUBLIC .:vRKS JEPA.: TAE:NT , 5TH FLOOR OF SAID COUNTY ADMI4%IST.'lATIO,% BUILDIi%G. PLANS AND SPECIFICA— TIONS PECIFICA— TIONS ( NOT INCLUDING STATE STANDARD SPEC IF ICAT I JAMS OR UTHER.. DoCLt1'.E1\TS INCLUDED BY REFERENCE) AND PROPOSAL FORt-!Sp : AY BE OBT!'.I+`+ED BY PROSPEC— TIVE BIDDERS AT THE PUBLIC e3UFKS DEPART•'ENT , 5TH FLUOR , CVUNTY aC:� I,vIS— TRATION EUILDING+ UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF THREE AND 20/100 DOLLARS 53.20 ( SALES TAX INCLUDED) O'HICH ANOUNT SHALL NOT BE REFUNDABLE. CHECKS SHALL BE MADE PAYABLE TO ' 'r-E COUNTY CF CONTRA COSTA' , AND SHALL EE 'AILED T6 PUBLIC ':iGRKS DEPA-Ti,E.,T, 5TH FLOOR, ADMINISTtRATION RUILUI,%G , "`ARTI%EZs CALIFOk:ilrg 45533 EACH !Al:) SHALL BE 1•u10E Giti A PRUPCSAL FUR:-1 TO BE UdTA1,%ED AT THE PUBLIC WORKS DEPARTMENT, 5TH FLOOR, C:3U .TY A(;?•:IN I S T kAT lit, RIDS ARE REQUIRED FOR THE E,%T i RE jGRK CESCR I BEu r,ERE I;� + A.ID NE I TREK PARTIAL NOR CCNTINGE NT & IDS '1• ILL Z` C3NSIDEREC. A PROPOSAL GUARANTY IN THE A'.1CU.':T ::F TEN ( 10) PERCENT OF AM.GUiNT BID SHALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY MAY i3E Ii: THE FORr, OF A CASHIER' S CHECK, CERT I F I LD CHECK UR BIDDER ' S 60ND9 ,-iAUE PAYA3LE TU THE ORDER OF ' THE COUNTY OF CGivTRA CJSTA s ' THE ABOVE—:4ENT I ONED SECURITY SHALL BE u I VE.•. AS A GJARANTEL THAT THE BIDDER WILL ENTER I":TO A CONTRACT IF A :ARDED THE :. iitK, Ai,G .41LL rAF FORFEITED BY THE BIDDER A%D RETAINED EY THE CCU;NTY IF THE SUCCESSFUL BIDDER REFUSES , NEGLECTS JR FAILS TC CNTEF. INT-%j SAID C"JiNTiRACT JR TU FURNISH THE NECESSARY BONDS .AFTER EEiNG REC;UESTEI3 TO JU SJ 6Y THE BuAiRJ OF SUPERVISORS OF CONTRA CJSTA COUNTY. BID PROPOSALS SCALL BE S ALEJ .;.`.t; SHALL 3E SU641TT TJ THE PUBLIC WORKS DIRECTOR, 6T-i FLOOR , CUNT`.' At'1*4Ir: I__, RAT 10r. EUILDI:•G . 651 'I;.E STREET , '�ARTINEZ , CALIFORNIA * 0;. UR t EFCRE THE 25TH DAY OF MAY , 19759 AT 2 O'CLOCK Pei-!% AND +N I LL BE OPENED I;4 PUBLIC AILD AT THE T I-1E ::UE + IN. THE C0NFCRE:,CL- ilLUt.s OF THE PUBLIC hORKS DEP ART'•iE%T , STH �LCUR , AC'1I%IST RAT Iv:. EL::JLi. , '-14'iT Ii.`Z_ , CAL I FORM A v AND THERE READ Ai: ) RECORCED. '�r;Y BID PROPOSALS RZECE I Vcl; AFTER THE T I-1E SPEC I; IED I THIS ',CT ICE ILL of RE=TURI:EJ L'ivl�r'C r:Cv. ��: F Jj NOTICE TO CONTRACTORS ( CONT. ) ------------------------- THE SUCCESSFUL B I^ODER ILL BE k EGU I REC TO FURi:I SH A LABOK Ai,J MATERIALS BOND IN AN A:•1OU:T ECUAL TO FIFTY PERCENT OF THE CU:*.TRACT PRICE ANI` A FA I TfiFUL PERFJR:'.AN.CE E•O�0 I•: AN A'�IUUf:T EvUAL TO O`F riU:.uRE=D PERCENT OF THE CONTRACT PRICE , S=AID BO":DS TO BE SECURED FROM A SURETY CO,VPANY AUTHORIZED TO DO SUS I:,.ESS i N THE STATE OF CAL I FC.RN I.•. BIDDERS ARE HEREBY NOTIFIED THAT PURSUAINT TO SECTION 177: JF THE LABOR CODE CF THE STATE vF CALiFUPiNIA ! uR LOCAL LA:r APPLICABLE THERETO, Tf-E SAID BOARD HAS ASCERTAINED THE GENEfRAL PN<.VAILI%G RATE Ur PER DIE�l WAGES AND RATES FOR LEGAL HOLIDAYS AND OVERTI:,E 'nORK IEv THE LOCALITY IN WHICH THIS WORK 15 TO BE PERF::R.`•'.Ei, F::R EACfi TYPE ;JF 'v:(;rii:c•;a�'� OR '?ECHANIC REQUIRED TO EXECUTE THE CONTRACT 4HICH :. ILL BE A•rjARCED TU THE SUCCESSFUL PIODER. THE PREVAILI`G RATE OF PER DIEM WAGES IS Oir FILE WITH THE CLERK OF THE BOARD OF SUPEtRV I SO RS • AND 15 I NCO:1PORA TEC rickE i ti BY REFERENCE THERETO• THE SAME' AS IF SET FORTH I.: FILL r;EREiil. FOR ANY CLASS IF I CA T I Ciw NOT INCLUDED I„ THE LIST + TriE �1 I.L I.,U.•: :•SAGE SHALL BE THE GENERAL PREVA I L I14G RATE FUR THE COUNTY. THE SAID BOARD RESERVES TFiE RI3-.T TO REJECT Ai4Y A%D ALL BIDS OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY U* ANY 6I-D RECEIVED. BY ORDER OF THE SOARD OF SUPERVISOkS OF CONTRA COSTA COUNTY J.Z. OLSSON COUNTY CLERK Ai,D LX—UFF IC I(: CLERK OF THE BOARD OF SUPERVISORS BY D DUTY DATED- APR 2 J 1978 P'USLICATION- OATES— -------------------------------- -------------------------------- '�, �.:l SAN 'PABLO DAM ROAD PROJECT ;%0. 096'L-4411-661—I6 BIDS DUC 14AY 2591976 AT 2 O'CLOCK P.:d. 6TH FLOOR, C(l'Ui.TY BUILDINC , 651 PIiNE STREET + MARTINEZ9 CALIF.,R,,IA 94553 TO THE BOARD OF SUPEiRVISORS OF CONTRA COSTA COUNTY ,MARTI`FEZ , CALIFORNIA P R 0 P O S A L F 0 R - SAN PABLO DA.Mt ROAD AT VALLEY V I E'n ROAD TRAFFIC SIGNAL NAME OF BIDDER BUSINESS ADDRESS ---------------------------------- PLACE --------------------------------- PLACE OF RESIDENCE -------------------------------- TO THE BOARD OF SUPERVISORS OF CC;NTiRA COST:, COUNTY — THE UNDERSIGNED, AS BIDDER , DECLARES THAT THE U'.LY PERS-."NS u;% PARTIES IINTERESTED IN THIS PROPOSAL AS PRINCIPALS ARL THOSE :NA ';ED HEREI THAT THIS PROPOSAL IS MADE 'r1 I TROUT CCLLUS I(;N 'r: I TH ANY uTHER , PE'ZSJ;i % F I`Z'•1 OR CORPORAT iCIN— THAT HE HAS CAREFULLY EXA.'-i I;-:cJ THE LOCATION OF THE PRL— POSED 'KORK , PLAr;S AND SPECIFICATIONS— Avo, HE PROPOSES A,'-.D AGREES , IF THIS PROPOSAL IS ACCEPTED• THAT HE WILL CONTRACT aITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINErRY , TCOLS , APPARATUS AtdG OTHLR i•*-EAi<S OF CONSTRUCTION , AND TO DO ALL THE WORK A':D FOUR NISr1 ALL THE MATERIALS SPECIFIED IN THE CONTRACT , IN THE MANNER AIND Tl,.'-',E PRESCRIBED+ AND ACCUR:)— I NG TO THE REQUIREMENTS OF THE E.':G I NEEP. AS THEREIN SET FORTH 9 A..D THAT HE :+!ILL TAKE IN FULL PAYMENT THEREFOR AN A.10'UNT BASED CN THc UANI T rz I CES SPECIFIED HEREINSEL04 FCR THE VAR I CUS I TE:•1S CF '.JkK, THE T:,T—'L VALUE : F SAID WORK AS EST I'1ATED HEREIN BEING 5 -------------------- I LE AND THE FOLLOWING BEING THE UNIT Pk I CES AID, TO ti : T— A P R aS 078 J. R. OLSSON CLERK BOARD OF SUPERVISORS Microfilmed with board ordw, By C N_ IA O. PROPOSAL (CONT , ) ( PRICE NOT TO EXCEED THREE ( 3 ) DECIMALS) ----------------------------------------------------------- -------- --------- ITEM TOTAL TES) ESTIMATED UNIT OF PRICE( I'N ! IN �Oe QUANTITY �1EASURE ITEM FIGURES) FIUURLS) ----------------------------------------------------------- -------- --------- 1 1 LS TRAFFIC SIGO.AL F NOTE—PLEASE SHOT: TOTAL ON PAGE P-1 TOTAL ------------------------------------------------------------------------------ z '' PROPOSAL ( CONT . ) ---------------- IN CASE OF A DISCREPANCY SETLyLE:v U^:I T P.R. I CES :+:vD TOTALS + THE Liv 11 PRICES SHALL PREVAIL. T 15 UNDERSTOOD ANC) AGREED THAT THE QUA+.T I T I ES ::F .oJ:2K EACH-! ITEN'. ARE APPROXIMATE ONLYs, BEING GIVE': F R A BASIS OF C::it�'ARISJ,\ OF PROFOSAL9 AND THE RIGHT IS RESERVED TO THE COUNTY TO IivCREASE CA DE— CREASE THE AMOUNT OF WORK U;;JER ANY ITE`• AS +:•Y FE REOtrIRED . _:v ACCJRi,— ANCE ITH PROVISIONS SET FORTH IN THE SPECIFICATIOMS FOR THIS PROJECT. IT IS FURTHER U,"1-,ERSTOOD AiiD AGREED THAT THE TOTAL A,YOU%T OF MONEY SET FORTH FOR EACH I TEi•; CF :v'JRK OR AS THE TOTAL AN;OUNT b I J FOR THE PROJECT* DOES I'40T CONSTITUTE AN AGREE,-'-:r-_.,,.T TO PAY A LU:•iP SUM FJi< THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE Ui'40ERS I GNED + AS S I DDEiZ g SHALL FURNISH A LABOR AM; TATER IALS BJ\D i.V A.:4 A,-'UUP; I EGU-AL TO FIFTY PE:,CE�,T Ur THE TOTAL AMOUNT CF THIS PRCPOSAL A-ND A FAITHFUL PERFOR•iA%CE 60�.D Ti :t ONE HUNDRED PERCENT OF THE TOTAL A;,: )UNT OF THIS :)RUPOSAL9, TJ THE CUUi:TY OF CONTRA COSTA AND AT NU EXPLN5E TJ SAID CCU:.T'{ 9 EXECUT��I oY A ,iESNG,••S- 19LE SURETY ACCEPTABLE TO SAIL C(C'J..TY, IN TriE EVI:\T Tl-:AT T;tI5 IS ACCEPTFD BY SAID COUNTY OF CO:iTRA COSTA. IF THIS PROPOSAL SHALL EE ACCE'PTEO A.'vD THE u::[;tt:S l':�i�ED SHt,LL FAIL TO CO,•:T RACT AS AFORESAID AVD TO GIVE THE T..O BCINDS I THE St:i'S Tu RE f)ETER:,-' I%ED AS AFORESAID. :•, ITP SURETY SATISFACTJky % Ti-IE 3 )ARD ,,F SUPERVISORS+ rt I Th I+`• SEVEN ( 7 ) DAYS + :iJT i '.CL:J!, i i„i SUNDAYS 9 AFTER ThE BIDDER �-."S RECr IVED tiOTICE F,iv''l T--'t R::AnO OF SuPEkvISG:iS THAT THE Ctl. TRACT 1S READY FOR SIGNATURE - T.tE =i.a.iD OF SI.PER, I S ,RS + +•, ( • AT ITS '00T I ON i .^,ETFR,-S I NE THAT THE '3I LCER' HAS -'FANUO'iED THE CjNT,iACT 9 A.:C Tt-:_ER1_UPC% THIS PROPOSAL AND THF ACCEPTANCE THERECF SHALL 9E :,ULL Ar.0 VO I C ANr. TI iF FCRF= I T'.:!-:(" OF SDC'f SECURITY AZC:(•:PAN”' I.NG THIS PROPOSAL `,PEP ATF A1•10 THE SA''. SHALL FE Tri PROPERTY T`tE CJ:.i`.TY CiJ,":TRA COSTA. S 1,IS ------------t1 ?EES -) RY C JTl,'• I SS i vi. OF THIS NiRC:POSAL i TU 'C) T'-:E -t'CF S`:CTICiv 4 " CC THROUGH •_123 :JF THE ,:C,%IE �i,, F:', i F PER7, .1I`1I`4C-. T7 SURCONT?ACTCRS . EY.(:=PT AS PROVIDED JNOE'< SEECTIOIN r`^ . T;4.'-: SA-, E AS IF i` 002PUP.ATEE HERE !—. FDR ALL 'nAFF I C S I:,ivAL Ai... ST,-,=FT L I G-T I NG WORK , A CO'"PLETE LIST ;;F SUSCJi'lT:TACTORS 15 "-,EUL I REu rLD T=fE R I ll"^E? '•�I LL PE EXPECTED TC PERFORti w I T;'. HIS J.v i FORCES ALL ITE'/,S "F -IORK FUR +N I CH r,0 SUBCO TRACTG i I S L I STED. THE =GELD;( i `:: I5 A CQt•'PLETE LIST JF ITE-fS TRAFF i; SIc: t"L ��i':^ STREET L T' �� TO CE S' 'ECUiiT:R`CTED Ui, THIS PkJjcCT. :F A IG T a.iG .., . . .: .. L ^, • �., ♦ 'l ,iTr� VALUE"E C,F i ITL PJPT I _�: CF A'tiY .i`>, OF nO:cK IS �%.:.`.� 3'! =< <l�:-•C:.:.`t��„ . .�'Z s i-E HL.VL r< 'C SASS: 0% T CJT I .A I +.:- :S I r� S';C.y THF C T TE" nETER=? INEC" F:?U`-' E'.FCR VIA S::?:41 TTE: HY T;:E Ci:T:<AC ITE"',•� � 1 1 T'�ACTC:? , 51_FJ CT TO APPRCV,L BY Tr;E E'.GI 'cLEi. THE U^:DtRS IG':Ef) q AS DECL.' R`S T",A T ;:_ �:,S :.JT ACCL'PT_D PRO;-! ANY S-9CONTRAC T UR OR h::Y ' i J DEP'„S I T.:!<Y . THE ROLES OR ?EGULATIG:65 OF ar-ICH P <UHIdIT 'JR P:<L:VE%T THE CJ .— TRACTOR 1 !it)'•. CO iSIPE'•RIt: A`:Y BID FRC)!" AF:Y SUBCU%T,' ACTCi!: '.i i? :ATL!iIrL:•..,:.+ : CESSE ' T ' IS ` CT PPCJ : - S"!=Ci)':T�'.ACT::R Ui .>TE? ;,•L! Ai: F,RU'•. DICH..,�G TC, lejY CtJf`TI'ACTu!i :.r.J D;;ES .•r:T '1SE :.IE FACILITIES T IES OF OR ACCEPT 91!:S FR:;'; C;;R rl,rl;;IJ`Gti SUCH SIE: ---------------- I TE.. SUBCC\TRACTCP. ADURESS ACCC."�:":Y I Tei I5 P. PCSAL I S � PrR0NPCS AL GUARANTY I% THE v// pCnrC^,T !,C- `..(-I IK -r Lj I t, -------------------------------------------------------------- i CAS;: C n t S C` E CEPT-I F t E n r,.,cC" ,nr r-, t nr"I'-� t S BO"n ACCE P r "L I CHECK , SL_.. .� . _ ...< ,.,�,, El T \,^\�CG i, ^, I G�`.NG I\� CfnC �� T t , C \D , 11E „F nLL PER T,..cS T", .•d THE FUri_ -O INC. PRC, USAL +. I-TIORTAI:T (:CTI CE ---------------- IF Tslc_ "IDDER OR GTH-E.rR I;TERcSTED PERSUE: IS A 1-URPORATION19 ST %,T:• LEG; Project No. 0961 -4411 -661 -77 Traffic Signals - San Pablo Dam Road and Valley View Road , El Sobrante For Pre-Bid Information , Contact: Traffic Operations Phone (415) 372-2128 SPECIAL PROVISIONS FOR CONSTRUCTION ON COUNTY HIGHWAY SAN PABLO DAM ROAD 09611 at VALLEY VIEW ROAD 1371C "TRAFFIC SIGNAL" FI LECA APRIL- 25 1978 v: J. R. OLSSON CLERK BOARD OF SUPERVISORS CONT CT CO. R _. Deputy VERNON L. CLINE , PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ , CALIFOR141A April 1973 M`rrofilmsd with hoard order Project No. 0961-4411-66-177 Traffic Signals - San Pablo Dam, Road and Valley View Road El Sobrante I N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1 . Location A-1 2. Description of Work A-1 3. Contract Documents A-1 4. Beginning of Work, Time of Completion & Liquidated Damages A-1 5. Permits A-2 6. Control of Work A-2 SECTION B - GENERAL PROVISIONS 1 . Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-1 4. Award and Execution of the Contract (S.S.3) B-3 5. Scope of Idork B-3 6. Control of Work B-3 7• Control of Materials B-4 8. Legal Relations and Responsibility B-4 9. Prosecution and Proaress B-7 10. Measurement and Payment B-8 SECTION C - FORCE ACCOUNT AND EQUIPMENr RENTAL 1 . Definition C-1 2. Labor C-1 3• Equipment C-I SECTION D - CONSTRUCTION DETAILS 1 . Description D-1 2. Public Convenience, Public Safety and Signing D-1 3• Equipment List and Drawings D-2 4. Clean-up D-2 5. Excavating and Backfilling D-3 6. Conduit D-3 7. Conductors and Wiring D-4 8. Bonding and Grounding D-5 9. Service D-6 10. Field Tests D-6 11 . Painting D-7 12. Solid State Traffic Actuated Controller D-7 13. Signal Faces and Signal Heads D-9 14. Pedestrian Signals D-10 15. Detectors D-11 16. Mercury Vapor Luminaires D-12 17. Photoelectric Controls D-13 18. Payment D-13 00222 SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION This project is located in the western portion of Contra Costa County at the intersection of San Pablo Dam Road and Valley View Road , in the E1 Sobrante area . 2 . DESCRIPTION OF WORK The work, in general , consists of furnishing and installing as complete, a traffic signal and highway lighting system, and such other items or details , not mentioned above , that are required by the Plans , Standard Specifications , or these special provisions to be performed, placed , constructed or installed . 3 . CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans en- titled, San Pablo Dam Road and Valley View Road "TRAFFIC SIGNAL" the Standard Specifications of the State of California , Business and Services Agency, Department of Transportation , dated January, 1978, insofar as the same may apply, these special provisions , the Notice to Contractors , the Proposal , the Contract (or Agreement) , 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 . b . BEGINNING OF WORK, TIME OF COMPLETION & LIQu1DATED DAMAGES Attention is directed to the provisions in Section 8-1 .03 , "Beginning of Work," Section 8- 1 .06 , "Time of Completion , " and Section 3- 1 . 07 , "Liquidated Damages , " of the Standard Specifications and these special provisions. Tile Contractor shall commence work upon receipt of direc- tions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work withi.n the allotted time of 70 WORK114G DAYS counting from and including the day stated as the starting date in the "Notice to Proceed" . SECTION A - DESCRIPTION OF NROJECT 4 . BEGI14N1NG OF WORK, TIME OF COMPLETION & LIQUIDATED DAMAGES (Continued) The Contractor shall pay to the County of Contra Costa the sum of $75 . 00 per day for each and every CALE14DAR DAY of delay in finishing the work in excess of the number 'of working days prescribed above, and authorized extension thereof . 5 . PERMITS Electrical - It shall* be the responsibility of the Contractor to pay the necessary fee and obtain from the County Building Inspector the necessary permit covering the electrical installation and to comply with the requirements thereof. Grading - The Contractor shall comply with the applicable provisions in the County Grading Ordinances , Division 71u of the Contra Costa County Ordinance Code in the process of disposing of the excess iniaterial as fill on private property within the County. 6 . CONTROL OF WORK Attention is directed to the provisions in Section 5- 1 .07 "Lines and Grades" of the Standard Specifications and these special provisions . It shall be the Contractors responsibility to locate the four (it) corners of each detector loop . Corners shall be marked and locations shall be approved by the Engineer prior to saw cutting . It shall be the ,responsibility of the Contractor to mark the location of all signal standards and pull boxes . Location of signal standards shall be approved by the Engineer prior to setting foundations . Full compensation for locating and marking the corners of detector loops , the signal standards and pull boxes shall be con- sidered as included in the contract lump sum price paid for "Traffic Signals" and no additional compensation will be allowed therefor . A 2 Revised 3-78 . SECTION B - GENERAL PROVISIONS 1 . DEFINITIONS AND TEMMS As used herein, unless the context otherwise requires, the following terms have the following meanings: a. AGENCY means the legal entit for which the work is being performed as indicated on the Notice to Conti-actors, Proposal and Special Provisions. b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa County Public Works Director (Road Commissioner-Surveyor; ex officio Chief En(lineer) , or his aul.horized a(.Iont actirnI within the scope of his authority, who is the Agency's representative for administra- tion of this contract. d. STANDARD SPLCIFICA_TIONS (S.S. ) means the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transporta- tion, (hereinafter sometimes referred to as S.S. ), dated January, 1978 . Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer acting under this contract. e. EQUIPMENT RENTAL RATES AND _GENERAL PREVAILING 1•IAGE RATES means the latest edition of the Equipment Pental Rates and General Prevailing !lage Rates of the State of California, Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of ti►e Clerk of the Board of Supervisors. f. OTHER PERTINENT DEFINITIONS - See S.S. Section 1 . 2. GENERAL a. State Conti-act Act. Unless otherwise specified in Section A of these special provisions, or elsewhere by special order, the provisions of the State Contract Act (Government Code Section 14250 et seq. ) shall not apply to this contract, and reference thereto in S.S. Sec. 1-1 .40 is hereby waived. b. Standard Specifications. The Standard Specifications (S.S. ) referred to above are by reference fully incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL BID REQUIREMENTS AitD CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans, Specifications, Contract and Site of 'Work (S.S. 2-1 .03 CK R - 1 'SECTION B - GENERAL PROVISIONS 4. A14ARD AND EXECUTION OF THE CONTRACT (S.S. 3) Tile provisions of S.S. Sec. 3 shall apply, except as modified herein. a. Award of Contract (S.S. 3-1.01 ) As used in S.S. Sec. 3-1.01 "Director" means the Board of Supervisors . b. Contract Bonds (S.S. 3-1.02) The successful bidder shall furnish a Faithful Performance Bond in the amount of the total bid and a Labor and i•laterials Bond in an amount of at least — fifty percent (50�) of the total bid, each in the form approved by the Agency. c. Execution of Contract (S.S. 3-1.03) Within seven (7) clays after its submission to him, the successful bidder shall sign the contract and return it, together with (1 ) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen' s Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special Provisions. 5. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply, except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1 .03B, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1 .036(1 ) , 4-1 .03B(2), or 4-1 .0313(3), as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of Lhe total contract amount, computed on the basis of the Proposal quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. U0�2fl B - 3 SECTION B - GENLRAL PROVISIONS 7. CONTROL OF MATERIALS (S.S. 6) Tire provisions of S.S. Sec. 6 shall apply. 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) The provisions of S.S. Sec. 7, except as modified by the agreement (Contract) or these special provisions, apply to this project. a. Insurance (1 ) The Contractor, hefure performing any 14ork under the agreement, shall , at no expense to the Atlency, ubtain and maintain in force the following insurance: (a) :lith respect to tine Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-ovmed automobiles, naming tine Agency and its officers and agents as additional insureds, with a 'minimum com- bined 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 occurrence. (b) With respect to Suhc_ont.ractors' operations, Contractor shall procure or cause to be procured in their own behalf: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the Agency and its officers and agents as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (c) Without limitation as to generality of the Foregoing subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in an amount not less than $500,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAIME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term, Certificates (a) The insurance hereinabove specifivd shall be in form and placed with an insurance company or companies '.dLi, facl.ory Lu the Agency, and shall he kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIO14S AND RESPONSIBILITY S.S. 7 _(Cont. ) b. Public Safety The provisions of S.S. Sec. 7-1 .09 shall apply, except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. tlaintenance of all project signing, portable delineators, flashing lights, and other safety devices, shall be the responsibility of the Contractor at all times. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to frequently inspect and i:raintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspen- sion of the contract until such defects are corrected. All expenses incurred by tine Agency because of emergency "call-outs," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning devices, will be charged to the Contractor and may be deducted from, any monies due frim. c. Preservation of Proper y The provisions of Section 7-1 .11 of the Standard Specifications shall apply to all improvei:rents, facilities, trees or shrubbery viithin or adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1 .11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, tine Engineer may r.;ake or cause to be made such repairs as are necessary to restore the daimaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Con- tractor and iiriy be aeducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-Way and Easements The ri_lhts-of-,ray, easerr;ents , rights-of-entry, fill permits and other ;permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the wn rk under this contract. Any additional rights- of-Way, easements, or pernits which tine Contractor determines are necessary or conven- ient for the performance of the work shall be obtained by the Contractor at his expense. 13 - 5 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) e. Access to Construction Site The Contractor shall make his own investigation of the conditions of existing public and private roads and of clearances, permits required, restrictions, road and bridge load limits, and other limitations affecting transportation and in- gress and egress to the job site. The unavailability of access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of i time for completion of the work. f. Responsibility for Damage The provisions of the sixth, seventh, and eighth paragraphs of S.S. Sec. 7-1 . 12, regarding retention of money due the Contractor, shall not apply. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein. a. Assignment (S.S. 8-1 .02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors, nor in any event without the consent of the Contractor's surety or sureties, unless such surety or sureties have waived " their right to notice of assignment. b. Beginning of Work (S.S. 8-1 .03) In lieu of the provisions of S.S. Sec. 8-1 .03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date in the "Notice to Proceed." The Contractor shall not start work prior to the date stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer. c. Progress Schedule (S.S. 8-1 .04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress schedules shall be submitted within five (5) working days of the Engineer's written request. B - 6 00 429 SECTION B - GENERAL PROVISIONS 9, PROSECUTION AND PROGRESS (Cont. ) d . Time of Completion (S.S. 3-1 .06) The following days are designated as legal holidays: January 1 , February 12, 3rd Monday in February, last Monday in flay, July 4, 1st flonday in September, September 9, 2nd f•londay in October, November 11 , 4th Thursday in November, December 25, and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT AND PAYMENT (S.S. 9) Tile provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Ripts (S.S. 9-1 .045) The provisions of S.S. Sec. 9-1 .045 shall not apply. b, Partial Payments S.S. 9-1 .06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1 .06 and the fourth paragraph of S.S. Sec. 11-1 .02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1 .065) Tile provisions of S.S. Sec. 9-1 .065 shall not apply. d. Final Payment (S.S. Sec. 9-1 .07) (1 ) 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. (?} Thirty-five (35) days after the filin(i of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if Ire certifies by a s-worn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. B - 7 SECTION 6 - GENERAL PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (Cont e. Adjustment of Overhead Costs (S.S. Sec. 9-1 .08) The provisions of S.S. Sec. 9-1.08 shall not apply. f. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. 00231 a - � (Revised 3-/8) SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S. 9-1 .03) The provisions of S.S. Sec. 9-1 .03 shall apply, except as modified herein. 1 . DEFINITION. As used here, "force account" means the method of cal- culating payment for labor, equipment and/or materials based on actual cost, plus specified percentages to cover overhead and profit for work not included as a bid item in the contract. When extra work is to be paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1 .03 as modified herein. 2. LABOR. a. The actual wades to be paid, as defined in S.S. Sec. 9-1 .03A(la) , will be considered to be the prevailiny rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retroactive increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed on force account work unless such rates have been approved, in writing, by the Engineer. 3. EQUIPMENT RENTAL. The provisions of S.S. Sec. 9-1 .03A(3) shall apply, except as modified herein. a. No payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. C. Idle time waiting for the arrival of transporting equipment to move the rented equipment will not be paid for. C - 1 i_b�3 •SECTION D - CONSTRUCTION DETAILS SiGNAL:.•AND LIGHTING 1 . DESCRIPTION Furnishing and installing one new traffic signal system with highway lighting complete , and payment therefor , shall conform to the provisions in Section 86 , "Signals and Lighting , " of the Standard Specifications and these special provisions . 2. PUBLIC CONVENIENCE , PUBLIC SAFETY AND SIGNING Section 7-1 . 09 , "Public Safety, " of the Standard Speci - fications 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 Mork upon County Highways , " issued by the Public Works Department , Contra Costa County, California . Construction operations shall be performed in such a manner that there will be at least one 12-foot-wide traffic lane open to public traffic in each direction at all times . At the end of the day ' s work and when construction operations are suspended , all traffic lanes shall be open for public use. In lieu of the provisions in Sections 7-1 . 08 , "Public Convenience , " 7- 1 . 09 , "Public Safety, " and 7-1 . 095 , "Flagging Costs ," of the Standard Specifications , the Contractor shall bear the entire cost of furnishing flagmen and Furnishing , installing and maintaining signs , lights , flares , barricades and other warning and safety devices . Lane closure shall conform to the provisions in Section 7- 1 . 092 , "Lane Closure , " of the Standard Specifications , except that the taper length for each lane width of closure shall be determined . by the Engineer. The Contractor shall also provide and station com- petent flagmen in advance of the closure . The sole duty of the flagmen shall be to direct traffic around the ti•:ork. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications , as modified herein , and these special provisions , shall be considered as included in the contract lump sum price for "Traffic Signals" and no additional compensation will be allowed therefor . D - 1 SECTION D - CONSTRUCTION DETAILS - SIGNALS AND LIGHTING 3 . EQUIPMENT LIST AND DRAT!1 i1GS Equipment list and drawings of electrical equipment and material shad conform to the provisions in Section 36-1 . 03 , "Equipment List and Drawings ," of the Standard Specifications and these special provisions . The controller- cabinet schematic wiring diagram and inter- section sketch shall be combined into one drawing , so that , when the cabinet door is fully open , the drawing is oriented with the inter- section. The Contractor shall furnish a maintenance manual for all controller units , auxiliary equipment , and vehicle detector' sensor units , control units and amplifiers . The maintenance manual and operation manual may be comhined into one manual . The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for resting , or , if ordered by the Engineer , previous to purchase . The maintenance manual shall •include, but not be limited to , the following items : (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble shooting procedure (diagnostic routine) (f) Block circuit diagram (a) Geographical layout of components (h) Schematic diagrams ( i ) List of replaceable component parts with stock numbers 4. CLEAN-UP All construction debris , materials , and equipment in the area of construction and any adjacent areas used by the Contractor , shall be removed and disposed of outside of the construction area in accordance with the provisions in Section 7-1 . 13 , "Disposal of Material Outside the highway Right of Way , " of the Standard Specifications and these special provisions . Full compensation for clean-up shall be considered as included in the lump sum contract price paid for "Traffic Signals" and no separate payment will be made therefor. _ D - 2 i SECTION D - C OUSTRUCT I ON DETA I LS - S I GNALS AND L I til;T I NG 5 . EXCAVATING AND BAC .,EiLLING Excavation and Backfill shall conform to the provisions in Section 86-2 . 01 , "Excavating and Backfilling ," of the Standard Specifi - cations and these special provisions . . The Contractor shall replace at his expense any plants , lawn , landscaping or portions of existing irrigation or ornamental lighting systems , in kind and size , w�. ich are damaged , destroyed or removed while performing work within existing land-scaped areas , to the satisfaction of the Engineer . 6. C014DU IT Conduit shall conform to the provisions in Section 36-2 . 05 "Conduit ," of the Standard Specifications and these special provisions . All conduit to be installed entirely underground shall be rigid , non-metallic type. Rigid , non-metallic conduit to be installed under existing pavement shall be installed by pre-drilling a larger hole and then installing the conduit by hand ; or , by the trenching method . Rigid non-metallic conduit shall be schedule 1140 . After conductors have been installed , the ends of conduits terminating in pull boxes and controller cabinet shall be sealed with an approved type of sealing compound . Insulated bonding bushings will be required on metal conduit . Trenching in existing pavement will be allowed only if any vehicle is not delayed for a period exceeding ten minutes . if trenching is used , installation shall be as follows : 1 . Conduit shall be placed under existing pavement in a trench approximately two inches wider than the outside diameter of the conduit to be installed . Trench width shall not exceed 6 inches . The top of the installed conduit shall be a minimum of 12 inches below finish Grade. 2. the outline of all areas of pavement to be removed shall be cut to a minimum depth of nine inches with an abrasive type saw or with a rock cutting excavator specifically designed for this purpose . Cuts shall be neat and true %..ith no shatter outside the removal area . D - 3 00235 C SECTION D - CONSTRUCTION DETAiLS - SIGNALS AND LIGHTING 6. CONDUIT (Continued) 3 . The conduit shall be placed in the bottom of the trench within a 6" sand blanket and the trench shall be filled with commercial quality concrete containing not less than 564 pounds of cement per cubic yard (Class A concrete) , to not less than two inches below the_ pavement surface. The remaining depth of a trench in roads surfaced with asphalt concrete shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates . The top 6 inches of Portland cement concrete surfaced roadways shall be backfilled with commercial quality concrete containing not less than 705 pounds of cement per cubic yard and accel - erating admixtures or other provisions for high early strength . Calcium chloride shall not be used in concrete which will be in contact with metal conduit . 4 . Spreading and compacting of asphalt concrete shall be pet-formed by any method which will produce an asphalt concrete surfacing of uniform smoothness , texture , and density . 5. Spreading and finishing of portland cement concrete surfac- ing shall be performed by any method which will produce a portland cement concrete surface of uniform smoothness , and texture equal to the adjacent surface. 6. Trenching operations shall be performed in such a manner that all trenching and backfilling will be completed by 3 p.m. each day . No trench shall be left open , and the Contractor shall provide for the free and unobstructed flow of vehicle, bicycle, and pedestrian traffic in the project area , by 3 p.m. each work day. 7 . During trenching operation Contractor shalt provide one 12-foot traffic lane in each direction . All vehicle , pedestrian , and bicycle i anes will be open to traffic at the end of the trenching operation . 7 : CONDUCTORS AND WIRING Conductors and wiring shall conform to the provisions in Section 86-2 . 08 , "Conductors ," and Section 86-2. 09 , "Wiring , " of the Standard Specifications and these special provisions . At least five feet of slack shall be left for each con- ductor at each standard and two feet of slack in each conductor at each pull box. D - 4 CO2 SECTIO14 D - CONSTURCTIONI DE AILS - SIGi'ALS AND LIGHTING 7 . CONDUCTORS AND WIRING (Continued) Identification bands shall be placed near the ends of the termination points of all conductors . Identification bands may be constructed of "Dymo Lab-- l" materials.. If "Dymo Labeling" is used the strip of Dymo material shall be of sufficient length so that when the band is wrapped around the conductors a two inch flag is created . This flag shall be stapled twice, and the phasing shall be showing approximately in the middle of the flag portion , with staples on each side. Conductors shall be pulled into conduits by hand and the use of winches or other politer actuated pulling equipment will not be permitted . Straight splices in signal neutral and multiple lighting conductors shall be insulated in conformance with "Method A" as shown on the Standard Plan : ES-13 . Tap splices in signal neutral and multiple lighting conductors shall be Type "C" as shown on the -Standard Plan ES-13 . Conductors sha 1 1 be sp 1 iced by the use of "C" shaped compression connectors as shown on the Standard Plan ES- 13 . Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps are installed and conduit is bonded and grounded . No conductors shall be pulled into conduit except in the presence of the Engineer . S . BONDING AND GROUNDING Bonding and grounding shall conform to the provisions in Section 36-2 . 10 , "Bonding and Grounding ," of the Standard Specifications and these special provisions . Grounding jumper shall be attached by a 3/16- inch or larger brass bolt in the standar or pedestal and shall be run to the conduit bonding wire , or a ground rod in adjacent pull box . Grounding juniper shall be visible after cap has been poured on foundation . D - 5 ry SECTION D - CONSTRUCTION DETAILS - SIGNALS ASID LISNTIN� 9 , SERV ICE Service shall conform to the provisions in Section 56-2. 11 , "Service, " of the Standard Specifications and these special provisions . Service switch-fear shall be mounted on the side of the controller cabinet as shown on the plans . Energy for the traffic signal shall be metered . Energy for highway lighting shall not be metered . Circuitbreakers shall be furnished as shown on the plan . The Contractor shall furnish and install the service switchgear as noted on the signal plan and in these "special pro- visions. " Mounting hardware shall not interfere with controller cabinet wiring . Contractor may , at his option , have the controller manufacturer furnish and install the service switch gear in the factory. The meter enclosure shall be provided with factory installed test bypass facilities as required by the serving utility. The Contractor shall pay all required fees and costs related to the electric service connection at the project location. In lieu of the provisions of the last paragraph in Sec . 36 -2. 11 service , labor and materials costs for the entire service conduit connection from the controller cabinet to the serving utility service location shall be considered as included in the contract lump sum price paid for "Traffic Signals" and no additional payment will be made therefor . 10. FIELD TESTS Field tests shall conform to the provisions in Section 36-2 . 148 , "Llield Testing ," of the Standard Specifications and these special provisions . The functional test shall consist of not less than five days of continuous , satisfactory operation of the entire system . During the five-day test period , County forces will maintain the system. The cost of any maintenance necessary on materials furnished and labor performed by the Contractor , except electrical energy and maintenance due to damage by the public , shall be at the Contractor ' s expense and will be considered as included in the contract lump sum price paid for "Traffic Signal" and no separate payment will be made therefore . Tests shall not start on a Friday , or on any day preceding a legal holiday. D - 6 UUP. � SECTION D - CONSTRUCTION DETAILS - SIGNALS AND LIGHTING 11 . PAINTING Painting shall conform to the provisions in Section 86-2. 16 , "Painting , " of the Standard Specifications and these special provisions . All signal standard: , controller cabinet , pedestrian push- button posts , and guard posts shall be painted with two (2) applications of "Williamsburg-Blair House Green ~W1063 Sherwin-Williams, Full-Gloss, or approved equal , over the entire surface of said equipment. Paint chip will be furnished by the County. Painting of the controller cabinet "Williamsburg Green" shall be performed in the factory by the controller manufacturer . The interior surfaces of the controller cabinet shall be painted with 2 applications of white paint . The Contractor ' s attention is directed to the need for special preparation of galvanized components which is required before the galvanized surfaces can be primed and painted . 12 . SOLID STATE TRAFFIC ACTUATED CONTROLLER Solid-state traffic actuated controller units , cabinets , and auxiliary equipment shall conform to the provisions in Section 86-3 , "Controller ," of the Standard Specifications and these special provisions . TYPE 90 CONTROLLER Type 90 controller units shall be capable of operating a minimum of 4 phases in a single controller unit frame . Type 90 controllers for 5-phase through 8-phase operation may utilize one or 2 controller unit frames . Tile Type 90 controller unit modules for 2 through 8 phases shall be identical and interchangeable within the individual manufacturer ' s Type 90 controller unit frames . The Type 90 controller shall be of nodular construction . The controller shall be Type 90 wired complete in a Type "P" cabinet . Type 170 controllers will not be acceptable. The Type 90 controller shall have the following phase section modules: 0 Al - DP 0 C1 - S 0 A2 - DP 0 C2 - S 0 B - SP D - 7 SECTION D - CONSTRUCTION UET.,iL'J - SIGFIALS AND LiGHTING 12 . SOLiD STATE TRAFFIC ACTUATED CUNTROLLER (Continued ) TYPE 90 CONTROLLER (Continued) The manufacturer shall furnish the following spare components to permit emergency controller repairs : (A) One - Phase Timing Module (B) One - Actuation Module (C) One - Volume Density Module (D) One - Controller power supply module (E) Two - Detector sensor unit - Type A (F) One - Delay timer module , or , unit ( like ones furnished with controller) The cabinet shall contain a Type If photoelectric control as indicated on the plans . The Type 1i service equipment shall be mounted on the West side of the Type "P" cabinet flush with the top of cabinet . The Type 90 controller shall be furnished with two Phase "B" delay timers , one for the Bl detector loops , and one for the B3 detector loops . Delay timers shall be pin programmable. Controller manufacturer shall note placement of service switchgear and shaI l provide a clear area, inside, on the "West" side of the cabinet for the service conductors to enter the cabinet . Additional Phase B1 and B3 "test switches" shall be in- stalled in the "test switch" panel on the cabinet door . The purpose of these switches shall be to initiate the associated delay timer and place a call to the controller after the preset time has elapsed . The cabinet shall contain a conspicuous warning against operation without the monitoring device being installed . integral detector sensor units shall not be provided . TURD-ON The Contractor shall arrange to have a signal technician, . qualified to work on the controller and employed by the controller manufacturer or his representative , present at the project site at time the equipment is turned on . TRAINING The contractor small provide for classroom instruction on the controller equipment provided for this contract . The instruction will entail operations and maintenance and shall last for a period of three (3) days . Instruction will be by the manufacturer of the equipment furnished . D - J:�F.40 SECTION D - CONSTRUCTION DETAILS - SIGIIALS AND LIGHTING 12. SOLID STATE TRAFFIC ACTUATED CONTROLLER (Continued) TYPE 90 CONTROLLER (Continued) WARRANTY . The controller and related equipment warranty shall be for a period of one ( 1 ) year from the date the equipment is placed in operation at the project site . Warranty shall be provided by the equipment manufacturer . Proof of this warranty shall be provided at the time the contractor submits the list of suppliers and manufacturers for the traffic signal equipment for the project . TESTING Controllers , auxiliary equipment and cabinets shall be delivered F. O. B . to the County Traffic Signal Maintenance Shop , 1619 Shell Avenue, Martinez, for operational testing and adjustment . Testing of controller units , fully wired cabinet and auxiliary equipment as specified in S . S . Sec . 36-3 , "Controllers ," will be performed after the equipment is delivered to the County Traffic Signal Maintenance Shop . If the Contractor is notified of the need for repair of equipment being tested , the required repairs shall commence within five working days of the time of notification . All costs for repairs of equipment shall be at the expense of the Contractor . All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor . Deductions to cover the cost of such testing will be made from any monies due or which may become due the Contractor under this contract. All shipping cartons and cabinet shall be externally labeled with the project location . The manufacturer ' s warranty period for equipment furnished shall not commence until the controllers , cabinets and auxiliary equipment have been installed at the project sites and have been placed in operation by a factory representative . 13. SIGNAL FACES AND SIGNAL HEADS Sinal faces anti signal heads and auxiliary equipment , as shown on the plans , and the installation thereof , shall conform to the provisions in Section iG-4 Traffic Signals and Fittings , of the Standard Specifications and these special provisions . D - 9 SECTION D - CONSTRUCTION DETAILS - SIGNALS AND LIGATING 13 . SIGNAL FACES AND SIGNAL HEADS Terminal compartments shall be bronze. All signal lamps shall be - furnished and installed by the Contractor. Contractor shall tale extra care at the time the signal heads are installed to insure that the gaskets provided for the mounting of the heads , are installed on the outside of the housing to provide a watertight seal . Gaskets are not to be placed on the inside of the housing . 14 . PEDESTRIAN SIGNALS Pedestrian signals shall conform to the provisions in Section 36-4 . 05 , "Pedestrian Signal Faces ," of the Standard Specifi - cations and these special provisions . Pedestrian signals shall be Type B or Type C . One of the following types of screen shall be provided on Type B or Type C signals : A. An aluminum honeycomb screen with 3/ 16 inch cells 3/13 inch thick or a plastic screen of 3/3 inch squares , 1 /2 inch thick with wall thickness of 1 /16 inch shall be installed tilting downward , at an angle of 15 degrees (+ 2 degrees) out from the top, and shall completely cover the upper compartment housing the word "DONT" and the lower compartment housing the word "WALK" . Tire screen shall be covered with a clear , 1 /3 inch minimum thickness , acrylic plastic cover , or with a 1 /16 inch nominal thickness , formed , polycarbonate plastic cover . Screen and cover shall be held firmly in place by the use of stainless steel or aluminum clips or stainless steel sheet metal screws . B . A 1 1 /2- inch deep eggcrate type screen either of 0. 020- inch minimum Lhickness 3003 1114 aluminum alloy or of 0 . 030- inch nominal thickness polycarbonate . The assembly shall be mounted in a frame constructed of 0 . 040- inch minimum thickness aluminum alloy or poly- carbonate. The vertical spacing of the horizontal members shall be 1 /2 inch starting approximately 1 /'r inch above and ending approxinateIv 1 /4 inch below the "DONT" and "WALK" legends respectively. D - 10 u0242 SECTION D - CONSTRUCTION DETAILS - SIGNALS AND LIGHTING 14 . PEDESTRIAN SIGNALS (Continued ) Additional members may be employed outside the 2 legend areas fo-r structural strength. The eggcrate type screen shall be installed parallel to the face of the "DONT WALK" message and shall be held in place by the use of stainless steel screws . The hood described in Section 86-4 . 050 , "Visors , " of the Standard Specifications may be omitted with the eggcrate type screen . The screen and frame shall be anodized flat black or may be finished with flat black enamel as specified in Section 91 -4 . 01 , "Enamel ; Traffic Signal Lusterless Black, " of the Standard Specifications . Said enamel shall be applied in the shop at the Contractor ' s expense. Alternate methods may be substituted for the above screening providing the results are equal to or superior to those obtained with the above specified screens as determined by the Engineer. Contractor shall take extra care at the time the ped- estrian signal heads are installed to insure that the gaskets pro- vided for the mounting of the heads , are installed on the outside of the housing to provide a watertight seal . Gaskets are not to be placed on the inside of the housing . 15. DETECTORS Detectors shall conform to the provisions in Section 86-5 "Detectors, " of the Standard Specifications and these special provisions . Sensor units shall be Type A. D - 11 SECTION D - CONSTRUCTION DETAILS - SIGNAL AND LIGHTItIS 15 . DETECTORS (Continued ) The loop lead- in from the field terminals in the cabinet to the sensor unit shall be a twisted pair. Each approach lane sensor unit shall be arranged in the controller cabinet, to provide a sequential indication on the sensor unit actuation indicator lights ( left to right) of vehicles approaching the intersection . Detector lead- in cable shall be Type "A" . Splices in the cable may be made in pullboxes only . All splices in the detector cable and the connectors for loop lead- ins shall be soldered with 60-40 grad , non-acid solder and carefully waterproofed using UL approved poly-vinyl chloride electrical tape . Conductors to be buried in the pavement shall be installed ONLY in the presence of the Engineer . All delay timers furnished including spare to be furnished shall be pin programmable . Detector loops for OBI and B3 are to be connected to delay timers . The controller manufacturer shall provide an additional delay tinier test switch for each circuit in the test switch panel on the cabinet door . Tile purpose of these switches shall be to initiate the associated phase delay tinier and place a call to the Controller after the pre-set time has elapsed for its related phase . The Contractor shall test the detectors with a motor- driven cycle, as defined in the California Vehicle Code , that is licensed for street use by the Department of Motor Vehicles of the State of California . The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters . Special features , components or vehicles designed to activate the detector will not be permitted . The Contractor shall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour . Tile detector shall provide an indication in response to this test . This test shall be performed at the project site on the day that the intersection is turned on for the five day test period . 16 . MERCURY VAPOR LU,: 1141A I RES Mercury vapor luminaires shall conform to the provisions in Section 36-6 "Lighting" of the Standard Specifications and these special provisions . SECTION 0 - COIISTRUCTIO14 OETIALS - SIGNAL A140 LIGHTING 16. MERCURY VAPOR LUMINAIRES (Continued) All mercury vapor luminaires shall be provided with glare shields . All mercury vapor luminaires shall be color improved . All mercury vapor luminaires shall have integral ballasts . Mercury vapor luminaires shall not be metered . 17 . PHOTOELECTRIC CONTROLS Photoelectric controls shall conform to the provisions in Section S6-6 . 07 "Photoelectric Controls ," of the Standard Specifications and these special provisions . The Contractor shall furnish and install the Type If photoelectric control as shown on the plans . 18 . PAYMEIIT Full compensation for performing all the work complete as shown on the plans or specified in these special provisions , in addition to the conforming to the requirements of the Standard Specifications and these special provisions , including furnishing all labor, materials , tools and equipment , and making all alterations necessary in the contract lump sum price paid. for "Traffic Signal " and no separate payment will be made therefor . it - 13 r - • �.,, �t r..•_ X"'t.i. i:r•..'f' irr•wrlP�. fTi ff li_ ra a« NivT:'ni•ir }'...i t••IctirC-Ttt fl:i Tri illi �' .•.i�`.if ft"1 � - ? err ''1, 1-.'� r-iM rt,� � fr1 i!C � .LT j._ .,--.^'!'"'•�'"..�.'• Q,Y i •..rr•.p nrr•ir trrri,t ii IY.i •Y• i.�Y rw w••ri• ,rM fitl•'i;i,`•tt IdMif/ T� � , , . • uy H r~,M rY+••! YH.1 rFri Mil«•Y •r .,!`+•t wit••*l/ wi ,•wwR R•r[\tl. 4r(_J}Ii; �. "t 1� /+ t / 1••l i. r, r,..•a.M. nn �f i`{'i • r.f } �' wF•ITI rn M ti t I\ •,M •f« rH H ,w•I,.M „r wwtrr r t t+ni••r ar tl •M • r'+.ri•Fr rivet reel Y /,,{,,T, WN y'+r1 ,N Ilatlry H •r Int•rr r.+r 0 irlir, r.. ��� `#r"+,n �" '\�� J hwlr aM i.s n,.inwf .re•a teff i w`K.� fw„n j ,.-tM r••ai •�'i\ii1/ /'/ '� w rli+/+0 vele JMff Mwt M H'•.HO H r•» wriwyt r !.F ./� '.� ,Y. ,,1 w.� ,C7REVEW/�Y enol. irt'!*w •+e n},.. Is • l..I— w! rf nr•t. •r ..r. t...r �i�r // TYPICAL SECTION R-B •.•i,N •i•!u S`'•• 1 � t Heol itH•�r I.i. to Hrrr a.+f .., .•ttr •w.r er ir• to .� �.. � ,� ,lh+ %iyJ/' '�•t.� �.,�. i •.f t,«t r. ..t r.ai, i eiti iwr etr u. .. r.• ret wt• "�\�-• .��' GGA lertiw t! MI+NO ire I+.t•'r Irwlrwrri« Ful ii »nrr •r t• .0 r.'.0 \\\ D ' . yl'' n.v .FI r. •rtrt r... rw.l to t •r11 .w tr t•i Yn�..�/•w, ,-.i•� ft+ryr re M ryrq wri Irf rtrY lwwH r»+r. r•,,M Mot s + ! K. .. +.( `;�` \ � wt=tY 1N trf •left r ,« ., wt» iH ],`"✓ _ 1 IrlM A • IIWrI• Ir•r Mrwl+ tr rive• nrr, ..M • f,. w r••t H •+ri • w!I•,! dr•i i-rr i+rl 1R H•r.r,tli •.r HM t+ww wM�a^ +rR i� ��`-``_ „�4 f,� �� w Y'ri Yart v.• '!t.';_ ♦}ri iH rt Hri wM! ar• !nr A wry H w irla }tR t.»ul rine, t•i ,r `'.� _ '• r..t U'.r1,1 M•M A h1 ttwlt . , iv r,y, InYIl11 M it ►lttT• t• .wr1 r,M•nw tel 4rwt t' ir1r1 •+it M•N tr D `^+wanwaa aa.M r•} ..i weer ave«} H,: t t3 r-i. T 'r.M.i i' ttMi+ •toll +Mw irM it :w, w N,y inwt ri1'» tM •tr.ef• 1• • Tvc.� let t�� c•� 11�i'1r�11yN♦•�11�•f MIM � !» .l%�� - y i, r ffr y yet• OHfl, om" 44 lir! •rw.•r! r'MI Y t••,iln i, ►••r.a fr •TNM.. •••rW w,�C.L:.CRATi0 Y.tJtl.VALl f .i,. , i.,«..n ..v wi. a w t Hi Mtr .pr..a Rli rai Iy«• O'•• iYi.- w •+•r {N• t'!', ie.r«,r }MO •� o–. • w•ww �Un9 AN0 SIDEWALK •ir• i:r, ri+aa R'trN a+i +•rwwr« ari, r,r r.«r,. rF rr n+ w.H `Iw '+',"'• r t TYPICAL SECTION Carot..H1-4 a ft 4.1 1 1 --to ew. nYu1, �.•"�" r?.'•''h.� F Cr•r,• M }Y Mar ItI i l+fol n Nt♦ w•r+ •' / r�rr tv111, wiitf•., (�•-A �+Ff NM..I!• Miry H! .iiv'� / J- +. ref r.••. f._\�.i'1, .� 1 `f• i _ �i:' i'Y,r wri M w W • t '', T'.IT +' \ � `" .✓' �. ! ♦^N riF .. � ♦s..a M C�i hw.-._ �`. �,!•�a�,.T-.. t., f rl l.tl M.1 f\ � i. {: -'1•It t J.. �,ll ♦ •f , H.• r\ n ( 1C .^'i-• „s ..+ kJ m.w.r .i.wr .� •,�' w:.. isS a! ,y'��f/�J�� � i�(•r�,l�,r,3.`r�'t:� ' ' .r,"::.r t.:' � .•iw'+,Y�rY :tV� r•v.h-'Y.-r.»--- �`)' r:'.r'";; ! +\"`�. war Harr. Tf .. / ,,�L' J 0 ' .. ;•.r��.... ..r E, - i.r �isY^I"r'701 M{.,r A 5 h �7 1�: •r j'i'g SIDEWALK DRAIN FOR St;PAn�TED_$IDEwIi(,g QEQESTnlAN�RAMP ,�; �„'-•:. ., ,�„ •,t�,�.= IYPiCAI, 5Ef,114N 0.0 YI�«•Ft .. M1.. � ��7 i � fn... �� ,.. �. ft.+ i., Y n•r ♦. ' M r•! '01, t! etre•h •Y! M lerrF}.,.} IIn r"•I�` `cif• / •'a! l+rh•! r,•»ai •ri f•.rv: ii. t t'• r�ri•_ (�--l�i�...rrr"^^'...`f. 1`Ti rY -.r•.F.«,,rwr.iH ri r+s TYPICAL DRIVEWAY SIDEWALKAND PEDESTRIAN RAMP FOR THE IIANDICAPPEO ! •~+i nal in ��t SIDEWALK DRAIN FOR MONULiT{IIG CURB ANS) $IY(A(iS a .r.,r. . �•r• r.. r.Hf yy artvf ntr err rte _ Iwt at1•w M h}0 •HI ".l.. �r I.•Y/I• ret i+! ,•,a.t1 in twrl rrri«•r. rT.rrir H Rt}r• ♦ K•+ - I . r TTjtE HSI-§�CUFiB �r-"r�'_....•.• art Wwr• ••11 ". Ml'M+M MOM' 1{{1��..^�� `� _7i•• ! a+t•iet MH IMI. _. _.._.�•'.. ,.i r rr, • .nlN l I�{i.-� I+Y... �r. rr,• Moll. +• ••r . iii ir•M � t f' i j�Ma.rr Har iF*i l _.”�'y-.. ( . 1 •- /''t Irf n.a'i 1 1 T.i 1 r. r,•• J "t !W—TION A-A ! �� r1'' ; w•r+ « i tl .ri..,. i. rrflrF•.r,n i'r " ::1.• }P i a.. SIDEWALK DRAIN �_ tr.,. � Nlrtan t•wr «'r hr} ''ilfl GUT nrrT• — .. t.' r.n ,...w r.n., Or r r H-r•1t TER LIP PAYING , r " -• -" - sGC7RLMARKS AND CONTRA COTTA COUNTY DE Tklt�/A, WEAKf NED PLANE JOINTS tUILIC Y•04R!OItAITNtMT re ,Vt C.� f'7T"Mtiwtir,I��.i.rw —�1 r - - 1•.11 H•r, rl ww.11i+wrM�- QE TAIL_♦S� - 11-! CIIMD. 9114*'ALR YPi AS DRIVEWAY - DRIvt MA►, ►CDr•STMIAN RAM/ AND !R)TTIALR DRAIN OFTAILS CC 306 y 1•a 2 CONCRETE LINED DITCH DDIVtWAv CONNECTION r'C �(W--F__ •"-=�� '�' r! r frlt.-YO YII•IpNtrC.l t•f.t..1,.e0 use wq Ot4. Ur,,TT nnc annrw=:=B:i +• >:1 j r.�_ f,•� �� � .e f[�C•t It Ilrt • A p CCK•r It .r n•lr 1/t•t/ NOTES A r•' rn• -.' -nnu i u' f•' f' rr11r• .••�,• •..or -n' •i• t• w•n•a I•Nrr• •-Y• n'•nve rm�rl w�.rz�t+.ra u.nr: . nrn,,\.•. r t +•nl a C N' \A• 1' n,r10 G ..' 10' 1' C••'r0 \ 1N•nrr K•rl Jr'�•t aVll R w.arC • rn r•rl .rW• rrN YM� _._. _ ____.. 1 _ '� .• �_ •vN•/ lr• MIT— 9!, nrt nrY 't7 ,•,• • r«v �� 1•ur1 f+Yl nrt r• plNl Nwl •rl• rN •,r•a rN1' -• 1 [r+••151 IVO .rM•- i!,• r•)••• �• ' i I 1~rN t�N •-• - ..._. .r tOtan• -.-.�� • .{IL_ r•• nY N+,4C rM r•..r Nr r••.4••.-rrr MYr Y N r• M w•rtY• nIV ` 1 .•. • r•IYY n•M nwrl N�.•I r•w V•Vat w IN IUr • y to '•�• -r.••N rN r•rw rrvn InN•� r~rr.l• •'n — ��_ _1-11�_ 'J 1 rr.if ,VY.,Vrw •nM IR•r••1 •M •r•rl• IC..VaI Y�NI N".rrwl^••,N/r •�yt�r 1~t r ` lar ma•n l 1? �/1 CUTTF.n LIP PAVING .'„•v~'w•n ••+'� w •w' N •*•f1'N �r.M nrNaYt�•. • rrN r.nlrN .«..nr .•rr•rlr -�- •wr •r E A t«.• w nNn Yrnt rw•. a n Ir. •nl• •r^I rl •rt -' `� 1 ..rrre n•.1 ^':r'" n �E1AIL_A• SCS fi M RKS AND «-4 ••w r vNl. .N WEAKENED PLANE JOINTS ""-+ .,n• 1• .rrl w..w noa •' Ir.. .N MN -�.��`._ r tr.vl Yq»I• rn nN• 4N rnn 1 Y.•.1 'YI • •4 +rw rV, twVn , OEiA1L,�1_� Ir•f• ra. •nit Yw Irr .�..ryr ^.rr•••r^'r w•• tt IY 71PICAL SECTION TYPICAL "TAIL TIIAU MIVEWAv rnwr.lrm rrrgarrnlr + IN +.++. ••• '•M. fr.rlvM 11 RYa '.' Y rl N r•i^wrr► Y'.N n•«•� A CONCRETE LINED DITC14 er ••' , • n•Tr I n1• n h•M 1 YVw Y•1 ••M Y O n Yln r • .l trt Y' nr• (1 •C IM •. r•rl•rf1 •� rt"tl •,• \'•rrrl tr•rin n r.r1 •t _ � ttme h'AN 111N7 _. .r^•r. r{ ..�'' \I� r•• rwrV 1 -. t t�.1— _�rW=— Y Ir _ •• �i. nuN ,p �r rNl••e ------ ix • ..w'41:.� Tyr► A TRArrK 1St AND n••• Irr•1 " IIAIr !f f,IlfNl L` • I�.• I __ ___�� :— • • •t A IYI'• .r Nr• t rr r iiV .yr :,TIM •Nn MY •I. ,I ..�- -_1'.-IIY r7 11_ nI +t t vs • t rrn i __ - TV • _ rr r•a �.rn n ra» v•• .�rl . .rrt ...__ _"_..__-- —_ + 1• -••1,+• r +N 1 I^ -�'•••r• �• rrr•Y 111 Mtt • . .r,M•.,rn• MI I ,t .r. •r NY r.,w'•n ..r. .r •Nwr. L tr;°,rl• � N rlrlr• r.• T.1I{ •YT ' I r•r•n .• •rr y w•. . . •ol- lirwr.r�• .•. I�� ..,. 1!-�r^i i ii :'�•1 t.:: tlr ....n w•• r» wr•.�.r mN• n•tat 'CCTION C_CL .1 �"',_•' �1 - JUNCTION PLAN VALLEY GUTTER Tvrf N T11IVrlc IIIAND T _ •' IIAI My" TI1f�fFIC IlLAN0. �.. r�� I �✓-- -- rl rq •i 1 :rl . In[ wI- -to 8I•er ITIt 11-0 41+1•w 1 Y Jf Ir rnl\ i rr»-N 11111 IrINI .•-� -- 1, .._�— ..._._. Iry Ill t11• r�rr1• •r Ir .1 e•n'11 wrry '' , V r - - Tai �r 4^..Y..r .f rnn 1• • - w t1l ( L 1 •n rnr Y• _- T�. to•rnrl .u.l.n [{.. •� � r •• ') rw C n•Y ,wll �1 '��+t �' ✓ a r.1.T - L YnY rr. Li lur /'-. 1 J_ "�•✓i. ww.r �' �rrq• .r rr+a 1 �_�: 1`'Y� .0 r�. r• •�r.r nr •.r v,..n A! .ar 11•VIn1. rat wire I•-w••*T = 1} r 1Y.r r rn• •wn _.�_ � - L / . 1 /•.n'wr•wra r T" ._ !1II �j_l_t``�^l-^-- -s—�_- _'- .r.. .rra nw•t rr`II „1rr,'•I.rw 1,,. i1l� IL.t __- c •r r• + - YrY ow '1 Lrnrvn~ Tt(t pf-A . C��!•*„•\;ru .r •• 4l r..wla.n. Iwr1 ... r... v Y.rrN. TTr[ �f•f ter••rn t ..I .rl. YI/��//tE(f MAN ,S!PIC7 3JMNDARDL—S_IL 01 •w a•. n1�n. »w «r rr rry lr•n •nr n,.ra.a m tr• r, _ _ CONTRA COTTA COUHfT vr11 ,..n, ' am•• ^ r ...1 ' ”"' ,vrn rURtIC NORRI OEMfIMENT • •N•rl n nrr IYI •n•VO nrt Vfin•r1 rrlll Ort fI(fl• 1' �-II' wl•••/I r MI" • ' 4rw1lr r •n •w,Irw•�V r N• Ir•51 Ir • rn rr rw.•r rr� nl .•�rrr •i rl• -�--- -- • TYPICAL PLAN •'•• "'•'r w STANnAMO CUM% SktwrO J!NIC TION _ ----' — _ VALLEY WITTER AND VALLEY BUTTER _ •_ __ .._ - TRArrlc ISLANn DETAILS .rnt--: crT r._..... .. —��_ — ,CC 306 R 2. :Z.— BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY AS THE GOVERNING BODY OF THE BYRON FIRE PROTECTION DISTRICT Re: Proposed Addition of Purposes ) _ for Special Fire Protection ) RESOLUTION NO. 78/374 Zone No. 1 and Confirmation ) of its Formation (Discovery ) (Health & Safety Code Bay) . ) §513991 et seq. ) NOTICE OF INTENTION TO INCREASE PURPOSES FOR SPECIAL FIRE PROTECTION ZONE NO. 1 AND CONFIRM ITS ESTABLISHMENT The Board of Supervisors of Contra Costa County as the Board of Directors of the Byron Fire Protection District RESOLVES THAT: By Resolution No. 77/627 adopted on August 2, 1977, Byron Fire Protection District Special Fire Protection Zone No.* l was formed by this Board for the purposes specified in subsection (c) of Health and Safety Code 513991 (purchase of equipment or employment of person- nel, etc.) . This Board has been informed by the County Administrator's office that the Board of Fire Commissioners of the Byron Fire Pro- tection District now desires to use certain of the proceeds of the special tax to be levied in Special Fire Protection Zone No. 1 for the- purposes specified in subsection (a) of Health and Safety Code 913991 (to pay for the installation of capital improvements such as- the acquisition and construction of a firehouse, and the purchase of a fire engine, etc. ) . This Board HEREBY proposes to add to the purposes for which tax revenue raised in Special Fire Protection Zone No. 1 may be used and to confirm the establishment of the said Zone No. 1 with these additional purposes. The purposes which the Board proposes to raise and spend said Special Fire Protection Zone No. 1 tax revenue are the following: (1) Paving for the installation of improvements, such as the acquisition of a firehouse site in the Zone, the construction of a firehouse thereon, fire mains, fire plugs, and any other similar improvements, which are of sole benefit to the territory in the Zone (H.&S.C. 513991 (a) ) . (2) Purchase of equipment (fire engine acquisition, etc. ) or employment of personnel over and above the equipment and personnel which the District can afford to furnish to said Zone No. 1 out of its general district tax (H.&S.C. §13991 (c) ) . _ The boundaries of the territory contained. within Special Fire: Protection Zone No. 1 are as described in Exhibit "A'i attzched to Resolution No. 77/627 of the Board of Supervisors, a copy of which may be examined in the office of the Clerk of the Board of Supervisors, County Administration Building, Martinez, California. Byron Fire Protection District Special Fire Protection Zone No. 1 contains the same territory and has the same boundaries as Contra Costa County Sanitation District No. 19 and Contra Costa County Service Area No. X-8. -I- RESOLUTION NO. 78/374 J � �� C C Public interest and necessity demands the above-stated addition to the purposes of Special Fire Protection Zone No. 1 and the con- firmation of its formation to provide for an equitable distribution of the additional cost required to provide a higher level of fire pro- tection and related emergency services to the Zone which said addi- tional services (facilities, equipment, personnel, etc. ) are of sole benefit to the territory of the Zone. At 9:30 a.m. on Tuesday, June 6, 1978, in the Chambers of the Board of Supervisors, County Administration Building, Martinez, California 94553, this board will conduct a public hearing on the proposed addition to the purposes of Special Fire Protection Zone No. 1 and the confirmation of its formation with the additional purposes. ` Any person interested, at or before the meeting, may file with the Board a written objection to the proposed addition to the purposes and the confirmation of the Zone's formation with said additional purposes. At the hearing the Board shall hear and determine all protests and objections. At the conclusion of the hearing, the Board shall decide and determine whether the addition shall be made to the Zone's purposes and:-the: Zone's formation confirmed with such additional purposes. The Clerk of this Board is hereby DIRECTED to: 1. Publish the text of this resolution once a week for three successive weeks prior to the date set for hearing in the ANTIQCH 11A LY T.F.1)r.F.R , a newspaper of general circulation published in the County and circulated in the territory wherein the Zone proposed for formation confirmaticm is situated. 2. Give notice of the hearing to affected property owners by the mailing by first-class mail or delivering of a copy of the resolu- tion, at least three weeks prior to the date set for the hearing, to all property owners within the boundaries of the area affected or by the posting at least 10 days in advance of the hearing of a copy of of the resolution on all the open streets within the boundaries of the Zone's area affected at not more than 300 feet in distance apart on each street. PASSED on April 25, 1978, unanimously by Supervisors present. cc: County Clerk Elections County Administrator Byron Fire Protection District County Administrator County Auditor-Controller County Assessor Public Works Department VJVh s -2- RESOLUTION NO. 78/374 2r s ' IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans and Specifications for Community Park No. 1 ,) Phase I, Danville, County Service Area ) RESOLUTION NO. 78/= R-7) (Work Order No. 5486-9271 WHEREAS Plans and Specifications for Community Park No. 1 , Phase I, 3131 Stone Valley Road, Danville have been filed with the Board this day by the Public Works Director; and WHEREAS the Architect's cost estimate for construction is $280,000; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that a Nega- tive Declaration pertaining to this project was posted and filed with the County Clerk on May 19, 1977, with no protests received. The project has been determined to conform with the General Plan. It is further recommended that the Board of Supervisors determine that the project.will not have a significant effect on the environment and instruct the Director of Planning to file a Notice of Determination with the County Clerk. The Board RESOLVES that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on May 25, 1978 at 2:00 p.m., and the Clerk df 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 VALLEY PIONEER PASSED and ADOPTED by the Board on April 25, 1978. Originated by: Public Works Dept. Buildings & Grounds Division cc: Public Works Department Agenda Clerk Architectural Division Director of Planning Architect RESOLUTION NO. 78/ 373 77 FILE q� TWICE M MUIC-MPs f-� 'APR- 1978 (�1d�erLis rent) ge1o� - J. R. OLSSON CLERK BOARD OF SUPERVISORS RA A O: DWISIa ;7TICB 'TO B% Deputy (3dvertiserent) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public ,.orks Director will receive bids for the furtish:LnD. of all.laobr,,.materials, equipmeat, transzortation and services for: PARK ISA. 1 (UNM VISM PARK DEVEU)PMW) - PHASE I Stone Valley Road, Alamo, CA W2 5486-0927 e,estimated construction contract cost (Base Bid) is Zho Hundred Eightyausaad Dollars ($280,000.00) £ach bid is to be in accordance with the Drawings and Specificattions an'file,.at::the Office of the Clerk of the Board of Supervisors, Foom 103,; County Administration Building, Martinez, California. the drawings and Specifications maybe examined at the Office of the Clerk of.;the.Soard of Supervisors. Plans and Specifications may be obtained at Fbcm 112; Courthocse, Martinez, at no cost. Return of Plans and Specifica- tions is,-required. Docents maybe obtained by grail with a writtenrequest to the Public-Works Department, 6th Floor, Ac!ministration Bu:Uding, tiardnez, California` ;94553. Technical questions regarding the Contract Docurents should be;dix-ected to the Building Design and Construction Section at' telephore nurser (4115) 372- 2146. Each bid shall be made on a bid fonn to be obtained at recm 112, Courthouse,''Martinez; and must be accc�anied by a certified cashier's. check or checks, or bid bond in the amount of the ten percent (1(F) of the' Base-Bid amount, made payable to the order of 'The County of Contra Costa" and shall be sealed and filed with the Public Forks Director. The above-mntioned securiety shall be given as a guarantee that the bidder-will .enter into a contract if m%rarded the :cork, and :will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said ccntract or to furnish the necessary bond after being,regeested to do so by the Board of Supervisors of Conti Costa County. Bid,prcpcsals shah be sealed and s::all be submitted to rae Pubic WorlIks Director, 6rh Noor. C:.�1,^.t_' A&-i-nistraticn i ldi^o. 651 ?ine Streer.. `.i=i nez, r cal i - 96:.53, c.^. or be=or° Thursday. May 25. 1978 at 2-p.m., and ill .be opeze_d :r. public i'rediare!: a -,ter t^e r2- e cite -Bch _iocr Ccn_renc�e Fco cm, ra =_ti!�r. '1.'li3tr»r.r:i c�•u�:'�` ''»u ^.tZ. r —ia and t It 'e read ;nd smec1'1ed in the `. zice will be =-r,— _4 _n_c. Microfilmed with,board, order, 'IOTICE TO CO"!TRACTORS (Advertisement) Paae 2 of 2 DIVISION A. NOTTCE TO CONTRACTC' S (continued) The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to one hundred percent ( ICOR) of `:;e Contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent (100%) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified tnat pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailina rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be oerformed for each type of workman or mechanic required to execute the contract ,-ihich will be awarded to the successful bidder. The prevailing rate of oer diem wages is on file with the Clerk of the Board of Supervisors. In all projects over 550,000, a Contractor shall to required to submit for county approval an Affirmative Acticn Plan (see Division E). The said Board reserves the richt to reiect any and all bids or any por- tion of any bid and/or waive any irregularity ir, sny 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 C04TRA COSTA COUNTY By JA'•1ES R. OLSSOM Ce-inty Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By -1 AIA ADeputy ,Tr APR N 5 1978 A A l A.J. ?;,3LIC:T,C'J SATES: Rev. 11/77 TABLE OF CONTENTS BIDDING REQUIREMENTS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of Work Section 4 State and County Labor and Materials Requirements Section 5 Bidding Documents Section 6 Submission of Proposals Section 7 Withdrawal of Proposals Section 8 Public Opening of Proposals Section 9 Irregular Proposals Section 10 Competitive Bidding Section 11 Award of Contract Section 12 Special Requirements Section 13 Execution of Contract Section 14 Failure to Execute Contract DIVISION C. Proposal (Bid Form) • CONTRACT FORMS ' DIVISION D. Articles of Agreement CONDITIONS DIVISION E. Equal Employment Opportunity DIVISION F. General Conditions Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section 5 Bond and Insurance Section 6 Subcontracting Section 7 Time of Work and Damages Section 8 Progress Schedule Section 9 Temporary Utilities and Facilities Section 10 Permits Section 11 Conduct of Work Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interoretation of Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Materials, Articles , and Equipment -1- ONM�� CONDITIONS (continued) DIVISION F. General Conditions (continued) 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 to Claims Section 28 Guarantees DIVISION G. Special Conditions DIVISION H. Technical Specifications Section 0210 Site Clearing Section 0220 Earthwork . Section 0230 Site Drainage Section 0260 Subgrade Preparation and Base Material Section 0262 Asphalt Concrete Paving Section 0263 Decomposed Granite Paving Section 0210 Landscape Construction Section 0300 Concrete Section 0500 Miscellaneous,-Metals Section 0600 Carpentry Section 0700 Moisture Protection and Insulation Section 0800 Doors, Windows, Glass and Finish Hardware Section 0900 Finishes Section 1000 Specialties Section 1500 Plumbing Section 1600 Electrical Mricr. -10 CONTRLACMRS (Advertisement) Pag-e 1 of DIVISION A. NUI-ICE -10 =-MRAC70P. (Advert isernent) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public 71orks Director will receive bids for the furnishing of all laobr, materials, equipment, transportation and services for: CIMIUNITY PARK NO. 1 OUNTE VISTA PARK DEVELOPAE21r) - Plum I Stone Valley Road, Alamo, CA WO 5486-0927 The esti.-ated construction contract cost (Base Bid) is Wo Hundred Eighty Thousand Dollars ($280,000.00) Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration strarion Building, Martinez, California. The drza.-;pings and Specifications rnybe examined at the Office of the Clerk of the Sca-rd of Supervisors. Plans and Specill i cations may be obtained at Room 112, Courthouse, !Iartinez, at no cost. Return of Plans and Specifica- tions is required. DocLzr.ents maybe obtained by mail with a written request to the Public Works s Department, 6th Floor, Administration Building, 11axt 4 nez, California 0-4.553. Technical questions regarding the Contract Documents should be directed to the Building Design and Construction Section at telephone nt.-rber (415) 372- 2146. Each bid shall be made on 3,. bid fom to be obtained at rocm 112, Courthouse, Maxtiaez; and must be acccmanied by a certified cashier's check or checics, or bid bond in the amount of the ten percent (1007.) of the Base Bid a=unt, made payable to the order of 'The County of Contra Costa" and shall be sealed and filed with the Public Works Director. The above-mentioned securiety shall be given as a guarantee that the bidder will enter into a contract if a%%-arded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, ne-leets or fails to enter into said contract or to furnish the necessar-.- bonds after being requested to do so by the &-.ard of Supervisors of Contra Costa County, Bid prcccsais shall be sealed and shall be submitted to the P,,iblic r 6th FloorC.:)unty A& S Director, , inistration Ducilding. 651 Pine Street , `,*ar:inez, California 94553, on or before Thursday- May 25, 1978 at 2 and %0-1-1- be crened in Public i-=ediacev; a`zer d'ue !.n. rlcor cov,-=--Ce Fz(:M, ash ar-d -.:,e!-e re.IL. X-id tirL� scecified in the Notice -,rill be ret,,u—ed --cpcned. A-1 40TICE TO CONTRACTORS (Advertisement) Paqe 2 of 2 DIVISION A. NOTICE TO CONTPACTORS (continued) The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to one hundred percent ( 1000 of '-:-,.e Contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent (1001) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per them wages and rates for legal holidays and overtime work in the locality in which this work is to be oerformed 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. In all projects over 550,000, a Contractor shall be reouired to submit for county approval an Affirmative Action Plan (see Division E) . The said Board reserves the richt to reject any and all bids or any nor- tion of any bid and/or waive any irreaularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By JAMES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By Deputy DATED: PUBLICATION DATES: Rev. 11/77 A-2 CORRECTION SHEET The following corrections shall be made part of the Contract Documents and clarifies the Contract Documents as noted. Page 6. Section 3 (b) - Reference to "Division V shall be corrected to "Division F". Page 6. Section 3 - Reference to "Division V shall be' corrected to "Division F". Page 6. Section 4 (e) - Reference to "Section V shall be corrected to "Division V. Page 7. Section 4 (c) - Reference to "Section I of Division V shall be corrected to "Section 6 of Division F" . Page 8. Section 11 - Reference to "Division V shall be corrected to "Division F". Page 9. Section 12 - Reference to "Section V shall be corrected to "Division V Page 12. Paragraphs (f) , (G) , (H) , and (1) shall be corrected to 5, 6, 7, and 8 respectively. Page 15. "Section V shall be corrected to "Division V. Page 14, 14a, 14b, 14c. Division D - Change revision date-at lower left hand corner to Rev. 12/73. Page 21 . Section E, Subcontractor's Certification (3) ; Delete paragraph beneath signature line requiring written authorization b; County. Page 1. Table of Contents Division B - Instruction to Bidders. - Delete Section-4and reduce by one all subsequent section numbers. Page 29, Division F, Section 5 (F) Certificate of Insurance: Change prior notification requirement of cancellation of Insurance from 10 days to thirty (30) days. DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions con- tained herein and satiety himself as to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECTION I. COMPETENCE OF BIDDERS: (a) License: No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit, if called for in the "Notice to Contractor' ppage 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee, if called for in the "Notice to Contractor", page 3, is a non-refundable payment to defray a portion of the print- ing and handl costs. SECTION 3. EX&UNATION 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 sa surface, and subsurface materials or obstacles to be encountered, the work to be perfored, and materials to be furn- ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpre- tation therefor. Rev. 5,'76 s VelL�r� �;0k INSTRUCTION TO BIDDERS (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 uncooked for developments may not occur. Mnking such informe- tion available to bidders is not to be construed in any way as a waiver of the provisions.of this article concerning the Con- tractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBILITY FUR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- ciuding without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cuationed that such utilities may include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, nor cause injury to persons, and suitable warning signs, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division E of these specifications. (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 request for a clari- fication which will be given in the form of addenda to all bid- ders if time permits. Otherwise, in figuring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Section 15 of Davis:-., r 3f these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section C of this Specification) , with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The com- pleted 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. Rev. 5;'76 B-2 UA ` ►s' �� SECTION 4. BIDDING DOCUMENTS (continued) (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be consid- ered, unless called for: No oral, telegraphic or telephonic proposals or modifications will be considered. (c) List of Proposed Subcn'a actors: Each proposal shall have listed tE4erZn the game an�dress of each subcon- tractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of 'I of 1 percent of his total bid, in accordance with Chapter 2, Division 5, Title 1, of the Government Cade. See Section 1 of Division E of these specifications for further reference to subcontractors. (d) Bidder's Securi : All bids shall have enclosed cash, a cashier' t sccertified c ck or a bidder's bond, as TscriFe be aw, executed as surety y a corporation autho authorized to issue surety bonds in the State of California, made payable to "Contra Costa County", in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. ' ES CTION 5. SUBMISSION OF PROPOSALS: Proposals shall be sibmitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION-6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any tine 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. An oral, tele ra hie, or telephonic request to withdraw a bid ro osaT Ts not acce�tablee. TFie withdrawal a a i —shall not pre udice the rZgh[ o 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. Rev. 5/76 s-� 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. SEdcTION &. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alter- ation of form, additions not called for, conditional bids, in- complete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to nccept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual, firm, partnership, corporation, association, or any combination thereof, under the same or different names, all SLIch proposals may be re)ected. 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 agree- ment fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10, AWARD OF CONTRACT: The right is reserved to reject any and all proposals, The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL RE0UIRE,MENTS: The bidder's attention is invited to the following spec- ial provisions of the contract, all of which are detailed in the General Ccnditions (Division E) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited $-4 Rev. 5/76 k `6 • SECTIull 12. EXECUTION OF CONTRACT: The contract (example in Section D) shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Satur- days, 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 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 accept- able 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 forfeit- ure 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 respon- sible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the ailure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded co execute the same, such bidders' securities shall be likewise forfeited co the County. The work may then be readvertised or may be constr_cted by day labor as pro✓ided by State law. Rev. 5176 B-5 (Bidder) DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVLM UNTIL 25 DAY OF Ilay, 1978 at 2:00 P.M. AT THE PUBLIC WORKS DEPARTMENT, 6TH =R, COUNTY ADMINISTRATION BUILDING, 651 PINE STREET, MARTINEZ, CALIFORNIA 94553. A. TO MIE PUBLIC WORKS DIRDC'IOR, VERNON L. CLIPIE, PUBLIC WORKS DEPARTMENT: Gentlem@n: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for Community Park No. 1 (bbnte Vista Park Development) - Phase I, Stone Valley Road, Alamo, CA WO 5486-0927, in strict conformity with the Plans, Specifications, and other Contract Documents on file at the Office of the Clerk of the Board of Supervisors, Room 103, Administration Building, t1artinez, CA for the following sums: namely: 1. BASE BID: Shall include all of the work for the construction and completion of all facilities therein, including all of the work in the following Alternates: • For the sum of: Dollars ($ ) 2. ALTERNATE NO. 1: State the amount to be deducted from the Base Bid for the deletion of creek treatment work (approx. 560 lineal ft.), Detail 5, Sheet L-3. Deduct the sum of: Dollars ($ ) 3. ALTERNAZE NO. 2: State the amount to be deducted from the Base Bid for the deletion of all materials and labor for the tree climber play apparatus, Detail 5, Sheet L-9. Deduct the sum of: Dollars ($ ) 4. ALTERNATE NO. 3: State the amount to be deducted from the Base Bid for the deletion of all materials and labor for the mine shaft play apparatus, Detail 1, Sheet L-9. Deduct the sum of: • Dollars ($ ) C-1 DIVISION C. PROPOSAL (Bid Form) - Continued 5. ALTEMTE NO. 4: State the Amount to be deducted from the Base Bid for the deletion of all materials and labor for the timber step wall, Detail 3, Sheet L-7, Deduct the sum of: Dollars ($ 6. ALTERNATE NO. 5: State the amount to be deducted from the Base Bid for the deletion of all materials and labor for the grading work in the area between Coordinates ;VO+00 to E1+30 and48O+00 to 53+00. Deduct the sun of: Dollars 7. ALTUMTE ND. 6: State the amount to be deducted from the Base Bid for the deletion of all materials and labor for the placement of gravel in the area as shown on Sheet L-2 and the log hitching posts, Detail 3, Sheet L-4. Deduct the sun of: Dollars ($ 8. ALTERNATE NO. 7: State the amount to be deducted from the Base Bid for the deletion of all materials and labor for trash enclosure, Detail 9, Sheet L-3. Deduct the sun of: Dollars B. It is understood that this bid is based upon completion of the work within 120 calendar days from and after the date of commencement. C. It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the Contract within the stipulated time, then he shall be liable to the Owner in the amount of Seventy-Five & Nb/100th ($75.00) 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 e.xpressely stipulated that it would be impractical and difficult to fix the actual amount of damage. C-2 DIVISION C. PROPOSAL (Bid Form) Continued D. The undersigned has examined the location of theproposed work and is familiar with the Plans, Specifications and other Contract Documents and the local conditions at the place where the work is to be done, E. The undersigned has checked carefully all of the above figures and under- stands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. F. The undersigned hereby certifies that this bid is genuine and not sham or collusive, or nude 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 corpora- tion to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for himself an advantage over any other bidder. G. Any or all Deduct Alternates shall be deleted from Base Bid prior to award of Contract as directed by the County. H. Attached is a list of the names and locations of the place of business of the subcontractors. I. Attached is a list of the names, addresses and percentage of bid for each minority subcontractor and/or material supplier. J. Attached is bid security as required in the Notice to Contractors. Cash Bidder's Bond Cashier's Check Certified Check K. The following addenda are hereby acknowledged as being included in the bid: Addendum # Dated Ii Addendum rr —Dated Addendum i� —Dated Firm By Title Address Phone Licensed in accordance with an act providing for the registration of Contractors, Classification and License No. Dated this day of 19 C-3 001<6 ) DIVISION C. PROPOSAL BID FORM continued ' • LIST OF SUBCONTRACTORS : (As required by Division B, Section 4, Paragraph (d) ) (Substitution of listed subcontractors : See Divisions= . , Section 5 , Paragraph E.) . Portion of Work Name Place of Bidders I i C-4 OW� � DIVISION C. - PROPOSAL (Bid Form ) Continued I. CERTIFICATION OF COMPLIANCE WITH EXECUTIVE ORDER 11246, AS AMENDED (Each administering agency will require the inclusion of the following language as a condition of any grant, contract, loany insurance, or guarantee involving federally assisted construction.) EACH BIDDER/OFFEir-R, CONTRACTOR, OR,SUBCONTRACTOR HEREBY CERTIFIES THAT IT MILL FULLY COMPLY 11ITH EXECUTIVE ORDER 11246, AS AMENDED BY EXECUTIVE ORDER 11375, AND THE EQUAL OPPORTUNITY CLAUSE AND RULES AND REGULATIONS ISSUED THEREUNDER WHICH ARE HERO-BY INCOR- PORATED BY REFERENCE AS APPROPRIATE. 771B CONTRACTOR COMMITS ITSELF TO SUCH COMPLIANCE BY SUBMITTING A PROPERLY SIGNED BID OR OFFER OR BY SIGNING OR OntERINISE ACCEPTING A CONTRACT OR SUBCONTRACT. Signature of authorized representative of bidder C-5 00268 DIVISION C. -PROPOSAL (Bid Form) Continued H. Affirmative Action. Certification. A. Bidders' Certification. A bidder will not be eligibic for award of a contract under this Invitation for Bids unless such bidder his 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 hereof for which it is eligible under Part I of these Bid Conditions for participation - in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specifice affirmative action steps contained in said Part II, on this and all future construction work in Contra Costa County subject to these Bid Conditions, those trades being: ► and 3. it will obtain from each of its subcontractors and submit to the con- tracting or administering agency prior to the award of any subcontract under this contract the subcontrcctor certification required by these Bid Conditions. (Signature of authorized representative of bidder) C-6 ON 4) 4L DIVISION C. - PROPOSAL (Bili Form) Continued Slate of California I tie Resources Agency DEPARTMENT OF PARKS AND RECREATION CERTIFICATION WITH REGARD TO THE FILING OF REQUIRED REPORTS • IN PREVIOUS CONTRACTS OR SUBCONTRACTS The bidder , proposed subcontractor , hereby certifies that he has ,has not ,participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114,or 11246, and that he has ,has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Oppnrtunt(y, all reports due under the applicable frlmg requirements. (Comoany) By (Title) • Da It! . NOTE: The above ceittftcation is rerlurred by the Equal Employnusit Opportunity Regulations of the Secretary of Labor (4 1 CF R 60 1.700 (1)), and must he submitted by bidders and proposed subcontractors only in connection with contracts and subcontr arts whudt are subject to the equal oplwi tunity clduse. Contracts and subcontracts which are exempt from the erlu,rl olrlult tunny clautie are set for tit lit 41 CFH 60 1.5. (Generally only contracts or subcontracts Of S10,000 or under are cxentpl.) Proposed pr rme contractors and sulwnntracturs who have pm lu:rpated in a previous contract or subcontract subject to the Executive. Orders incl have not hlctl the ruquned p-ports should note that 41 CFR GO.1.71b) (1) prevents the award of can. 1raCt%and suhcnntr acts unless such ronv actur suhmus a repot t cover mg the delinrµrent period or such other period specified by the U.S. Depot Intent of the rnlerrcf or by the Oijor,loi,Office of t ederdl Contract Compliance, U.S. Department of Labor, • C-7 DPR 540 (Rev. 2177) 0 0 1 `� DIVISION D . ARTICLES OF AGREEMEIIT (Contract ) #011 CO:IT a;CT (Construction Agracrent) (Contra Costa County Standard Form) I. 3P-C1,t :-.'.!!5. These spacial terms are inccrperatcd beic:r by reference. (552,3) Partiao: (Public Agency) (Contractor) I lc:omp ata Legal na:co (52) Effoative Data: (See $4 for starting date.) (53) The Work: (54) Canptstion sire: (strika out (a) or (b) and 'calendar" cr "working') (a) By (data) (b) Within calandar/working days from starting date. (55) Liquidated Damages: 5 per calendar day. (56) Publio Agoncy'a .:gong: (57) Contraot Price: 5 (for unit price contracts: r-ore or less, in accoruanca %M7 _... quantit:us at unit via prices.) (Striko out paranthatical matot:.sl�if inapplicaole.) 1. 5r3UA:7° 5 ACZ.70:1L-r17V!°' .� Pu:tic Acor.au, Byt (President, Chairmen Or Other Ueslgnated �eprasentat:ve) (Socratary) Contractor, hereby also ackncwludgirg awaraness of and ccr..pliance with Labor Coda 51361 eoncarning Workers' Campensaticn Law. Byt (CORPORATE Dusignata oi!icijl capacity :n t:to uusiness SEA:.) ey: Oesiynatc ofticial capacity in CAU eSineII! Gots to Contrao:or (I! Eracurs acknowla.:,yrang ;orn oc.ou, and (.) if a .Corpora- :ian, affir: Corporato Coal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California 1 AC.C::CWLF. (by Corporation, County of 1 sa' Partners:%Lp, 'Sr Individual) Tho person(s) signing abovo for Contractor, known to ca in individual and business capacity as stated, paracnally appeared oafore r..a today and acknowledgad that he/they executed it and that the corporation or partnarship namcu =cvo exacutod it. Datcdt (ttCTARtAL STILI Notary ua is - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - romm APPpovED by County Counsel. (Page 1 of, i) (CC-1: Aov. 11-75) t - D- 1 1, WMI, COUTP.AC^., C:L1:;GCS. (a) 2y their si^natures in Section 2 effective on the above este, these partlac prcn-ja and agree as set :ert:: in this contract, xrcorporatin7 a,1 tnasc references the material ("sic cial terns") in ;cc. I. (b) contractor shall, at his own cost and expense, art! in a ::erY.:,.anti:.a nannor, full,- anu. faithfully perform and ccrpleto the work; and will furnish awl =zterials, la:-or, services an" transportation nccusaary, cenveniunt anu proper xtt orCo r fair!{ to perform the rcqux.o:tents of tail contract, all strictly in accordance tri t'^ the Purllc Agency's plans, dratLnz s and specifications. (c) The wort: can be chanced only with Puiwlic Agoncy's prior :mitten order apocifyi ng such change azd its cost agroctl to by t;%a partiest anu t:ta Public Agoncy shall never havo to pay more than specifiud in Sec. 7 witaout suc:t an order. •4. TINS, NOTICE TO PrOCL o. Cantractor shall start this tior): as directed in the apeci- rxcatxona or tae i;otica to .'rocaac: and shall complete it as specified in Sec. 1. S. LIOUIDATCD DA1L\GES. If the Cc.^.tractor fails to corplotc this contract and this work wltnln the txt..a 1,.cu therefor, allowance being made for continconcias as provided "herein, he bocones liable to the Puolic Agancy for all its loss and damage tai rofromt and because, from the nature of the case, it is and will to impracticaitla and extremely difficult to ascertain and fi:c the Public N,4cncy'a actual danace from any dulay in performance horoof, it is agreed that Contractor will pay as liquiJatcd darages to tae ?:blic 1.gcnc7 the reasonable sum specified in Sac. 1, tis result of the parties' reasonable endeavor to estimate fair average ccr..per.satxen t::erafor, for each calcr.c:ar 'Jay's colay in finishing said war),,: and if the sante to not =air, Public Agcnc• r..ay, in acditlon to its ctnor renadias, deduct the Baru from any -;-cy uue or to beco•a u:;_, zontract^r .neer .nxs ccn- tract. if the Public A;ency for any cause autnuritps or co-trib tea to a =play, n- sion of worl: or catension of I.ma, -ts duration shall ba added to no _.rete allowed fcr completion, but it shall not Me deemed a waiver nor be use,- to duiaat ant right of the Agancf to damages for non-cenpletion or dola;, hereunuer. Pursuant to t;overar,.ant Codi sec. 4215, the Contractor shall not to a.sessed liquidated dar.agas for dela[ in conplation of the work, uhcti such delay was causes ay t:te failure of the, 7=11c ligancy or the owner of a utility to provide far removal or ralccation of o:ciating atllity facilities. 6. I:: _;,^.Tlu UCC:::2-1:.':S. The plans, ura%nngs and specxfxcaticns or spacial prcvxsicns o: tate Puuixc .�ticncy s call !^ �..a, and Ccntractor' ac= �t _ _d b,.,! for this uor� Are - hereby incorporated into t. s'ccntract: and they are intanu_c to co-operate, so that any- thing extitUxtcti in the plans or drawings and not rnntiorud in the spacificaticns sr special provisions, or vice varaa, is to be a::acutud au 1f e::aibitau, mentioned and set forth in uoc:t, to titc true intent anu t:wani.-.q ti:arcof ultc:ti ta%an all tcgctner: i nd differences of opinion concerning those shall be finallt deter:.:xned by Puolic Agancy's Agent spuclfied in Sac. 1. 7. PAY11MIT. (a) For his strict and literal fulfillment of tnese promises and conditions, an as :u compensation for all till work, the Puolic agency shall pay tha Contractor the suit specified in Sec. 1, except that in unit price contracts the payment shall as fcr finished quantitios at unit bid prices. ibi On or aL•out the first day of each calendar mond the Contractor shall sutm.Lt to the Public Agency a verified application for payxtent, supported by a statement showing all materials actually installed during t'.to pruce%;ing non ti, the labor expended thereon, and the coat thereof: wharoui:on, attar checninu, tltc Puulic Agency shall xasuo to Contractor a cortificato for the a-ount duterninad to be cue, minus 10Y thereof pursuant to Government Coda Sec. 51DG7, but hot until defective worn: and materials have octan removed, replaced and made good. a. PAYIIE:ITS WITHHELD. (a) ".!to Public Agency or its auunt may withhold any payment, or ecause at later ulicovered ovsL�enco nullify all or any certificate for payment, to such extent and period of tiA-c only as may be necessary to protect the Public Agency_ from loss because oft (1) Defective work not rercdied. or uncumpleted wor):. or (2) Claims filed or reasonable avidance indicating probable filing, or (2) Failure to properly pay suacentractors or for naturial or labor. or (4) Reasonable doubt Gtat the work can be complatnd for tito balance then unpaid, or (5) Damage to anot:tor contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable diligance to discover and report to the Contractor, as the war!,• progresses, the materials and la"r which are not satisfactory to it, so as to avoi.3 unnocassary trcu:;Ic or cost to the Co;tirsa.:zor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its noticu of completion of the entire (Page 2 of i) (CC-1: :tev. Q-2 00t't2 c •r wotn, it shall issue a certificate to tate Contractor ana pay the balance of the contract price after dudueting all ar..ount3 witahelrl under this contract, prov:ced the Contractor shows that all claims for lauor and materials have been paid, no clai:,s :rave jeer, presunted to the Public Agency based on acts or cniszioni of tate Contractor, and no liens or withhold notices have been filen against tae :tort: or site, and provided there are Act reasonaulo inuications of Befactivo or miring wort: or of late-recoruau notices of liars or ciairs against Contractor. 9. I:aLklt.:iCL. (Labor Code 5510oU-al) on sinning this contract, Contractor rust give unlic nguncy (1) a certificate of co�acnt to self-insure isau,!u by the 7,..-actor of Industrial Relations, or (3) a certificate of workers' Compensation insurance issued by an at:mittcu insurer, or (3) an uxact copy or duplicate t:teruof certified by tna cirect.: or the insurer. Contractor is awarn of and complies wit!t Labor Cods Sec. 3703 and tna Workers' Compensation Law. 10. UO::Uri. On signing this contract Contractor s:t.all deliver to Public Agency for approval good and sufficiant Londs wit:; suraties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing tiis fait:tful parforaanco of this contract and :tis payment for all labor and material:; naroundar. 11. 1•AIL::PLTO PL'PF011::. If the Contractor at any tive refuses or neglects, •.ritneut fault of =cc l'u;.l:c ,bgutwy or its agcnt(s) , to sapply ou:fic:cnt materialz or wurxr..en to eanpieto this agreement and :;orb as prcvidad hurcin. for a persed of 10 days or more attar written notice thereof by tno Pualic t:gency, ti%c Public Agancy may furnizn same and ded•.ct the reasonable expenses thereof fror. the contract price. 1:. L'.;:s %PPL'! usneral. Doth parties roeognsze.t::-. ap!)Iicability of various federal, scitu gnu local lay:e gnu rayulationz, oopccially (..lamer 1 of Part 7 of t:-.o California Labor Ccdc (baylnniny wit". bac. 172j, and incluiing Secs.. 1735, 1777.5, & 1777.E for_:-' :ng discriaiinatzon) ane Intend that th:3 ayrou;.Zit con:,i:en thercwtth. Tits parties ap.;c:f::oily stipulate that the relevant penalti.ts and furfeituzus p:oviw u in the Lauer Ccdo, especially in Sacs. 1775 & 1313, concerning provailinq wages and itoura, shall apply to tnis agrear..onz as though fully stipulated harein. 13. Government Ccue 554100-1113 are incorporated heroin. 14. dA(11:• (a) rurzuant to La:or Cade Sec. 1773, the Director of the Oeear tent of tncu3tr:a :•.a aticns has ascertained the general pre-ailing rates of •.+aces ❑ -'diem, a::d for holiday and overtime work, in the Iccsiity in which this wort: is to be perforned, for each craft classification, or tape of work.-an nacued to a::ecute this contract, and laic rates ars as specified in tiro call for bids for t.tss wort: and are on file witn the Public Agency, enc are hereby incorporated heroin. (b) :hia schedule of wagas is bi3nd on a working day of 0 hours unless ot`o n+iso specified; and tlta daily rata is tate hourly rate multiplied by tate number of rour3 crn- stitutiny the working day. ;;hen lesa than that norther of hours are worked, t..e c.aily image rate is proportionately roduceu, but the hourly rate remains as stated. (c) ':rte Contractor, and all his subcontractors, must pay at least tnese ratos to all pursons on this work, including all travel, suusistencu, and !ruga benefit pa}r..ants provided for by applicable collective bargaining agreorents. All skillud Jacor riot listed above must uu paw at least tate wa-,e scale establis.w d by collective bargai .x.g acree.-sat for such labor in the locality w.tere such wur;; is bainy perfornad. If it Uecocas necus- nary for the Contractor or any suacor.tractor to es,:r.loy ratty person in a craft, cia,sifi- cation or typo of work (except executive, supervisory, adt.tlltistrativa, clerical or neer non-manual uorkurs as suet) for wt;ica no minims wage ratu la specified, the Contrac:c: shall irvnediatuly notify tate Public Agency witich shall prorptly letarmine tae prf:vailin g wage rate t.turufor and furnish the Contractor with tae minittuta rat. Lased thereon, wniaa a1tall apply from the tire of the initial arploy;.tont of thu person affected and during tie continuance of such cr..ployr..ont. 15. ljot;m Jr Eight hours of labor in one calendar day constitutes a legal day's wa:11.1 a..- :.0 war:.i.:an caplcycd at any titx on this wor!: by the Contractor or by any sua- contractor shall be raquired or par-:ttad to work lonyor thereon except as provided :n Labor Code Secs. 1310-1315. 16. :•.PDH;.::^..C'CS. Properly indentured apprantices may be ar-p layud on tail work in accoruauce with Labor Coca Secs. 1177.5 and 1777.6, forb u:diny discrimination. (Page 3 of 4) (CC-1; Rev. 11-76) 0-3 17. P1:1.FLlt%::::C ror. :L'::'C)tIALS. The Public Agency desires to promote the industries and econot.,y of to:ktra costa County, and t::o Contractor therefore promises to use the products, worknon, laborers and mechanics of t::is County in every case where t1he price, fitness and quality are equal. 16. i..''iSIG:::=—,. This aaroament bines the heirs, -successors, assigns, and reerosentativas of tau cuntractor: but he cannot assign it in whole or in put, nor any monies due cr to become clue under it, without the prior written consont of enc Public Acency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. 4'AIVC 7Y PCIILIC INGUNCY. Ins;cction of the work and/or r..atorials, or approval of wore: and/'or materiala inspects , or statove nt by any officer, agent or employee of t.e Public Agency indicating the wor): or any part ti:oreof complies with the requireaar.ts 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, saall not relieve the Contractor of his cbligation to fulfill this contract as prescribed: nor shall tho Public Agancy c,e thereby estopped from bringing any action for damages or enfoccoment arising from the failure to comply with any of the terns and conditions hereof. 20. 1101-0 ItANtLCSS c I::LM"-'ZYY. (a) Contractor pror..isus to and shall hold harmless and inderuufy iron rho llabi.ities as dot-nod in this section. (b) :he inder.niteos benufitcd and protected by this promise are tea Public Acency and its elective and appointive uoards, co=issions, officers, agents and employees. (c) The liabi� lilies protocted a;airst arc any liability or claire for danage o: any kind allegedly su:tereu, incurred or t4reatonad because of actions I*afired balow, including personal injury, death, proporty damaqu. inverse condemnation, or any ccr.,oinaticn of tnoso, regardless of wnethor or not such: liajility, claim or da .aee was unforeseeable at an.y tine before the Pudic Agency aoorovou tiia i provonont plan or arca?tecl the i=provo-ones is conpletod, and including the defense of a:iy suit s) or action(s) at law or aquity concerning those. (d) The actions causing liability are any act or onission (negligent or non-ragligont) in connection witn the r..attors covers,. by tnis contract sne attributable to the contractor, • subcontracter(s), or any officar(s), agent s) or enployoo(s) of one or more of then. (a) ;lon-Conditions: The promise and agrecnont in this section is not condittcna•: c. i dependent on wncthur or not any Indemnitee has prep uuu, surplicd, or approved any drawing(s), specification s) or snecial provision s) in ccnn• action wit. t.is ',or , has insurance or other inuamnification covering any of taese ::attars, or that the allegea damage resulted partly from any nogligent or willful misconuuct of any Indemnitee. 21. =CAVAT1014. Contractor shall comply with the provisicns of Labor Code Sac. 61:5, is appiicau e, by suLnitting to Pui,lic Agency a detailed plan siowiny the design of shoring, bracing, sloping, or othor provisions to be made for worker protection from the hazard of caviny ground during trench excavation. (Page 4 of 4) / (CC-1; rev. 11-16) 0-4 1;11 ;,•,, V 0 DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY APPENDIX III (Housing & Community Development Act Guidelines - Appendix III & IV) I. General Res;+orsibilities •.of Contractors A'. General Obiic!ations Contractors bidding on non-exempt Federally involved 'con- etruction contracts should carefully review the general requirements relative to affirmative action and non-discrimination stipulated in the Equal EWployment Opportunity (EEO) Clause and the Federal EEO Bid Conditions, f Where applicable, which incorporate the voluntary minority utilization ` plan (Hometown Plan) ani/or impose minimum minority 'utilization goals and timetables on contractors. } Upon award of the Federally involved construction contract. the 1 contractor will be bound by. the requir=ents of the EEO Clause and � . applicable Federal EEO Bid Conditions and must be able to demonstrate : compliance with those requirements, including the designation of a high level company official to assume the rezpcnsibility for the contractor's EEO Program. B. Notification of Specific Responsibilities Subsequent to award, but prior to the initiation of construe- tion on a covered Federally funded or assisted contract, the prime contractor,and all known3ubcontractors will be notified by the Department ti of Housing and Urban Developmeat (HUD) , San Francisco area Office, which awards or administers the contract, of the specific reporting and record keeping requirements under the EEO Clause (See 60-1 ) and Bid Conditions. C. Notification of Subcontractor Each prime contractor and subcontractor shall include by j reference the EEO Clause and applicable Bid Conditions in all advertisements or ocher solicitations for bids, and shall include verbatim the EEO Clause and applicable Bid Conditions .in all contracts. Each prime contractor and subcontractor must provide written notice to each subcontractor of the specific reporting and record keeping requirements under the EEO Clause and applicable Bid Conditions. Upon i award of a subcontract, each contractor shall i=ediataly notify the Fair Housing and Equal Opportmity Division, Sart Francisco Area Office, ' Department of Housing and Urban Development (or the Contracting agency who in turn ,rill notify FH & EO Division) of the contract number, the subcontractor's name, dollar a.:.ourt of contract, estimated start and completion dates, and the crafts whica will perform ;:ork under the subcontract. t II. Qbliiat{ons Under Federal E:.Qalc Conditions A. . HonecowT ,Plans ,Part I (Voluntary) Hometown Plans are Office of Federal Contract Compliance r Programs (OFCC?) approved voluntary area-wide agreements between the construction industry and representatives of the minority community establishing craft goals and timetables for minorities. The Pian and the signatory participating patties in the Plan are incorporated in Part I of the Bid Conditions for the Plan area. t Contractors signatory to and participating in Lepartmeat of Labor approved Hometown Plans and utilizing a local cra!t under Part' I of the Bid Conditions are required to comply with the provisions of the Plan and the EEO Clause. Removal of contractors to Part II of the Bid Conditions and/or initiation of eafotcenent prccaedings may be reco=ended to the OFCCP Regional Office by the Administrative Catnittee for a contractor's 4 failure to meet Hometown Plan requirements. Such action may also be ' initiated directly by the OFCCP Regional Office for violation of the EEO t Clause. B. Hcmetc:rn ?tan ?art II, kvnendix s (:_.nosed ?!an) and Special Bid Conditions J Contractors subject to Part II of the aid Conditions , (including contractors participating in the voluntat-/ plan but utilizing .craft(s) subject to Part II requirements) and those a:facted by Appendix A of the Imposed Plan, or Special Bid Conditions are required to: 1. Comply with the EZO Clause; ' 2. Meet the minimum goals and timetables for agg:agate »or:cf once utilization specified in the Bid Conditions and/or Appendix A in each covered craft on all covered *.pork in the area under the Bid Conditions/Appendix A or provide L•OCIPMENTAR`i EVIDENCE of good faith efforts to implement the minimum acceptable affirmative action program; 3.' File monthly or is directed by• the contrac�inr cr•ad- ' ministering agency, beginning with the effective date of i the cortract, workrorce utilization. reports (Standard Form 257) rew::ct{:; the prime contractor's and each subcontractor's ag,re;ata workforce in each covered craft within the area zovcre^: by the gid Cond.itior,e and. s one tai--e list:,.^,g of all Fedarally-funded or assisted ccn- ' tracts vithin the lid Ccndltion area by agency, ecnt:aet ni:,_:,er, location, dollar vol=e, percent comnlated, pr3ilezted complaticn daze, and a listing of all cc%ter ed acn-cederal u ork. Mont::ly reports, thereafter, should cnl7 include a ?istiag of ne;r contracts received and currant contracts completed. j� 4�},+, , £-z 004 ( o 4. Provide access to books, r;;co ds, and accounts of all covered construction sites and documentary evidence, of �- ",- good faith efforts to the Compliance Agency and/or the Office of Fedar:l Cor_tract Compliance Ptagrnms (OFCCP) ' for the purpose of conducting a review. + When the Compliance Agency and the OFCCP have detarm inad that the contractor has consistently asst the minimum. utilization goals is a covered craft over an entire construction season, reporting requirements i will be changed from a monthly to a quarterly basis. However, if a } contractor fails to meet the minim.Lua ucilization goals during an7 quarter, monthly reporting requirements will be reinstated. III. Enfo� rement A. Comoliance Review ' Contractors fa'--ling t meet the minimum utilization goals r specified in the Bid Conditions, or :subject to outstanding allegations of discrimination in violation of the E.E.O. Clause will be subject to a thorough review of their implementation of the AEfirrative :fiction Program as specified in the Bid Conditions and, where required, a thorough review o» their compliance with the E.E.O. Clause. 4 Contractors wi libe suLject to gene_al enforcement, as sti.ulatad in Subpart B of CR 60-1 at the diacreticn of the agency or the OFCCP. ' A complinnce review conducted by the Compliance Agency will consist of the followin;: 4 t 1. A thorough r;viiew of the contractor's books, records and' accounts and other relevant documents. (If a contractor hz, met the specified minimum utilization goals for the i aggregate workforce the contractor will be presumed to be ' in coral'ance with the requirements of the 114-d Conditions ` and the review concluded, unless an allegation of discri.minat:.oti f in violation of the E.E.O. Clause has been made.) ; 2. Validation of the information presented will be : ae I through on-site reviews of a sample of all of the contractors projects to deter-miae whether tha contractor has. met its goals or has made a good Faith effort to implereat all of , the affirnative action steps specified in ti,e Bid Conditions, and has not violated the E.E.O. Clause, , E-3 002 � { { i 8 . Ratr,edlal Coi=itm nts ' . In the event that a contractor has failed to meet the mini="— J utilization goals and had failed to provide adequate doc=entary evidence of good faith efforts to inplenent the minimum afti=ative action pro3ram as specified in the 3.1d Conditions, the contr-actor will be given an opportunity at the conclusion ui the complialice review to make specific .mitten conr,itmunts, which will be signed by an officer of the company, to remedy all deficiencies idenLified during the raview, provided that the contractor has riot uthe raise been fou-id, co .ave violated the E.E.C. Clause. If such coszsitments are made by the contractor and aparoved ' ! by the CompL....nce Agency, the Agency will find the contractor in ccm- pliance and initiate monitoring of the specific comrit=ents. C. Notice of Intent to Initiate Actions Leadinz to Sanctions , s If the contractor fails to mace, or having made, faits to . implement adequate remedtal =ni.tments,- and/or has beer, found to ha=✓e' otherwise violated the E.E.0 Clause, the Compliance Agency will issue a : show cause notice: to the contractor providing 30 days for the contractor to come forward with additi.oncl evidence of its efforts to comply or to wake adequate remedial commitments, ar:d, where required, to demonstrate that it has not violated the E.E.C. Clause. ' 1 If the contractor makes such demonstration{s) and/or eon-._.,it- ; meats, the Ccrpliance Agency .will withdraw the show cause notice and place thz contractor in compliance, provided that any violation of the cc=itzents will cause the contracting ag4ncy to proceed .ich actions leading to sanctions. D. Initiation cf Actions Leadin: to Sanctions if, during chn 30-day pe,iJd provided, the contractor, (a) fails to docuWEnt adquate toed ialth effort to implamert the minimus required afiit-ative action steps or fails to maka _den uace ca:w=it=ents to correct all deficiencies, or (b) ui-.err requir::d, fails to dw-,onstrate that the E.E.O. Clause hat not been violated, the Compli&nce Agency will initiate actions leading to the imposition of sancticitu against tha contractor, pursuant co 41 CRF E0-1.36. Upon such action by tbs Compliance kgancy and hpproval by- the GFCCP, the contractor t.i_j be notifiad that actions 1Fadi.g to sanctions have bee- 'initiated. The noci.cn will state the reasons for t e action and provide 14 calendar dayci f6r th2 cones cto. to raquest a hearing regarding the Imposition o,: s:anctlons. E-4 f Ic no request for bearing is rec aived within rhe 14-day period, the Compliance Agency and/or O MCP will impose such sanctions as are deemed appropriate prcvl cions; o 41 C:R 60-1, including cancella- tion, cerminaticn, debarment or incligibility for iurther Federally funded or federally assisted contvaccs. Upon receipt of a request for hearing, the Compliance Agency and/or OFCCP will arrange for and conduct a Bearing on ct►e issues outlined in 41 CRF 60-1 and ',1 CRC 50-30. During the pendency of any such request fn hearing, a contractor's , ocher federally involved contracts may be suspended in whole or in part, pursuant to the provi:;ions of lot CFF L-0-1. 3owever, no sanctions or penalties specified in :1 OF 60-1 or Executive Order 11246, as amended, mny be imposed without the approval of the Director, OFCCP. The hearing procedures (41. CRF 60-30) provide that any con- ciliation agreement or cnn�:et:t decree proposed as a secelemene of the � issues and the final decision on the imposition of sanctions must be approved by the Secretary of Labc:r or the Lirectcr, OCCCP. 1V. Technical Assiscance The Compliance Agency 'and U;•CCP Regional Office staff will provide technical assistance rnCardine the implementation of the requirements of the F.E.O. Clause, rrderal Btd Conditions and/or Appendix A upon receipt o: a request Cor asriscance from a contractor. ti E-5 �j0"r.-'i'3 • DIVISIOPI E - EQUAL EMPLOYMENT' OPPORTUNITY BID .00ITIONS �-, AFF I RV I VE ACTION RECU I PE r FS EUL ET?F'LOW'E I T OPMRTU J ITY (1) ErTO',,1N PLAN) . For all Non-Exempt Federal and Federally-Assisted Construction Contracts to be Awarded in Contra Costa County, California. N0_ T ICE . EACH BIDDER, COUTRACTOR OR SLBCONTRACTOR (HEREINAFTER THE COt1TRArrTOR) hUST FULLY COMPLY WITH EITHER PART I OR PART II, AS APPLICABLE, OF THESE BID CO.ID I T IOINS AS TO EACH CON STRL,"-TIM TRADE IT I JUIDS TO USE ON Tri I S . CONSTRUCTION CWTRACT RACT A1' D ALL OTHER HER CONSTRUCT ION WORK (BOTH FEE RAL AM NON- FEDERAL) IN THE CUITRA COSTA COU4TY AREA DUR I SIC THE PERFCRtIMCE OF TH I S CONTRACT OR SLEM4T'RACT, 7HE COPI^iRACTOR M."ITS ITSELF TO THE GOALS FOR MUNCRITY ('A'IMMER UTILIZATION M EITHER PART I OR PART I1, AS APPLICABLE, AND ALL OTHER F�ECIUIREPErS, TM-IS ACID MIMITIONS OF THESE BID M'DI T IMS BY Sl. MITfING A PROPERLY SIG14ED BID, THE COMRACTOR SHN-L APPOI IT A CWPN4Y EXECUTIVE TO ASSUc THE. RESPaISIBILITY FOR THE IMPLE;-01►ATIOIN OF THE REOUIREf CENTS, TEPM AND COZITIONS OF THESE BID MIDITIONS, MIT The provisions of this Part I apply to contractors which are party to collective bargaining agreements with labor organizations which toether have agreed to the Contra Costa County Area Construction Program (hereinafter the Contra Costa Plan) for equal opportunity and 'nava jointly ,wade a com=itrent to specific goals of minority and, Where applicable, female utilization. The Contra Costa Plan is a tripartite ,oltzZtary agreement betwecn management, labor, and the ;minority cornt,_nity. The Contra Costs Plan, together with all impler•.enting agreements that have been and cay hereafter be developed pursuant thereto, are incorporated herein by reference. E-6 UU;18f Any contractor using one or more trades of construction employees must comply with either Part I or Part II of these Bid Conditions as to each such trade. A contrac- tor may therefore be in compliance with Part I of these Bid Conditions by its ,--� participation with the labor organization which represents its employees in the Contra Costa Plan as to one trade provided there is set forth in the Contra Costa Plan a specific commitment by both the contractor and the labor organization to a goal of minority utilization for that trade. Contractors using trades which are not covered by Part I (see Part II, Section A) must comply with the commitments contained in Part II including goals for minorities and female utilization set forth in Part II. If a contractor does not comply with the requirements of these Bid Conditions, it shall be subject to the provisions of Part II. PART if A. Coverage. The provisions of this Part II shall be applicable to those con- tractors who: 1. Are not or hereafter cease to be signatories to the Contra Costa Plan incorporated by reference in Part I hereof; 2. Are si,—natories to the Contra Costa Plan .but are not parties to collr.c- tive bargaining agreements; 3. Are siznsto•ries to the Contra Costa Plan but are parties to collective bargaining agreements with labor organizations which are not or hereafter cease to. be signatories to the Contra Costa Plan; �1 4. Are signatories to the Contra Costa Plan .mJ are parties to collective bargaining agreements with labor organizations but the two have not jointly executed a specific commitment to goals for minority utilization and incorporated the commitment in the Contra Costa Plan; or 5. Are participating in an affirmative action plan which is no longer accept- able to the Director, OFCCP, including the Contra Costa Plan; 6. Are signatories to the Contra Costa rlan but are parties to collective bargaining agreetme tts with labor organizations which* together have failed to make a good faith effort to comply with their obligations =der the Contra Costa Plan and, as a result, have bu.en placed under Part II of the Bid Conditions by the Office of Federal Contract Compliance Programs . B. . Reguire»ent--An Affirmative Action Plan. Contractors described in paragraphs 1 through b above shall be subject to the provisions and requirements of Part II of these Bid Conditions including the goals =d timetables for minor- ityt utilization., and specific affi^ative action steps set forth in Sections B.1 and 2 of this Part II. The contractor's commit»ent to the goals for minority utilization as required by this Part II constitutes a cor_ai'6=nt that it will make ever; good faith effort to meet such goals . t '."Unority" is defined as including Blacks, Spanish Su:nameed Americans, Asians, and American Indians, and includes both sinorit•; =an and minority women. E-7 1. Goals and Timetables. The goals of minority utilization required of the contractor are applicable to each trade used by the contractor in the Contra Costa Plan area and which is not otherwise bound by the pro- visions of Part I. For all such trades the following goals and timetables shall be applicable: WALS FOR M I NOR I TY Uf I L I ZAT I OXJ From 10/01/74 To 9/30/76* 17.Ox - 19 .5% * In the event that any work which is subject to these Bid Conditions is performed in a year later than the latest year for which goals of minority utilization have been established, the goals For the last year of the Bid Conditions will be applicable to such' work. The goals of minority and female utilization above are expressed in teras of hours of training and employment as a proportion of the total number of hours to be worked by the contractor's aggregate work force, which includes all supervisory personnel, in each trade on all projects (both Federal and non-Federal) in the Contra Costa Plan area during the perfor- mance of its contract (i.e. , the period beginning with the first day of work on the'Fcder.zl or federally assisted construction contract and ending with the last day of work.) The hours of minority employment and training dust be substantially uniform throughout the length of the contract in each trade and minori- ties must be employed evenly on each of a contractor 's projects . There- fore, the transfer of minority employees or trainees from cor.tractbr to contractor or from project to project for the purpose of meeting the contractor's goals shall be a violation of Part II of these Bid Conditions. If the contractor co=ts the nonworking hours of trainees and apprentices in meeting the contractor's goals , such trainees and apprentices must be employed by the contractor during the training period; the contractor must have made a commitment to employ the trainees and apprentices at the completion of their training subject to the availability of emplov- rent opportunities; and the trainees must be trained pursuant to training program. approved by the Bureau of Apprenticeship and Training for "Federal Purposes" or approved as supplementing the Contra Costa Plan. 2. Specific Affir-rative :Nction Stens, No contractor shall be found to be in noncomnliar,ce with Executive Order 11246 , as amended, solely on account of i,ts failure to meet its goals , but sl,hail be ziven an opportunity to demonstrate that the contractor has instituted all the specific affir- mative action stets specified in this Part II and hs grade every. good faith effort to make these steps work toward the attainront of its goals within the tim-etablcs, all to the purpose of e::randing minority utili- zation in its aggregate work force in the Contra Costa Plan area. A E-8 0�lri� contractor subject to Part I which fails to comply with its obligations under the Equal Opportunity clause of its contract (including failure— to meet its fair share obligation if provided in the .Contra Costa Fla-, or subject to Part II which fails to achieve its commitments to the goals for minority utilization has the burden of proving that it has engaged in an affirmative action program directed at increasing minority utilization and that such efforts were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when employment opportLmities were available and should have maintained records of the organizations ' response. .b. The contractor should have maintained a file of the names and addresses of each minority referred to it by any individual or organization and what action was taken with respect to each such referred individual , and if the individual was not employed by the contractor, the reasons therefor. If such individual was sent to the union hiring hail Llgr referral and not referred back by the union or if referred, not employed by. the contractor, the file should have documented this and the reasons therefor. C. The contractor should have promptly notified the contracting or administering agency and the Office of Federal Contract Compliance Programs when the union or unions with which the contractor has • collective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process has impeded efforts to meet its goals. d. The contractor should have dissominated its EEO policy within its organization by including it in any employee hrndboo;; or policy manual; by publicizing it in company newspapers and annual reports, and by advertising such policy at reasonable intervals in L-lion publications. The EEO policy should be further disseminated by conducting staff meetings to explain a-nd discuss the policy ; by no.;tin, of the policy; and by review of the policy with minority employees. e. The contractor should have disseminated its EEO policy externally by infor-Ung and discussing it with all recruitment sources; by advertising in na,. s media, specifically including minority news media; and by notifying and discussing it with all subcontractors . f. The contractor should have made both specific and reasonably recurrent written and oral recruitment efforts . Such efforts should have been directed at minority organizations , scliools with substantial minority enrollment, and minority recruit-ment and training organizations within the contractor's recruitment area. 00 E-? ��. J g. The contractor should have evidence available for inspection that all tests and other selection techniques used to select from among candidates for hire, transfer, promotion, training or retention are being used in a manner that does not violate the OFCCP Testing Guidelines in 41 CER Part 60-3. h. The contractor where reasonable should have developed on-the-job training opportunities and participated, and assisted in all Depart- ment of Labor funded and/or approved training programs relevant to the contractor's employee needs consistent with its obligations under thi$ Part II. i. The contractor should have made sure that seniority practices and ,job classifications do not have a discriminatory effect. J. The contractor should have made certain that all facilities were not segregated by race. k. The contractor should have continually monitored all personnel activities to ensure that its EEO policy was being carried out including the evaluation of minority employees for promotional opportunities on a quarterly basis and the encouragement of such employees to seek those opportunities. i . The contractor should have solicited bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority con- tractor associations. NOTE--The Assistant Regional Administrator of the Office of Federal Contract Compliance Programs and the compliance agency staff will pro- vide technical assistance on questions pertaining to minority recruitment sources, minority community organizations and minority news media upon receipt of a request for assistance from a contractor. 3. Subsequent Signatory to the Contra Costa Plan. Contractors that are subject to the requirements of Part 11 at the time of the submission of their bids which, together with labor organizations with which they have collective bargaining agreements, subsequently become signatory to the Contra Costa Plan, either individually or through an association, will be deemed bound to their commitments to the Contra Costa Pian from that time until and unless they once again become subject to the requirements of Part 11 pursuant to Section A. 1-6. 4. Non-discri-urination. In no event may a contractor utilize the goals and affim.ative action steps required by this Part II in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. ART I ll C3=-liznce and Fnforccnent. In all cases, the compliance of a contractor will be 4C determined in accordance with its obligations under the to=-s of these °'_d Con- ditions. Therefore, contractors who are governed by the provisions of either Part I or Part II shall be subject to the requirements of that Part regardless of the obligations 'of its prise contractor or lower tier subcontractors . ,E-10 � e a - • All contractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors in writing of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority employment and training. A. Contractors SLbject to Part I. 1. A contractor covered by Part I of these Bid Conditions shall be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part I, provided the contractor together with the labor organization or organizations with which it has a collective bargaining agreement veet the goals for minority utilization to which they cormitted themselves in the Contra Costa Plan, or can demonstrate that every good faith effort has been made to meet the goal. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the Office of Federal Contract' Compliance Progrars determines that the contractor has violated a substantial requirement in the Contra Costa Plan or Executive Order 11246, as amended, and its implementing regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation if provided in the Contra Costa Plan or has engaged in unlawful discrimi- nation. Such violations shall be deemed to be noncompliance with the Equal Opportunity clause of the contract , and shall be grounds for imposition of the sanctions and penalties provided for in Executive - • Order 11246, as amended. 2. The 0--CC? shall review Part I contractors ' employ ,ent practices during the perfo r...ance of the contract. Further, O M CP shall be solely responsible for -ny final daterriiration that the Contra: Costa Plan is no longer an acceptable affirmative action program and the conse- quences thereof. The Oi`CCP may, upon reviev and notice to the contractor and any affected labor organization, determine that the Contra Costa Plan no longer represents effective affirmative action. In the event it shall be solely responsible for any final detcrminat .an of that question and the consequences thereof. 3. t:nere OFCC? finds chat a contractor has failed to comply with the requirements of the Contra Costa Plan c.-d its obli;ation under Part I of these Bid Conditions, it shall take such action cndlor impose such saulctions as may be appropriate uncar the Executive Order and its regulations. 6:nen the OFCCP proceeds with such formal action it has the burden of proving that the contractor has not crit the requirements of these Bid Conditions. Tile failure of the contractor to comply with its obligations t-nder the Equal Opportt^tity clause shall shirt to it the requira=ent to co=e forward with evidence to show that it has met the good faith requirements of these Bid Conditions by instituting at least the specific affirmative action steps listed in Part II, Section 2. The contractor must also provide evidence of its steps toward the attainw nt of its trade 's coals within the' timetzbles set forth in the. Contra Costa Plan. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether E-11 1 OUB(sJ such contractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of basic principles of Federal pro- curement law. B. Contractors Subject to 'Part II. In regard to Part II of these Bid Conditions, if the contractor meets the goals set forth therein or can demonstrate that it has made every good faith effort to meet these goals, the contractor shall be presuned to be in compliance with Executive Order 11246, as amended, the implea:enting regulations and its obligations under Part II of these Bid Conditions. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or administering agency otherwise determines that the contractor is violating the Equal Opportunity clause. Where the agency finds that the contractor failed to comply with the require- ments of Executive Order 11246, as amended, the implementing regulations and the obligations under Part II of these Bid Conditions, the agency shall take such action and impose such sanctions , which include suspension, termi- nation, cancellation, and debarment, as may be appropriate under the Executive Order and its regulations. When the agency proceeds with such formal action it has the burden of proving that the contractor has not met the goals contained in Part II of these Bid Conditions. The contractor 's failure to meet its goals shall shift to it the requirement to come forward • with evidence to show that it has met the good faith requirements of these Bid Conditions by instituting at least the spacific affirmative action steps listed in Part II , Section 2. The pendency of such proceedings shall be taken into consideration by Federal agencies in determining whether such contractor can comply with the requirements of Executive Order 11246, as amended, and is therefore, a "responsible prospective contractor" within the meaning of the basic principles of Federal procurement law. C. Obligations Applicable to Contractors Subject to Either Part I or Part II . It shall be no excuse that the union with which the contractor has a col - lective bargaining agreement providing for exclusive referral failed to refer minority employees. Discrimination in referral for employment, even if pursuant to provisions of a collective bargaining agreement, is prohibited by the National Labor Relations Act, as amended, and Title VII of the Civil F.i-hL-s Act of 1964, as 'amended. It is the policy of the Office of Federal Contract Compliance Programs that contractors have a responsibility to provide equal employ-ment opportunity if they wish to participate in federally involved contracts . To the extent they have delegated the responsibility for some of their emplo}-ient practices to a labor organization and, as a result, are prevented from meeting their obligations pursuant to Executive Order 11246, as amenddd, such contractors cannot be considered to be in compliance with Executive Order 11246, as amended, its _nplerenting rules and regulations. •� E-12 PART I V General Reauirem. nts. 1. Contractors are responsible for informing their subcontractors in Writing regardless of tier, as to their respective obligations under Parts I and II hereof, as applicable. Whenever a contractor sub- contracts a portion of the work in any trade covered by these Bid Conditions, it shall include these Bid Conditions in such subcontracts and each subcontractor shall be bound by these Bid Conditions to the full extent as if it were the prime contractor. The contraccor shall not, ho.tever, be held accountable for the failure of its subcontractors to fulfill their obligations W.der..these Bid' Conditions . however, the ' prime contractor shall give notice to the Assistant Regional Adnini- strator of the Office of Federal Contract Compliance Programs of the Department of Labor and to the contracting or administering agency of any refusal or failure of any subcontractor to fulfill its obligations under these Bid Conditions. A subcontractor's failure to comply will be treated in the same manner as such failure by a prime contractor. 2. Contractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended, with a contractor debarred from, or who is determined not to be a "responsible" bidder for Government contracts and Federally-assisted construction contracts pursuant to the Executive Order. 3. he Col1Lractor shall carry out such sanctions and penalties for � violation of these bid Conditions and the Equal Opportunity clauze includin; suspension, ter:iir.zzion and cancellation of existing, sub- contracts and dcUzr-. ent from iuture co-ntracts as may be imposed or ordered pursurnt to Executive Order 11246, as amended, and its implementing regulations by the contracting or ad.3inistering agency and the Office of Federal Contract Compliance Programs . Any contractor who fails to carry out such sanctions and penalties shall also be deemed to be in noncompliance with these Bid Conditions and Executive Order 11246, as amended. 4. Nothing, herein is intended to relieve any contractor during the tcr-, of its contract from co-pliarcc %.iL'n E%zac,.:tivu Ordcr 1121.6 , as and the Equal Opport.vu lty clause of its contract with respect to matters ' not coffered in the Contra Costa Plan or in Part II of these Bid Conditions. E-i3 004bi' . Executive Order 11246 Executive Order 11246 requires non-discrimination in employment under federally assisted contracts . In executing this assurance, the County, cities , and non- profit sponsors agree to do, among other things , the following: a. Include the following equal opportunity clause in all federally- assisted contracts . This clause applies to administrative, supervisory, professional , and clerical personnel as well as con- struction workers. This clause also applies to the employment practices of the Activity Sponsor: PON "No person in the United States shall on the ground of race, color, national origin or sex be excluded from participation in , be denied the benefits of, or be subjected to discrimination under any program, or activity funded in whole or in part with funds available under this title." E-I4 004,b i' AFFIRMATIVE ACTION REQUIREMENTS HANDBOOK for Federally Assisted Construction Projects Revised February 1977 R. •tet, �, 4 {t• Edmund G. Brown }r. Claire T.Dedrick Governor Secretary for Resources State of California Herbert Rhodes Director Department of Parks and Recreation r t111.1tMM1� 1 State of California—The Resources Agency DEPARTMENT OF PARKS AND RECREATION Affirmative Action Section P.O.Box 2390 Sacramento,CA 95811 19161 4451050 E-15 0 Introduction Participation in parks, recreation, and historic preservation programs that involve state and federal grants carries with it obligations in the areas of equal employment opportunity, nondiscrimination, and affirmative action. This handbook presents the basic requirements, cites source documents for detailed information, and contains instructions for submission of report materials. It is the hope of the State Department of Parks and Recreation that this handbook will provide the basic information necessary to local agencies and contractors participating in these programs. The Department will also provide assistance to local agencies and contractors active in the program or considering participation. Assistance by telephone, in writing, or in person may be obtained from the Affirmative Action Section at the following address: California State Department of Parks and Recreation Affirmative Action Section P.Q. Box 2390 ' Sacramento, CA 95811 (916) 445-1050 or 1416 9th Street Room 1115.16 Sacramento, CA 95814 The Affirmative Action Section has been assigned responsibility for providing any assistance required by local agencies and contractors in understanding and implementing requirements under the provisions described in this handbook. The section is also responsible for conducting periodic compliance reviews of selected projects. The section's staff will be contacting many local agencies with respect to both aspects of this program. It is important that local agencies and contractors take the initiative, when necessary, in seeking assistance as they are ultimately responsible for compliance with all relevant equal opportunity provisions. All forms, with the exception of federal Standard Form 100 (EEO-1), and reference materials mentioned in this handbook may be obtained through the State Department of Parks and Recreation at the address given above. Standard Form 100 must be obtained by writing the joint Reporting Committee, 1800 G Street, N.W., Washington, D.C. 20506. t'1 v 00. 0 Foreword The information contained in this handbook is intended to assist local agencies and contractors in complying with equal employment opportunity, nondiscrimination, and affirmative action requirements that apply to projects financed in whole or in part with federal funds. These requirements are pursuant to Executive Order 11246, as amended; the Civil Rights Act of 1964,as amended;and the California Code of Fair Practices. CONTENTS Foreword . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Introduction . . . . . . . . . . . . . i ' . . . . . . . . . . . . . . . . . . 1 I. CERTIFICATION OF COMPLIANCE WITH EXECUTIVE ORDER 11246, AS AMENDED . . . . . . . . . . . . . . . . . . . . . . . 2 ll. COMPLIANCE WITH THE CIVIL RIGHTS ACT OF 1964 AS AMENDED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 III. REPORTING REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . 4 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. Materials Required Prior to Announcement of Bidding .4 C. Materials Required Prior to Bid Award . . . . . . . . . . . . . . . . . . 5 D. Materials Required during Construction 6 E. Other Requirements . . . . . . . . . . . . . . . . . . . . . . . . 7 Appendixes A. AREAS WITH HOMETOWN PLANS . . . . . . . . . . . . . . . . . . . . . 9 B. FORMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 c-17 0 0 f. H 1. CERTIFICATION OF COMPLIANCE WITH EXECUTIVE ORDER 11246, AS AMENDED Each administering agency will require the inclusion of the following language as a condition of any grant, contract, loan, insurance, or guarantee involving federally assisted construction. EACH BIDDER/OFFERER, CONTRACTOR, OR SUBCONTRACTOR HEREP`( CERTIFIES THAT IT WILL FULLY COMPLY WITH EXECUTIVE ORDER 11246, AS AMENDED BY EXECUTIVE ORDER 11375, AND THE EQUAL OPPORTUNITY CLAUSE AND RULES AND REGULATIONS ISSUED THEREUNDER, WHICH ARE HEREBY INCORPORATED BY REFERENCE AS APPROPRIATE. THE CONTRACTOR ' COMMITS ITSELF TO SUCH COMPLIANCE BY SUBMITTING A PROPERLY SIGNED BID OR OFFER OR BY SIGNING OR OTHERWISE ACCEPTING A CONTRACT OR SUBCONTRACT. Il. COMPLIANCE WITH THE CIVIL RIGHTS ACT OF 1964, AS AMENDED A. Compliance with regulations: The contractor is required to comply with regulations issued pursuant to Title VI of the 1964 Civil Rights Act with respect to nondiscrimination in federally assisted programs of the Department of the Interior. These regulations are contained in Title 43, Code of Federal Regulations, Part 17. B. Nondiscrimination: No person in the United States shall,on the grounds of race, color, sex, or national origin, be excluded from participation in, be denied the benefits of, or be subject to discrimination under any program or activity receiving federal financial assistance. Under the nondiscrimination regulations of the Department of the Interior, nondiscrimination is required in dealings between the contractor and his employees, and between the local government participant and his employees and the public. C. Methods of administration: Local government participants must provide such methods of administration for the program as give reasonable assurance that the participant rind all recipients of federal financial assistance under these programs will comply with all requirements imposed by or pursuant to the Department of the Interior nundiscrinunatloll regulations, including methods of administration which give reasonable assurance that any noncompliance with the regulations will be corrected. D. Information and reports: The contractor and local government participant will provide all information and reports required by the regulations or directives issued pursuant thereto and will permit access to books, records, accounts, other sources of information, and facilities as may be determined by the State Department of Parks and Recreation or U.S. Department of the Interior to be pertinent to ascertain compliance with such regulations or directives. E. Sanctions for noncompliance: In the event of the contractor's failure to comply with the nondiscrimination provisions of this contract, the administering agency will, with the cOm,ent of the U.S. Department of the Interior, impose such contract sanctions as it may determine appropriate. �0 DPR 543,.Work Force Report DPR 545, Subcontractors' Certification of Implementation of Area Plan 1 . DPR 356, Monthly Manpower Utilization Reportl The participant should notify the State Department of Parks and Recreation of tlae date authorized for advertising the bid and the date of the pre-bid conference as soon as it has been established. The dates need not be included in the bid package. C. MATERIALS REQUIRED PRIOR TO FORMAL BID AWARD 1. Contracts exceeding $1 million If it becomes evident that the amounts bid and the contract award may exceed $1 million, regardless of the geographic location, the participant must submit written notice of this fact to the State Department of Parks and Recreation. This notice will also constitute a request to the Department that an Equal Opportunity Clearance be obtained from the U.S. Department of the Interior. Along with the written notice, the participant should also submit two copies of the bid package and three copies each of Forms DPR 540, DPR 541, and DPR 543 completed and signed by the apparent successful bidder. 2. Contracts Exceeding $10,000 Certification with Regard to the Filing of Required Reports (Form DPR 540) a. This certification must be signed and submitted by contractors and • subcontractors with their bids, unless the project is exempt from the Equal Opportunity Clause. (See 41 CFR 60.1.5 for exemptions.) b. Federal regulations (41 CFR 60-1.7(b)(1)) prevent the award of contracts and subcontracts to proposed contractors and subcontractors who have participated in previous contracts or subcontracts subject to the Equal Opportunity Clause and who have not filed the required reports, unless such a contractor or subcontractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director of the Office of Federal Contract Compliance. 3. Contracts within Hometown Plans or Imposed Plan Areas All federally funded construction contracts (1) in excess of $10,000 and to be performed in a Hometown Plan Area, or (2) in excess of $10,000 and to be performed on projects whose estimated cost exceeds $500,000 in an Imposed Plan Area must include in each invitation for bid the special bid conditions of the appropriate Hometown Plan or Imposed Plan. See Appendix A for a list of areas with Hometown Plans. ,tlaterials required with the bid ordinarily must be submitted prior to the opening of bids in order to establish the eligibilit}, of u contractor for the uv.vard of a cuntruct. 1 Not ,applicable in areas without hometown plans and special bid condii ions. t-19 60 i t) 4. Preconstruction Report on Contractors (Form DPR 541) S. Work Force Report (Form DPR 543) Specific instructions for completion of the reports are found on the back of form DPR 543. In general, the reports must provide a reasonable estimate of the anticipated work force for the project at peak of employment and must indicate race,sex, job category, and level of skill. The existing composition of the contractor's work force on the date of the report must also be reported. The signature of the local agency representative reviewing the reports indicates that the participant is familiar with the information reported and that the information is correct to the best of his/her knowledge. The participant will give written notice to the State Department of Parks and Recreation indicating: a. Date this contract was awarded b. Date of the Notice to Proceed D. MATERIALS REQUIRED DURING CONSTRUCTION 1. Employer Information Report EEO-1 (Standard Form 100) Contractors, subcontractors, and material suppliers with 50 or more employees and has a contract, subcontract, or purchase order amounting to $50,000 or more on a project involving federally assisted construction funds must submit this report within 30 days after the award of a contract, subcontract, purchase order, or agreement unless the contractor, subcontractor, or material supplier has submitted such a report within 12 months preceding the date of the award. Subsequent reports are due annually on or before March 31. The form can be obtained from, and is submitted in triplicate directly to, The joint Reporting Committee, 1800 G Street, N.W. Washington, D.C. 20506. 2. Monthly Manpower Utilization Report (Form DPR 356) This report must be submitted by all contractors and subcontractors with projects over $10,000 ($500,000 in the San Francisco Imposed Plan Area) in hometown plan areas with special bid conditions. (Exemption: Those contractors falling under Part I provisions of the Hometown Plan bid conditions are exempt and do not have to file this form.) The report must cover the man hours worked on the federally assisted project (Table A of form) as well as the total man hours worked on all projects, both federally assisted and nonfederaily assisted, within the hometown plan area (Table B of form). 3. The successful bidder must receive approval of the local agency sponsor of the project before any subcontractor may begin work. In addition to the material listed above, a subcontractor must submit the following materials: a. Certification With Regard to the Filing of Required Reports in Previous Contracts or Subcontracts (Form DPR 540). b. Subcontractors' Certification of Implementation of Area Plan (Form DPR 545). For project sites covered by Hometown Special Bid Conditions, the prime contractor must obtain and submit a Subcontractors' Certification of Implementation of Area Pian (Form DPR 545) prior to approval of any subcontract over $10,000. No subcontractor will be allowed to perform work on the project prior to such approval. C. As additional subcontractors are identified, all equal employment opportunity information required concerning identified subcontractors must be obtained and submitted. d. If, while the project is under way, changes occur that require modification of previously submitted reports, supplementary reports must be submitted on a now basis. E. OTHER REQUIREMENTS 1. Written Affirmative Compliance Programs2 Each participant shall require each prime contractor who has 50 or more employees and a contract of $50,000 or more and each prime contractor and subcontractor shall require each subcontractor who has 50 or more employees and a subcontract of $50,000 or more to develop a written affirmative action compliance program for each of its establishments. The program shall provide in detail for specific steps to guarantee equal employment opportunity keyed to the problems and needs of members of minority groups, including, when there are deficiencies, the development of specific goals and timetables for the prompt achievements of full and equal employment opportunity. Within 120 days from the commencement of the contract, each contractor shall develop and maintain a copy of separate affirmative action compliance programs for each establishment, A report of the results of such program shall be compiled annually, and the program shall be updated at that time. This information shall be made available to the administering agency upon request. More information on the basics and other requirements of a good affirmative action compliance program can be obtained by contacting the Office of Federal Contract Compliance, Department of Labor, Washington, D.C. 20210, and requesting a copy of "Obligations of Contractors and Subcontractors." Subpart C - 60.1.40 covers affirmative action compliant programs. 2. The participant shall inform the Department of Parks and Recreation of any contractors who consistently and willfully refuse to file timely certifications and/or reports as required by the contract compliance procedures of Executive Order 11246, Notifications of non-compliance shall be made prior to the project completion so that the Office for Equal Opportunity can take the necessary enforcement action to resolve the problem. }Applicable only in areas without hometown plans. E-21 APPENDIX A 1. The Secretary of Labor has approved or given tentative approval to hometown plans and special bid conditions in the following areas of California: Name of plan Area covered Alameda Alameda County ra.. s-5 on ra o Ma oun[y;-:�d—n ;e �dei ,* ings, and Tulare counties Los Angeles Los Angeles County Monterey Monterey County North Bay (Multi-Plan) Solano, Napa, Lake, Marin, Mendocino, and Sonoma counties Sacramento Sacramento, Yolo, Amador, Placer, El Dorado, Nevada, and Sierra counties San Diego San Diego County San Francisco (Imposed) City and County of San Francisco San Mateo San Mateo County Santa Clara Santa Clara County Santa Cruz Santa Cruz County APPENDIX B FORMS DPR 356 — Monthly Manpower Utilization Report DPR 540 — Certification with Regard to the Filing of Required Reports in Previous Contracts or Subcontracts DPR 541 — Preconstruction Report on Contractors DPR 543 — Work Force Report DPR 545 — Subcontractors' Certification of Implementation of Area Plan Fr'` 0 State Of California—The Resources Agency NAME OF PROJECT DEPARTMENT OF PARKS AND RECREATION MONTHLY MANPOWER UTILIZATION REPORT MO I YR I PROJECT NUMBER 9010H COMP. NAME AND LOCATION OF COMPLIANCE AGENCY REPORT PERIOD OM:NAME G ADDRESS OF PRIME CONTRACTOR This report is required by Executive Order 11246, Section 203, REPORTING COMPANY'S NAME —ADDRESS EST,COMPLETION Failure to report can result in Sanctions which include sus. DATE OF PROJECT pension, termination,cancellations, or debarment of contract. TABLE A TOTAL MANHOURS FOR PROJECT Z 3rI 5 os 8 ro TAL No 7 1G1AL No A MAMKOUNS OF EMPLOYMENT (TRADEr OF MINOPI TY OF o�. tr ,j A IOTAL 9.SLACK L.SOAM SURNAME 0 AMER INOIAN C. ASIAN F FILIPINO i =7 (MPLO/tES LMVLCr(El < Z�r 0. M MAL( f(M. MALL F[M MALE F(M, MALE F[AA MALE FLU. MALE FEM . fir- MAL'. tC✓ MAY( fCM L ABORE115 i;�:• s: EOUIPMENT J OPERATORS TRUCK DRIVERS T IROrIVORKERS 1 A CARPENTERS 1 A f CEMENT MASONS ) A ELECTRICIANS 1 4 r A I . ) A TABLE B TOTAL MANHOURS IN PLAN AREA(INCLUDING THIS CONTRACT) L AOO RE NS 1: !!7 EGUIPMEN t 1 OPERATORS A �... TRUCK ORIVrns 00 IPONwONKEIIS CAPPLNTLN� I • I CEMENT MA-I)N'I I A EL ELrRIL,IAN5 A -- I I A A 1 A 511.04 A f RE n r1 II LOF COMPANY OFFICIAL GATE 51 G N E 0 TtL NO RECEIVED 0• R E OR REP SIGNATURE OATE 0PR 356IR*v.2!771(Replem Fader Form 2571 E-23 INSTRUCTIONS FOR FILING MANPOWER UTILIZATION REPORT r Reports must be submitted each month by the prime contractor and each subcontractor having contracts exceeding 510,000. Federal Hometown Plan Projects— A report on both Tables A and B is required to be submitted by every prime and subcontractor every month.if noL work is performed,a negative report must be submitted by both the prime and the subcontractor. contractors not meeting pian goals on Table B must submit explanation below stating reasons for this failure. Reporting period—Shall-be a one-month period from the 15th of one month to the 15th of the next month. (Adjust to conform with payroll period). Completed Farm OPR 356 and explanation (if applicable) must be submitted to the Compliance Agency(local jurisdiction)by the 5th of the month following the reporting period, The reports are to be signed by a responsible official of the company and shall include the total man-hours worked for each employee level in each designated trade for the entire reporting period. INSTRUCTIONS FOR COMPLETING FRONT SIDE OF FORM OPR 358 Project Number . . . . . . . . . . . . . . . . . . . The number assigned to the project by the federal funding agency, %Completed , , , , , , , , , , , , , , , , , , , , Percent of work completed at the end of the reporting period, Compliance Agency . . . . . . . . . . . . . . . . . The local jurisdiction with whom the prime contractor has a contract. Prime Contractor . . . . . . . . . Any contractor who has a construction contract with the U.S. Government or Applicant(See OFCC Regs.60- 1.3). 1. Trade . . . . . . . . . . . . . . . . . . . . . II craft not shown,write name of craft in blank spaces. 2, Part 1 . . . . . . . . . . . . . . . . . . . Use a check mark to indicate that the craft is signatory under Part 1. 3. Class . . . . . . . . . . . . . . . . . . . . The level of accomplishment or status of the worker in the trade.1J-Journeyman,A A pprentice,T-Teamsters,00-Owner Operators). Q. titan hours of Employment . . . . . , . . . . . The total number of hours worked by all employees in each classification;and the total number of hours worked by each minority group (Black, Spanish Surname, American Indian,Asian,and Filipino) in each classification, 5. Percent of minority man-hours of , total man-hours The percentage of total minority man-hours worked of all man-hours worked, fJourneyman and Apprentice), G. Total number of minority employee► . . . . . . . . Number of minority employees working on job and plan area during reporting period by Journeyman,Apprentice,male and female, 7. Total number of employees . . . . . . . . . . . Number of all employees working on job and plan area during reporting period by Journeyman,Apprentice,male and female. E xplarution for Failure to Meet Craft Goals in hometown Plan Area Signature of Company Official District Comments Only V Signature a i, E-24 Vit State of California—The Resources Agency DEPARTMENT OF PARKS AND RECREATION CERTIFICATION WITH REGARD TO THE FILING OF REQUIRED REPORTS IN PREVIOUS CONTRACTS OR SUBCONTRACTS The bidder , proposed subcontractor , hereby certifies that he has ,has not ,participated in a previous contract or subcontract subject to the equal opportunity clause,as required by Executive Orders 10925, 11114,or 11246,and that he has ,has not ,filed with the Joint Reporting Committee,the Director of the Office of Federal Contract Compliance,a Federal Government contracting or administering agency,or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable fil'ltg requirements. (Company) By (Title) Date: NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor 14 CFR 60.1.70) 11)), and must be submitted by bidders and)proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause.Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60 1.5. (Generally only contracts or subcontracts of S10.000 or under are exempt.) Proposed prime, contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60.1.7(b) (1) prevents the award of con. tracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified c by the U.S. Dep,utment of the Interior or by the Director,Office of Federal Contract Compliance, U.S.Department of Labor. • DPR 540(Rev.2/77) E`5 002%99 State of California— t he Resources Agency DEPARTMENT OF PARKS AND RECREATION PRECONSTRUCTION REPORT ON CONTRACTORS Federally Assisted Projects Participant(local agency) r Project Name Project Number Prime Contractor Address Phone Number t ) Location Where Work to be Performed and County Amount of Contract Estimated Date Work to Start Estimated Date of Completion 1. Has contractor held prior federal or federally assisted contracts during the last two years? aYES if yes,answer a.through d. NO If no,skip to Item No.2. (Attach extra sheet if additional space is needed.) a. Federal Agency or Grant Program b. ' Type of Work C. Location of Work d. Amount of Contract 2. Has contractor been reviewed by federal,state,or local agency pursuant to Executive Order 11246 as amende(l,within the past two years? C1 YES C1 NO If Yes, by what agency? 3. Indicate na Ines,addresses,phone numbers,trades and amount of identified subcontractors. (Attach extra sheet if additional space is nelyded.) 4. Have any subcontractors held prior federal or federally assisted contracts during the last two years? YES If yes, answer a. through e. NO If no,skip to Item No,5. DPR 541 (Rev. 2/77) (Attach extra sheet if additional space is needed) a. Subcontractor b. Federal Agency or Grant Program C. Type of Work d, Location of Work e, Amount of Contract 5. Is the construction site covered by hometown special bid conditions? n YES If yes,answer a. through C. ❑ NO If no,sk ip'to Item No,6. a, Is the contractor signatory to the plan? YES NO b. List any identified subcontractors signatory to the pian: (Attach extra sheet if additional space is needed). C. Lied the, trades covered by ttie requirements of Part I: (Attach extra sheet if additional space is needed). G. Is the construction site covered by an Imposed Plan? YES II yes, answer a. and b. ❑ NO iL Is the contractor signatory to the plan? ❑ YES ❑ NO Ir, List atiy ulentilied subcontractors signatory to the plan: Prepari'i!by: (Signature and title of Contractor's Representative) Date (E.E O. 0fIicer) Revivwed by: (Signature and Title of Local Agency Representative) Date E-27 q 00301 State of California•-The Resources Agency Approximate Peak DEPARTMENT OF PARKS AND RECREATION Employment Date: WORK FORCE REPORT Federally Assisted Project Participant (Local Agency) Project Number Prime Contractor Address TABLE A TOTAL EXISTING WORK FORCE N toIAt NO to IAt NV TRADE K 13 MIND PI t1 Of V A SPAN,SURNAME 9 SLACK C AMCR. INDIAN 1 0. ASIAN I [.FILIPINO F.OTNCR 00I14011it 0 WHITE Cu010+1r'. ruPtC*Lts 'n MAIC rtM MAL[ FLu MALE FEM MAtE Fru MALE rtu MALE rEM. MALE FEM. MALI rtu uAl[ rfu LABORERS (: EQUIPMENT a OPERATORS "- TRUCK DRIVERS TI I nn ' • IRONWORKERS t A CARPENTERS A CEMENT MASONS A ELECTRICIANS A 1 A —� J ` A I j 1 f A TOTAL — TABLE 8 ANTICIPATED WORK FORCE FOR PROJECT LABORERS EQUIPMENT ) OPERATORS .... _. A TRUCK DRIVERS 00 IRONWORKERS I I CARPENTERS ! CF.MENrMASI)NS I CLEGTNILIANS I i TOTAL ( ( _ SIGNATURE 6 TITLE OF COMPANY OFFICIAL GATE SIGNED T Ll. N0 REVIEWEO eY. (Signature anA Titie of Lacai Agency Representative) -'— DATE E-28 0 DPR 543 (Rev. 3175) • INSTRUCTIONS Existing Work Force— Table A For each job category enter tile, total number of workers (male and female) employed by ethnic identification and level of work — journeyman, apprentice (J, A). Include all employees of the bidding contractor employed. within the State of California,regardless of whether they will be employed on the construction project for which the bid is submitted. Do not include employees of any anticipated subcontractors. Indicate tht total numbers of each identified minority group in the bottom row. Indicate total minorities, total whites,and total employees in each job category in the appropriate columns. Anticipated Work Force— Table B For each job category enter the total number of workers (male and female) by ethnic identification and level of work — journeyman, apprentice (J, A). Include all employees that will be working on the project only, including those to be employed by any subcontractor. If there isn't enough blank spaces to cover all the job categories to he listed under Table A or B,use additional forms (DPR 543). Just indicate "continued" at the top of the form. If a job category other than journeyman or apprentice is to be listed, i.e., foreman,helper, cross out either J or A and use appropriate initial IF = foreman, H = helper). If you have another job category to use for a trade already printed on the form such as carpenter — foreman, relist carpenter in one of the blank spaces, and change the "J" to "F". Indicate the total numbers of each identified minority'group in the bottom row. Indicate total minorities, total whites• and total employees in each job category in the appropriate columns. Indicate the date that peak employ• ment is expected DPR 543 State of California—The Resources Agency DEPARTMENT OF PARKS AND RECREATION SUBCONTRACTORS'CERTIFICATION OF IMPLEMENTATION • OF AREA PLAN ISubcontractor) certifies that: 1, it intends to use the following listed construction trades in the 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 I of the Bid Conditions for participation in the Plan, it will comply with the Plan on all construction work (both federal and non-federal) in the area 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 II of the Bid Condi- tions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part If for all construction work (both federal and non-federal) in the • area 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 the Bid Conditions. (Signature of authorized representative of bidder) In order to ensure that the said subcontractors'certification becomes a part of all subcontracts under the prime contract, no subcontract shall be executed until an authorized representative of the (Agency) had determined, in writing, that the said certification has been incorporated in such subcontract, regardless of tier. Any sub- contract executed without such written approval shall be void. •This space not to be used in the following Hometown Plan Areas,for which Part I has not been approved; Los Angeles.North Bay. Santa Cruz All trades to be used on projects in these areas must be listed in paragraph 2(b). E-3° DPR 545(6/73) Uig DIVISION F. 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; Addends - A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Affirmative Action Ha ower Utilizatio Report - A written document kdaily, wee y, or monthly) prepared by the contractor for submission to the County which reports the total number of employees, the total number of min- ority employees, and the present minority manhours of total man- hours worked on the project. Agreement - The written document of agreement, exe- cuted by the County and the Contractor. rcen i eer - Shall mean the architect, engineer, in v hitua ct or copartnership, employed by the County of Contra Costa; as designated on the title sheet of these speci- fications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his autto razed representative. Bidder - Any individual, partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly author- ized representative. Board of Su erviso s - Shall mean the duly elected or appointed ofFl�le w o const tute such a Board, who will act for the County in all matters pertaining to the Contract. CChanite Order - Is any change in contract time or price and any change in contract documents not covered by subcontractors Protect InsplCtor, Construction Su ervio , Lector, or Clerk of t e orks shall mean t a aut or ze agent o thhe bounty at the Bite of the work. Contract - The contract is comprised of the contract documents. Contract Documents - The contract documents include the agreement, notice to contractors, instructions to bidders, proposal, plans, general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Rev 5/76 DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions: (continued) Contractor - The individual, partnership, corporation, association, o nt venture, or any combination thereof, who has entered into a contract with the County. C_ountY - Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. Field Order - Is an instruction given during the course of the work. See Section 16B). General Notes - The written instructions, provisions, conditions, or oth—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 reproductions thereof, • adopted and approved by the County showing the location, character, dimension, and details of the work. S ecifi ati ns - The instructions,provisions, condi- tions and detailed requ rement6 pertaining to the methods and man- ner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Subcontractor - An individual, partnership, corporation, association, o nt venture, or any combination thereof, who con- tracts with tie Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not include those who supply materials only. Superintendent - The representative of the Contractor who shall be present at the work site at all times during perform- ance of the work, Such Superintendent shall at all times be fully authorized to receive and act upon instructions for the Architect or his authorized agents and to execute and direct the work on be- half of the Contractor. 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, desig- nated, or required by the contract. Rev. 5176 F 00306 DIVISION F. GENERAL CONDITIONS fcontinued) 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 em- ployees 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 accord- ance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal, the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. The Contractor shall keep copies of Codes on job at all times during construction period. C. Excerpts from Section 6422 of the Labor Code of the State of California are included below. The Contractor shall comply fully with this section of the Labor Code as applicable. "No contract for public works involving an estimated expendtiure in excess of $25,000.00 for the excavation of any trench or trenches five feet or more in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding body or by a registered civil or. structural engineer, employed by the awarding body to whom authority to accept has been delegated, in advance of ex- cavation, of a detailed plan showing the design of shoring, brac- ing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. "Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. "The terms 'public works' and 'awarding body', as used in this section shall have the same meaning as in Labor Code Sec- tions 1720 and 1722 respectively." Rev. 5/76 i �f0t13 yl DIVISION F. GENERAL CONDITIONS (continued) SECTION 3. Patents and Royalties: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates showing the payment of any such licenses or royalties, and per- mits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County on completion of the work, if required. SECTION 4. Contractor's Responsibility for Work and Public t L ea: A. The Work: Until the formal acceptance of the work by the County, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the work by the action of the elements or from any other cause ex- cept as provided in Section 23. The Contractor, at Contractor Ia 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- . � ance, /�+"►, 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 Con- tractor shall assume all responsibility concerning same for which the County may be liable. b. Enclosing or boxing in, for portection of any public utility equipment, shall be done by the Contractor. Upon comple- tion of the work, the Contractor shall remove all enclosures, fill in all openings in masonry, grouting the some watertight, and leave in a finished condition. c. All connections to public utilities shall be made and maintained in such maintained as not to interfere with the con- tinuing use of same by the County during the entire progress of the work. SECTION 5. 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 owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications, shall fur- nish and file at the same time labor and material and faithful per- formance bonds as set forth in the advertisement for bids, on a form acceptable to the County. Rev. 5176 F-4 �} ►iC DIVISION F. GENERAL CONIDITIOINIS (cont'd) SECTION 5. Bond and Insurance (cont'd) B . Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequate Wor'r-Imans ' Compensation Insurance for all his employces employed at the site of the project , and in case any work is sublet, the Contract shall require the sub- contractor similarly to provide Workmen' s Compensation Insurance for the latter' s employees , unless such employees are covered by the protection afforded by the Contractor. In case any class of ernployee 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 Workm?ns ' Compensation statute, the Contractor shall provide , and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise pro- tected. C. Public LiabilityandProperty 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 mi:nim,.1m combined single limit coverage of $500,000 for all dainages due to bodily injury , sickness or disease , or death to any person , and damage to property , including the loss of use thereof , arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds , and requiring 30 days ' written notice of policy lapse or cancellation. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement.. D. Fire-Insurance: The Contractor shall carry fire and extended coverage insurance naming Contra Costa as an additional insured during the period of construction of the work in an amount not less than the total amount of the progress payments received by him from Contra Costa County, less the amount paid to him on account of excavation and foundations . It) GZXZ AL C, rYrTIf3NS (continua-d` SE TI0T4' 5 . r0Y0 ANT) 7NSURANCS (continued) 7 Cr_'ITIFICAT;: 0~ 1:1SUR-ANCE .artificat,as of such Work.rran' s Com.iensation, ?ublic L-Labil°ty, 'roperty .amage Insurance2, and Fi•~s Insurance, shall be ii led rlich the ' . unty and shall be 3ub;ecc to Coun_;r app,o•ial for adequacy of prot3ction. All cercificates shall indicate that Contra Costa Councy has been named as an additional insured. T:asse c__tizicates 3hall contain a provision that coverage af- forded under the policias will not be cancelled until at least days' ' prior written notice has been given to Contra Costa County. F. 'BONN.) .:ne bond ;shall ba in the amount of One hundred percent 10::°;) of the Contracc, and shall insure the Caner during the lifry c! the C.nr act and for _he tern of one -,J) y ear from the date of acc3otlnce of the wort against faulty or improper •tatar- i.als or work-:aanship that may be discovered during 6.at tin:. G. ?AY` ENT 01D 0n3 bond ,shall be in the amount .f one hundrer. percent ( I03;') of th., Contract or%:•:, and a.a.211 be in acc%res:c=4 with the laws of the 7:ace of Ca?ifornia tc secure the payment of all claims f r -a;aor and natarials used or consumed in t a performance o: t`3i.a cont:'3Ct and of all amcu:ts under the Uner.31a}*ment Tnsu;:arce Si:T?'ON $ . SMCOYI1ACTIVC { , he Contractor shall be responsi`ale for all work p.:r- formed under this contract, and no subcontractor will be recog- niz_d as such, All parsons engag._d in the %,7ork will be considered as employees of the Contractor. B. The Contractor shall give his personal :attention to the ful- fillment of this contract and shall :seep r.he work undar his control. Whan any subcontractor fails to ornseeute a portion of the work in a mannar satisfactory to the Architect or Engineer, the Contractor shall remove such subcontractor immediately upon written request of the Architect or Engineer and he shall not again be employed on the work. C . Although the specification sections of this contract may be .irran-ed .according to various trades , or general ;roupin_ of work, the ccncractor is not obU.-ated to sublet the work: in :,uch manner. The Court* will not entertain requests to arbitrate dis- putes amen.; subcontractors or between the C:.ntractor• and one or more subcontra:.cars conearnin- responsibility for perr"ormin ; any part of the :•�Qrt�• .. . ev.. f 1!77 00%13110 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 6. Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public rec- ord of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcontractors must be in accordance with the provisions of the "Subletting and Subcontracting Fair Practices Act" beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject himto 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 begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal (Bid Form) for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. B. If the work is not completed within the time required, damage will be sustained by the County. It is and will be impract- icable and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay; and it is therefore agreed that the Contractor will pay to the County the sue of moneystipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time pres- cribed. If the Contractor fails to pay such liquidated damages the County may deduct the amount thereof from any money due or that may become due the Contractor under the contract. C. The work shall be regarded as completed upon the date the County has accepted the same in writing. D. Written requests for contract time extensions, along with adequate justification, shall be submitted to the 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. Rev. 5/76 F G0"Oil RIVISION F. CENTRAL CONDITIONS (continued) SECTION 7. TIME OF WORK AND DAMAGES: (contineud) F. Should the County, for any cause, authorize a sus- pension of work, the time of such suspension will be added to the time allowed for completion. Suspension of work by order of the County shall not be deemed a waiver of the claim of the County for damages for non-completion of the work after the adjusted time an required above. SECTION 8. PROGRESS SCHEDULE: Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations on a chart form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work, the dates on which he will start each major sub- division of the work, and the contemplated dates of completion of such subdivision. When required by the County, The contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. (Normally a new schedule will be requested when schedule is more than thirty (30) ' days in error.) SECTION 4. TEIQORARY 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 com- pletion of the work shall remove all temporary piping. B. The Contractor, at his own cost, shall furnish and in- stall all meters,all electric Light and power equipment and wiring, all gas meters, gas equipment and piping that is necessary to per- form his work and shall remove the ssas upon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor shall furnish, wire for, install and main- thin temporary electric light wherever it is necessary to provide illumination for the proper performance and/or inspection of the work. The lighting shall provide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read in every place where said work is beingperformed. 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. Rev. 5/76 F-3 € 0312 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 9. TEWORARY UTILITIES AND FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men, These facilities shall be of an approved type conforming to the requirements of the County Health Department, and shall . be weathertight structures with raised floors. Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall service such facilities daily, maintaining samein a clean and sanitary condition. Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered and/or upon completion of work. E. The County will pa directly to the utility companies connection fees, annexa'tTon fees, permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associ- aced with the temporary services are required they will be paid by the Contractor. The County will not a for water, gas, tele- phone and electricity consumed on the pro ect until after the County makes written request to the utility companies that bil- lings be sent to the County. (Normally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for Variations to the above WON requirements. SECTION 10. PERMITS: A. The Contractor shall make application for all permits, that are required for the performance of his work by all laws ordinances, rules, regulations, or orders, of any body lawfuliy empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is not required to pay any charges associated with per- mits. (It is not cite present policy of the County to pay fees to the incorporated cities for permits.) SECTION 11. CONDUCT OF WORK: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Con- tract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of proper quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. Rev, 5/76 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 11. CONDUCT OF WORK: C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all time until the job is accepted by the County. This superintendent shall be empowered to act in all matters pertaining to the work. D. Daily Manpower Reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the site ready for the construction. He shall verify dimensions and scale of plot plans, and shall check all dimensions, levels, and construction. F. Where work of one trade joins, or is on other work, there shall be no discrepancy or incomplete portions when the total project is complete. In engaging one kind of work with another, marring or damaging same will not be permitted. Should improper work of any trade be covered by another which results in damage, or defects, the whole work affected shall be made good by the Contractor without expense to the County. C. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and set at proper times. 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 CQNDITIQNSt 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 Rev. 5/76 • F-fin i DIVISION-F. GENERAL CONDITIONS (Cgntinued) SECTION 12. RESPONSIBILITY FOR SITE (continued) promptly notify the County in writing. Where necessary for the work of the contract, the County shall issue a written order to the Contractor to make such adjustment, rearrangement, repair, removal, alteration, or special handling of such utility, including repair of the damaged utility. For the purposes of the foregoing, "active" shall mean other than abandoned, and "utility installations" shall include the following: Steam, petroleum products air, chemical, water, sewer, storm water, gas, electric, and teiephone pipe lines or conduits. The Contractor shall perform the work described in such written order and compensation therefor will be made in accord- ance with Section 21, relating to changes in the work. Except for the items of cost specified in such Sections, the Contractor shall receive no compensation for any other cost, damage or delay to him due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter acts with- out instructions from the County, then he shall be liable for any or all damage to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof, and he shall repair and make good such damage at his own cost. B. If the contract requires excavation or other work to a stated limit of excavation beneath the surface, and if #luring the course of the work the County orders a change of depth sir dimen- sions of such subsurface work due to discovery of unsuitable bearing material or for any other cause, then adjustment to con- tract trice for such change will be made in accordance with Sec- tion 21. Except for the items of cost specified therein, the Con- tractor shall receive no compensation for any other cost, damage, or delay to him due to the presence of such unsuitable bearing material or other obstruction. SECTION 13, INSPECTION: A. The Contractor shall at all times perc.i.t the County and their authorized agents to visit and inspect the work or anyy part thereof and the shops where work is in preparation. This obli- gation shall include maintaining proper facilities and safe access for such inspection. Where the contract requires work to be tested, it shall not be covered up until inspected and approved by the County, and the Contractor shall be solely responsible for notify- ing the County 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 be uncovered at the Contractor's ex- pense. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County .. ,uch intention at least two working days prior to performing such work, or such other period as may be speci- fied, so that the County may make necessary arrangements. Rev. 5/76 (NO" F-1I DIVISION F. GENERAL CONDITIONS (Continued) SECTION 13. INSPECTION: (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his cbligations 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. REJECTIONS-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 nut, and the Contractor shall promptly replace and reexecute tits own work in accordance with the Contract and without expense to the Cuuncy and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal. B. If the Contractor does not remove such condemned work and materials within reasonable time, fixed by written notice, the County may remove them and ma store the materials at the expense of the Contractor. If the Contractor does not pay the expenses of such removal within ten (10) days thereafter, the County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net pro- ceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SECTION 15. INTERPRETATION OF CONTRACT REQUIREMENTS: • A. Correlation: The contract documents shall be interpreted ~ as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operationAny require- ment occurring in any one of the documents is as binding as through occurring in all. B. Conflicts in the Contract Documents: In the event of conflict in the contract documents the priorities stated in sub- divisions 1, 2, 3, and 4 below shail govern: 1. Addenda shall govern over all other contract doucments, except the County s Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. ` 2. In case of conflict between plans and specifi- cations, the specifications shall govern. 3. Conflict within the Plans: a. Schedules, when identified as such, shall govern over all other portions of the plans. b. Specific Notes, shall govern ever all ocher notes and all ether portions of the plans. c. Larger scale drawings shall govern over smaller scale drawings. Rev 5170 F-12 . 603 V DIYTS1Ct: F. GENEPAL CCIIDiMUS (Con't.) "+�FCTIOr: I5.__ INTERPRETATION OF CO..-MACT REOUiRf-ONTS: (.on't.) 4. Conflicts within the Specifications: a, The "General Conditions of the Contract" •+hall zovern 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 complete as to any minor detail of a required construction system or with regard to the manner of combining or Installing of parts, materials, or equipment, but there exists an accepted trade standard for Rood and workmanlike con::truction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. "tllnor detail" shall include the concept of substantially identical components, where the price of each such component Is small even thourh the aigregato cost or Importance Is substantial, and shall include a single component which Is incidental, even though its cost or Importance may be substantial. The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type, composition, strength, .size, and profile of the parts or materials otherwise set forth In the contract documents. SECTICN 16„_ C41RIFICATION4 AND ADDiTIONNI. IN7,TRUCTION: A. Notification by Contractor: Should the Contractor discover any conflicts, omisnions, 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 throunh the Construction Supervisor, and request Interpreta- tion, 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 1s not In accordance therewith and he shall he responsible for any resultant damage, defect or added cost. B. Field orders: During Lhe course of the •.:ork the Architect and/or Engineer may issue Field Orders retarding the work. These Field Orders will supplement the Flans and Specifications in order r.o clarifi, the intent of the contract documents by adjustment to meet field car?!tions or to sake the various phases of the work meet and join properly. A Field order involves no change in contract time or price. Performance, partially or in full, of a Field Order shall constitute a waiver of claim for a chance in contract time or price for the work covered by the Field Order, unless a Change Order his been Issued. C. Change Orders: See Section 21, this Division. Rev.12/72 F-13 00, 3 DIVISION F . GENERAL CONDITIONS (Con't.) SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When descriptive catalogue desLgnatians, 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 td bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific data 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. 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 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 Rev. 12/72 F-14 N' F. ZUERAL C( MITiU%, (Can't,) =_CTI!1: 18, tAr�:41A1.S. ARTICLES. AND EQUIPMErfr: (Can't,) that .peclfied. Request for substitution shall be made In ample time for 0.. County's consideration as no delay or extra time will be allowed on account thernof. Evidence furnishad to the County by the Contractor shall consist of a-lequate size samples of material, testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval anr1 use by other public acencles, material costs, and Installation costs and ^aintonance nrovinions and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed snhstltute 'or that specirled shall be accepted as final. Requests or substitution will only be considered when offered by the Contractor with the reason for substitution. "nllnre to suhmit competent evidence as required and requested by County shall be considered Rrounds for refusal of substitution. The Contractor shall Include n notice of change in contract prices, If substitution Is approved. D. All materials shall be delivered so as to insure a speedy and uninterrupted nrogress of the work. Same shall be stcred so as to cause no obstruction, and so As to prevent overloading of any portion of the structure, and the Contractor shall be entirely responsible for damage or loss by weac�er or other cause. E. Within fifteen (15) days after the signing of the Contract, the Contractor shall submit for approval to the Countv a complete list of all materials it is proposed to use under this Contract, which differ In any respect from materials specified. This list shall include all materlals which are rroponce by the subcontractors as well as by himself for use in work of his Conrract and which are nor specifically mentioned in the Specifications. This list must also Include the figures received by the Contractor In bid form for the material or materials which are submitted for approval or substitution, together with the figures In bid form of the specified material or materials for which substitutions are proposed. In case a substitute Is offerild and accepted as approved equal to materials 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 benefits may be derived from the substitution. Failure to propose the substitution of any article within thirty-five (75) days after the stgning of the Contracr may be deemed sufficient cause for the dental of raquest for substitution. ;ECrIUN 19. SHOP DRAWINGS, DESCRIPTIVE DATA, SAMPLES, ALTERNATIVES: A. The Contractor shall submit promptly to the County, so as to cause no delay In the work, all shop drawings, descriptive data and samples for the various trades as required by the specifications, and offers of alter- 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 tho County for examination. Rev. 12/72 F5 t�03,1rl DIVISION f . GENERAL CONDITIONS (Con't.) SECTION 19. SHOP DRAWINGS, DESCRIPTIVE DATA SAMPLES ALTERNATIVES: (Con't.) B. The Contractor shell 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 work be installed before same becomes apparent, as approval by the County covers general layout only. Fabrication, decalls and Inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of manufacturer's brochures or other data required by the speclficatiana in the number of copies as required in submittal schedule, or five (S) copies if o.o schedule is included in these documents. The County will examine such submitCals, 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 sample$ of articles, materials or equipment as required by the specifications. The work shall be In accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option, will become the property of the County or will be removed or disposed of by the Countv at Contractor's expense. • E. Alternatives: For convenience in designation on the plans ` l 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 coetplies with the following requirements: 1. The Contractor shall 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 *quality of the offered materials, articles, or equipment. Samples shall be provided wh*o 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- mant shall be upon the Contractor. The County shall be the sole Judge as to such uat:urs. In the event that the County rejects the use of such alternative matutlals, articles, yr equipment, then one of the particular products designated by brand nam-,. shall he furnished. Rev, lam/ 7 F— V D1VIS1f'•: F. CENUAi. r%NJIf104S (Con't,) {ECTItS 19� SHUP ORAWIM;J, DESCRIPTIVE DATA. .iAMPL�i, A).TErt,yAflyEi: (Con't.) The County wilt examine, with reasonable promptness, such • suhTlttals, and return of submittals to the Contractor shalt not relieve the Contractor from responslbility for deviations and alternatives from the contract clans and specifications, nor shall it relieve him from responsibility for errors to the submittals. A failure by the Contractor to ldentifv in his letter of transmittal material deviations from the plans and Speciflcations %hall void the submittal and any action taken thereon by the County. Whorl- 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 nroper Installation and fit of alternative materials, articles, or equioment, or because ofdevlatlons 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. 1;ECTIC4 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 wilt be rejected and any additional test required • by the County shall be at Contractor's expense. Unless otherwise directed, all samples for testing will be taken by the County from rho materials, articles or equlpment 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. %iaterials, articles, and equipment requiring test• shall be delivered In ample time before intended use to allow for testing, and none may he used before receipt of written approval by the County. Any sample delivered to the County or to the premises for examination, including testing, shall be disposed of by the Contractor at his own expense within not more than ten (10) days after the Contractor acquires knowledge that such examination Is concluded, unless otherwise directed by the County. SECTION 21. CHANCE ORDERS: The County reserves the right to order in writing changes in the plans and specificatians, without voiding the contract, and the Contractor shall comply with such order. 4o change or deviation from the plana and specifications will be made without authority in writing from the County. Changed work shall be performed in accordance with the original recuirements 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. Ray. 12/72 0 0 F-17 1 DIVISION f• GENERAL CONDITIONS (Con't.) SECtION 21. CHANGE ORDERS: (Can't.) (2) On a unit price basis. (J) On a cost-plus basis in accordance with the following conditions: (a) MARK-UPS: 1. For work performed by the General Contractor an amount equal to the direct cost (as defined herein) of the work plus 15% of the direct costs for overhead and profit. 2. For work performed by a sub-contraccor an amount equal to the direct costs (as defined herein) of the work plus 20% of the direct costs for overhead and profit. (Suggested breakdown: 15% to the sub-contractor, 57 to General Contractor.) 3. For work performed by a sub-sub-contraccor an amount equal to the direct costs (as defined herein) of the work plus 257, of the direct costs for overhead and profit. (Suggested breakdown% 15% to sub-sub-contractor, 57, to sub-contractor, 5% to General Contractor.) G. In no case will the total mark-up be greater than 257. of the direct costs notwithstanding the number of contract tiers actually existing. 5. For deleted work the murk-up shall be 10% of the direct err/ costs or the agreed upon estimate thereof. (b) DIRECT COSTS: L. labor: The costs for labor shall include any employer payments to or on behalf of the workmen for health and welfare, pension, vacation and similar purposes. labor races will not be recognized when in excess of those prevailing in the locality and time the work is being performed. 2. Materials: The actual cost to the Contractor for the materials directly required for the performance of the changed work. Such cost of materials may include the cost of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited to the County. If the materials are obtained from a supply or source owned wholly or in part by the Contractor, payment therefore will not exceed the current wholesale price for such materials. The term "trade discount" includes the concept of cash discount. Rev. 12/72 Rev. F-1 00322 DIVISION F . GENERAL CONDITIO:iS (Con't.) SECTION 21. CHANGE ORDERS: (Con't.) 2. Materials: (Con's.) 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 case the cost of the materials shall be deemed to be the lowest current wholesale price at which similar materials are available in the quantities required. The County reserves the right to furnish such materials as it deems advisable, and the Contractor shall have no claims for costs or profits on material furnished by the County. ]. Equipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any time less than 70 minutes shall be considered one-half hour. No payment will be made for time whiie equipment is inoperative due to hreakdowns or for non-working days. In addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be paid in lieu of rental time therefor. However, neither moving time nor loading and transportation costs will be paid if the equipment is used on the project in any other way than upon the changed work. Individual pieces of equipment having a replacement value of 51,000 or less shall be considered to be tools or small equipment, and no .ip yment will be made therefor. For equipment owned, furnished, or rented by the Contractor, no cost therefor shall he recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. (c) ALLOWABLE TIME EXTENSIONS: For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. ?ach estimate for a change in the work submitted by the Contractor shall state the amount of extra time that he considers should he allowed for making the requested change. Rev. 12/72 F-I DIVISION F. GENERAL CONDITIONS (Con's.) SECTION 21. CHANGE ORDERS: (Con't.) (d) RECORDS AND SUPPORTIVE INFORMATION: (1) The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of extra work paid for on a cost-plus basis and the costs of other operations. (2) Contractor shall maintain daily records showing man hours and material quantities required for cost plus work. The Contractor shall use a form approved or provided by the County. The forms will be filled out in duplicate and the County's inspector will review and attach his approving signature too the form own the day the work is performed. (7) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (4) The contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAILURE TO AGREE AS TO COST: Notwithstanding the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contractor, upon written order from the County, shall proceed immediately with the changed work. Daily Job records shall be kept as indicated in Paragraph (d) above and when agreed to by the Contractor and the construction inspector, it shall become the basis for payment of the changed work. Agreement and execution of the daily Job record by the construction inspector shall not preclude subsequent adjustment based upon a later audit by the County. Rev. 17/72 F-20 DIVISI04F. GENERAL CONDITIONS (Coni.) SECTION 22. LABOR: • Every part of the work shall be accompllahed by workmen, Iaborers. or mechanics especially skilled In the class of work required and workmanship shall be the best. SECTIGN 27, OCCUPANCY BY THE COUNTY PRIGR TO ACCEPTANCE: '[he County reserves the right to occupy all or any part of the project prior to completion of tho 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 sat forth in Section 26 or during the guaranty period after such acceptance, as set forth In Section 28. *-01 SECTION 24, PRESERVATION AND CLEANING: A. The Contractor shall protect and preserve the work from all damage or accident, providing any temporary roofs, window and door coverings, boxings or other construction as required by the County. This shall Include any adjoining property of the County and others. B. The Contractor shall properly clean the work as It progresses. As directed during construction, rubbish shall be removed, and at completion the whole work shall be cleaned and all temporary construction, equipment and rubbish shall be removed from the site. all being left in a clean and proper condition satisfactory to the County. SECTION 25, PAYMENT OF FEDERAL OR STATE TAXES: Any Federal, State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and paid by the Contractor. The County will furnish Excise Tax Exemption Certificates to the Contractor for any articles which are required to be furnished under the Rev. 12/72. F-21 dU25 DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 25. PAYMENT 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 completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. B•. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any necessary arrangements for fire insurance and extended coverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings - all as required by the contract documents. SECTION 27. FINAL PAYMENT AND WAIVER TO CLAIMS: After the official acceptance of the work by the County, the Contractor shall submit to the County, on a form acceptable to the County, a request for payment in full in accordance with the contract. The form "Statement to Accompany Final Payment" (Page 0 ) shall be completed, signed by the Contractor, and submitted to the County with the final payment request. SECTION 28. GUARANTEE: 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 the guar- antee 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 calen- dar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any Rev. 5/76 F-22 0 �1 DIVISION F. GENERAL CONDITIONS (Con't) SECTION 28, GUARANTEE (con't.) , 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 de- mand. The County shall be entitled to all costs, including reasonable attorney's fees, necessarily incurred upon the con- tractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to the health or safety of the County's employees, property, or licen- sees, the County ma undertake at the Contractor's expense with- out 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 general contractor and each of the listed sub- contractors shall execute and furnish the County with the standard guarantee form. (See Page 4S )• Rev. 5/76 1 0032 GUAM.ITEE FOR CONTRA COSTA COUNTY BUILDING MARTINEZ, CALIFORNIA, We hereby guarantee to the County of Contra Costa the (Type of Work) which we have installed in the (Name of Building) California, for I year (s) uae 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 Architect 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 noti- fied in writing, t:e, collectively and separately, do hereby authorize the owner • / to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special terms, including time periods, specified for this work or materials in the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: (Affix Corporate Seal) GENERAL CONTRACTOR Date: (Affix Corporate Seal) • NOTE: If the firm is not a corporation, add a paragraph stating the type of business urbanization and the capacity and authority of the person signing the guarantee. _12f C cX/Lri(-ILr� FORM STATEMENT TO ACCOMPANY FINAL PAY14ENT To: Contra Costa County Public Works Department . a 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 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. Rev. 12/72 F 25 00029 DiVISION G. SPECIAL CONDIT_I !S SECTION 1. Goveern i naLaws ana Recu i at 1 ons A. This project involves Federal funds and the Contractor shall conform to all Feceral laws, rules and regulations which apply. 3. The Contractor shall comply :with the Clean Air Act of 1974, the Federal ;later Pollution Standards, and the Copeland "Ant i-'a i c::" Act. SECTIGIt 2. Termination of Contract A. germination I . The performance of work under this Agreement may be terminated by the County in accordance with this clause in whole on 34 days written notice to the Contractor, or freta time to time in part on 10 days written notice to the Contractor. ( 1 ) Whenever the Contractor shall default in perfor--ance of this Agreement in accordance with its terms and shall fail to cure such cefault :within a period of `en days after receipt from the County of a notice specifying the default; or (2) .11henever for any reason the County shall deter!-ine y"riat such termination is in tie best interest of the County. Any such termination shall be effected by delivery to the Contractor of a notice of termination specifying whether termination is for default of the Contractor or for the convenience of the County, the extent to which performance of wor< ender the Agreement Is terminated, and the date upon which such termination becomes effective. 2. After receipt of a notice of termination and except as otherwise directed by The County, the Contractor 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 County (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 County, the wort: in process, completed work and other naterial produced as a part of, or acquired in respect of the perfor- mance, the work terminated. y. T}e amount due the Contractor by reason of termination shall be determined as follows: ( 1) if this Agreement specifies payment on the basis of ^eirburse- ment of costs, without any fee cr pr:fit rargin, there shall ".e ircl;ded all czsts and expenses rei•rbursable in acccrcanc l t': -his Agree7en-'* not previously oa l d the Contra=t ,r "Wr the sat i s"actor': perfor-na Ice of this A,reetment prior t-3 The effective date Cr' the notice of termination, :whetter thL. 1-ermination is for the convenience of the County or the default of the Contractor. DIVISION C. SPECIAL CONDITICHS (Con-11d) • SECTION 2. Termination of Contract A. Termination (Cont rd) (2) If this Agreement specifies payment on any basis other than stated in paragraph II .0 ( I ) above, and (a) If the termination is for the convenience of the County There shall be paid a percentage of all sums to which the Contractor would be entitled on coripletion 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 proportionate part of all suns to which the Contractor would be entitled on completion of all viork ender the Acreement as the total amount of wort: delivered to and accepted by the County bears to the to+al work railed for by this Agreement. B. Termination for National Emergencies The County shall terminate the contrac+ or portion thereof "y written • Notice when the contractor is prevented from proceeding with the con- struction contract as a direct result of an Executive Order of the President with respect to a natural disaster, the prosecution of war, or in the interest of national defense. . hen the contract, or any portion therof, is terminated before com- pletion of all items of work in the contract, payment will be made for the actual number of units or iters of work coapleted at the contract price or as Mtually agreed for items of work partially completed or no; started. No clairr, of loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included In the contract) and moving equipment and materials to and—from the job will be considered, the intent being that an equitable settlement will be made 0th the Contractor. Acceptable materials, obtained or ordered by the Contractor for tl;e work anc that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as ray be designated by the En,ineer. Terminaii :n of- the contract or a portion thereof shall neither relieve the contractor of his responsibilities for the cc,rp1etec aork nor s;.4Il i t re I i e�:e `:s suret•i a f its ob I i gal i on for and ccrcern'n� ar.•� ' • z `r+ _t ,..s- =lair: ar+:°r..: of .e .r►�. ger==rMed. 0Uo31 DIVISION G. SPECIAL CONDITIONS (Con'd) SECTION 3. Disputes I. When the Contractor and the County fail to agree as to whether or not any work is within the scope of this Agreement, the Contractor shall nevertheless immediately perform such work upon receipt from the County of written order to do so. Within 15 calendar days after receipt of such order, the Contractor may submit a written protest to the County, specifying in detail in what particulars the Agreement requirements were exceeded, and the approximate change in cost resulting therefrom so that the County will have notice of a potential claim which may be filed by the Contractor. 2. 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 thereafter 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 Agree- ment price and Agreement time on the same basis as for any other change in the work. SECTION 4. Location and Scope of Work 1. The work to be done under this Contract consists of site grading and preparation, landscape construction, building construction as shown on the drawings and specified herein. All work is located in CSA • R-7, County of Contra Costa, State of California, at Stone Valley Road and Monte Vista High School (adjacent property) . 2. Contractor shall furnish all labor, materials, implements , tools, machinery, equipment, transportation, and services necessary to construct and maintain the improvements as shown on the plans and noted in these Specifications. SECTION 5. Project Coordinator The person authorized by the County to represent it during the performance of the work by the Contractor and until final acceptance. The Project Coordinator means the Project Coordinator, his assistants or agents and each representative, assistant or agent acting only within the scope of authority delegated to him by the County. SECTION 6. Investigation of Conditions Examine all documents , the character of the project site; general and particular locations, the physical and contractural conditions and require- ments; limitations and various other aspects relative to this project. G-3 • Q�c;t.32 DIVISION G. SPECIAL CONDITIONS (Con'd) • SECTION 7. Standard Specifications and A.S.T.M. Whenever reference is made to State Specifications, State Standard Specifications or Standard Specifications, it shall be understood to refer to the publication "Standard Specifications - State of California, Department of Public Works, Division of Highways, January 1975". When- ever reference is made to A.S.T.M. , it shall be understood to refer to the latest publication "A.S.T.M. Standards" of the American Society of Testing Materials. In the event of a conflict between the Standard Specifications and the Technical Specifications herein, the Technical Specifications shall rule. SECTION 8. Soil Report Examine and refer to the information on the "Soil Investigation" for . Community Park No. 1, County Service Area R-7, Contra Costa County, prepared by Harding-Lawson Associates on April 20, 1977. Use the applicable recommendations on pages 6 through 9. Soil Report is on file at Contra Costa County Department of Public Works. SECTION 9. Testing and Inspection 1. The County, if deemed necessary by the County, will engage and pay for the services of a Soils Engineer and Testing Laboratory to perform work as follows: • a. Site visits for soil and excavation inspections. b. Soil compaction tests. C. Other tests as may be required by the County. 2. The Contractor shall be responsible for and pay for tests and services as follows: a. The scheduling and coordination of required soil and compaction tests. If a required test is scheduled by the Contractor, and upon arrival at the site it is determined that the work is not ready for testing, the Contractor shall pay for all rescheduled trips. b. All costs for retesting items (failed tests) that did not meet the specified requirements. SECTION 10 Dust Control 1. Work shall consist of applying water for the prevention of dust nuisance. 2. Water shall be applied without additives and in conformance with applicable provisions of Section 17 of the State Specifications , or as directed by the County. • G-4 DIVISION G. SPECIAL CONDITIONS (Con'd) • SECTION 10. Dust Control 3. Water shall be provided by the Contractor. SECTION 11. As-Built Drawings 1. Maintain as-built drawings of all work and subcontracts continuously as the project progresses. A separate set of prints, for this purpose only, shall be kept at the job site at all times. It shall be required that these drawings be up-to-date and so certified by the County at the time each progress bill is submitted. All under- ground piping, electrical lines, stubouts, points or change in direction, etc.•, shall be measured from static, known elements above grade and notec clearly on the as-built prints prior to covering the work. 2. Upon completion of the work, these drawings shall be turned over to the County. 3. The up-to-date status of the data and its transmission to the County shall be conditions required for certification of progress payments and last payment before retention. No payments shall be made if as-builts are not kept current. SECTION 12. Vandalism and Acceptance of Construction Maintenance of construction work by the Contractor will terminate upon acceptance of all construction work by the County. The Contractor shall be responsible for repair and replacement of damage due to any vandalism prior to acceptance of the work. . G-5 �v!34 DIVISION H TEMICAL SPECIFICATIONS SBCTION 0210 SITE CLEARING 1. GENERAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE Provide all labor, materials and equipment for the clearing and removal of existing conditions as noted on the drawings. 3. RUX)VAL OF OBSTRUCTIONS A. Fill soil debris exists on the site in the location of building and parking area. See Soil Investigation, Community Park No. 1, County Service Area R-7, Report. B. Remove asphalt, rocks, stones, debris, and other obstructions of whatsoever kind or character, whether natural or artifical, en- countered in construction of the work. C. Refuse and Debris: Break down all refuse to sizes of 2 feet square prior to placement in disposal trench to reduce future settlement of fill material. D. Remove wire fencing and dispose off site. 4. DISPOSAL TRENCH A. Construct disposal trench under new mound area. Trench shall be large enough to accept all debris and concrete from clearing opera- tion. B. Confine disposal trench to a maximum of 15 feet on the side of center line of the mound. Trenches shall have a minimum of 2 feet of cover below existing grade. C. Fill and compact trench to 85% compaction. Refer to fill placement under Site Earthwork and Grading. 5. P=,CrION OF EXISTING TREES Protect existing trees indicated to remain in place against unnecessary cutting, breaking or skinning and bruising of the*barlz; smothering of Site Clearing trees by stockpiling building materials or excavated materials within the drip line; excess foot or vehicular traffic; parking of vehicles within the drip line. Should lower tree branches become an obstruction to the work, they shall be selectively pruned as directed by the County. Sears re- sulting from the removal of branches shall be treated with a heavy coat of an approved tree paint. 6. BURIN DEBRIS IN LOCATION OFTARK BUILDING A. Existing fill to be excavated to expose firm natural soil. Excava- tion shall extend 5 feet beyond the building limit. B. Debris to be removed from fill and fill replaced and properly com- pacted. See Soil Investigation and Section 0220 Earthwork under Fill Material. Site Clearing 2 f�t' DIVISION H • SEMON 0220 EARTHWORK 1. GENERAL, The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE Provide all labor, materials and equipment necessary to do all site grading work as shown on the drawings and as specified. 3. PROTECTION If existing streets, sidewalks, curbings, etc. , are damaged, they shall be restored to their original conditions as directed by the County. All surfaces and fences or other items of any kind or nature outside of the limit of cork under this Contract which are damaged, cut or otherwise disturbed, shall be restored without further expense to the County to their original condition, appearance and wearing value with duplicating materials. 4. GRADING • A. Complete layout and establishment of the baselines and grade stakes, as indicated on the drawings, shall be established by the Contractor from a bench mark authorized by Contra Costa County. B. Existing and finish elevations for all work to be constructed under this Contract are indicated on the drawings, and unless any inconsistency therein is brought to the attention of the County in writing prior to commencement of construction, the Contractor shall be held responsible for the proper location and elevation of all %ork. C. All existing bench marks shall be protected and maintained during the entire course of the Contract. Monuments or stakes disturbed or destroyed by anyone during the course of the Contract shall be re-established with- out additional cost to the County. D. Areas shown to be graded shall be graded to the new contours, cross sections, or grades shown. Where surface treatment is indicated, grading and exca- vating shall be to the required subgrades. Finished grades designated shall be as indicated on the drawings. E. Construct drainage swales as indicated on the drawings, or as required to provide adequate drainage from all areas to drainage facilities. Make adjustments necessary to accomplish adequate drainage. • Earth%tinrk 1 5. SMIPPINLU CUr EARTMORK FOR TOPSOIL All areas requiring cut earthwork shall be stripped of the top 12 inches of natural existing grade topsoil and relocated to the top 8 inches of all mounds, and fill areas. 6. FILL MATERIAL A. The ground surface beneath all fill areas shall be stripped of all vegeta- tion, roots, debris, unsuitable soil, and uncompacted fill. The exposed fill foundations shall be scarified, watered and compacted prior to place- ment of fill. B. Materials for the fills or mounds are to consist of on-site soils. All fill materials are to be free of roots, debris and excessive organic material. C. Fill material shall be spread in uniform layers not exceeding 6 inches in thickness. Water shall be added to the fill or the fill shall be allowed to dry as necessary to obtain fill moisture content at which specified compaction can be obtained. D. Ccmpaction shall be by earth moving equipment or other acceptable rollers of such design that the fill can be compacted to the specified density of 85% of maximum dry density achieved by A.A.S.H.O. Test T-180-57. 7. FILL MATERIAL UNDER PARK BUILDING A. Fill soils to be excavated to expose firm natural soil and extend at least 5 feet beyond the building limits. B. Exposed surface should be scarified, moisture conditioned, and compacted to at least 90% relative compaction (in-place dry density of soil ex- pressed as a percentage of the maximum dry density of the same material, as determined by the A.S.T.M. D-1557-70(c) laboratory test procedure). C. The excavated soil to be removed of debris and replaced in lifts no greater than 8 inches in loose thickness, moisture conditioned slightly in excess of optimum, and compacted to at least 90%. See Soils Investi- gation. 8. 1.AKW GRADING A. In the areas to be graded, surface vegetation and the upper 2 to 3 inches of soil containing organic matter should be stripped from the site and stock-piled for later use as topsoil. The stripped material should not be used as fill. Before fill is placed, the exposed surface should be scarified to a depth of at least 6 inches, moisture conditioned, and com- pacted to at least WX relative compaction. B. Prior to placement of fill in the swale area, soft soil, if encountered, should be excavated to firm soil. Fill placement on slopes should be made on a series of level benches excavated into firm soil. Mere sandy Earthwork soils are exposed within the water area of the lake, they should be ex- cavated and replaced with a blanket of on-site clayey soil at least 2 feet thick. The excavation should extend at least 5 feet beyond the sandy soil area. Actual details regarding the need and extent of the clay blanket should be determined in the field during construction. C. Permanent slopes, both cut and fill, shall be no steeper than three horizontal to one vertical. 9. CONSTRUCTION OF EARTH IN"M Build up mounds in layers not exceeding 12 inches in thickness. Compact, to 85%o maximum dry density, each layer by passing over with earth moving equip- ment. Build mounds in line, grades and contours indicated. Bottom of slopes shall flare into surrounding surface. Final locations and forms of mounds shall be adjusted as directed by the County. 10. FINISH GRADING After completion of subgrades for pavements, surfaces of earth munds shall be graded and shaped by blading, dragging and other mans. Finished surfaces shall be uniform and smooth; true to slopes and grades. Particular attention shall be given to the installation of surface drainage swales. 11. DISPOSAL OF EXCESS MATERIAL ENcess material, if any, developed during earthwork shall be distributed on the site, where and in the manner as directed by the County. 12. CIE ANUP All soil, rock and other material spilled on County streets or school parking area, shall be cleaned up as soon as possible, but not later than the end of each working day. Any such material not removed will be cleaned up by the County and the Contractor shall be responsible for reimbursement to the County for actual cost. Upon completion of the site earthwork, remove all surplus construction materials, earth and debris resulting from this work so that the entire job site is left in a neat and orderly condition. Earthwork 3 39 DIVISION H SECTION 0230 SITE DRAINAGE 1. GENERAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE, Provide all labor, materials and equipment for the installation of the storm drainage system as shown on the drawings and specified. 3. DIMIES AND SIVALES Contractor shall construct ditches and svales as detailed, and in the areas designated to convey storm water to the storm drainage facilities. 4. tLATERIALS A. Corrugated Steel Pipe (C.M.P. ): Pipe to comply with applicable section of the Standard Specification for Corrugated Metal Pipe Culverts M-136, of the American Associates of State Highway Officials. Use helically corrugated pipe having a pitch of not more than 1 7/8 inches, center to center measured at right angles to the directions of the corrugation and a depth of 1/4 inch. Field joints shall be made with sleeve or band couplers. Band coupler sheets shall be 18 gauge by 7 inches wide galvanized and of the same base notal as that in the pipe. B. Asbestos-Cement Pipe shall be Class III with polyethylene couplings designed to maintain alignment and insure tight flexible joints and asbestos-cement pipe fittings with same minimum crushing requirements of the pipe; all Johns-Manville or equal. C. Bitigninous Pitch-Fibre Pipe shall be of a type with a standard perforation size of 5/16 inch on 3 inch center, and non-perforated type conforming to Federal Specifications SS-P-358a and A.A.S.H.O. Designation N�-177-67. D. Joint Mortar: Cement mortar for joints shall consist of one part by volume of Portland Cement and 1 1/2 parts by volume of clean sand. All will pass No. 8 sieve. E. Catch Basins: Provide grates with concrete box as manufactured by Christy, Brooks, or equal, and as detailed on the drawings. Catch basin grate and frame castings shall conform accurately to the dimensions and form in- dicated on the drawings. Castings must be free from blow and sand holes, wasps or defects of any kind, and shall be nude from a superior quality of tough, even grained gray iron, and possess a tensile strength of not less than 20,000 psi. Site Drainage 1 4 F. manhole: Provide manhole and grate as manufactured by American Pipe and Construction Company, or equal. Manhole grate and frame castings ishall conform accurately to the dimensions and form indicated on the drawings. Castings must be free from blow and sand holes, warps or defects of any kind, and shall be made from superior duality of tough, even grained gray iron, and possess a tensile strength of not less than 20,000 psi. G. Armco End Section for corrugated metal pipe sections. 5. GRMLAL REQUIREMEM FOR PIPING A. Handling of Materials: Pipe, fittings, precast sections, cast iron frames and covers must be carefully handled at all times. B. No pipe shall be laid which is cracked, checked, spalled or damaged. All damaged sections of pipe shall be permanently removed from the site. C. Install pipes in the approximate locations shown, and of sizes indicated on the drawings. D. All pipe lines and fittings shall be kept closed during construction, and when work is not in progress. 6. EXCAVATION A. Where invert elevations are not indicated on the drawings, trenches shall • be dug to sufficient depth to give a minimum of 18 inches of fill above the top of the pipe measured from the adjoining finished grade. B. Excavate trenches or other excavations of sufficient width to allow approximately 6 inches of working space on each side of the pipe, but held to as narrow a width as practicable. Trench bottoms shall conform to a uniform grade and be trimmed by hand or raised by sitable backfill properly compacted as required. Rock excavation shall be cut 4 inches below the bottom of the pipe to allow for sufficient gravel or earth backfill, furnished by the Contractor, under the pipe to properly support it. C. Projecting rocks which might damage pipe shall be removed, and approved backfill, furnished by the Contractor at his expense, shall be placed to support pipe over such areas. D. (Mere soft, spongy or unsuitable bearing is encountered at the established grade, all such unsuitable material for a width not less than one dia- meter on each side of the pipe shall be removed, and the space backfilled with approved sand or gravel, furnished by the Contractor, and properly compacted to provide adequate support for the pipe. 7. INSTALLATION OF STORM SE ER All storm drain;aid appurtenant lines shall be laid true to line and grade by accurate and approved methods beginning at the outlet and proceeding upgrade. • All storm lines shall slope uniformly between elevations given. Site Drainage 2 OOMI A. Catch Basins: Install units and extensions as needed fran invert to invert. B. Manhole: Install units and extensions as needed frau invert to invert. C. Corrugated Metal Pipe Installation: Sleeve couplings shall be formed to fit the outside circunference of the pipe. Allow 4 inches of pervious material on each side of the pipe. 8. BACKFILL, A. Trenches: Do not place backfill in trenches until pipe installation has been approved by the County. Bituminous pipe shall be installed on a 3 inch bed of 3/4 inch drain rock. As soon as pipe has been laid and inspected, cover pipe with at least 4 inches of 3/4 inch drain rock. Place backfill in 6 inch layers maximum of sound earth or drain rock, free from rocks greater than 2 inches or lumps greater than 4 inches in any dimension; and bring up evenly and tamp continually. Tamp by hand or with pneumatic tampers. Machine tamping and compaction by flooding or puddling will not be permitted, except upon written approval of the County. B. Backfill of Cbncrete Catch Basins and Structures: Do not place backfill until concrete has set sufficiently so as not to be disturbed. C. Asbestos-Cement Pipe shall be laid 30 inches below finished pavement grade as a conduit for future water and electrical lines. Compact soil under pipe to 90o compaction. Cap ends. Construct 41x411x2' redwood stakes for markers at finished grade, both ends of pipe. D. Compaction: Relative compaction of backfill for pipe trenches and concrete structures under paving shall not be less than 90`10; and under unpaved areas, not less than 85F'o in accordance with Test Method No. California 216. E. Settling: Badkfill which subsides or settles below finished grades or adjacent ground during guarantee pk:riod shall be brought to grade by adding compacted backfill or additional pavement in paved areas as directed by the County. 9. DAMAGE BY LEAKS The Contractor shall be responsible for all damage to any part of the premises caused by leaks or breaks in pipes, connections or appurtenances furnished and installed under this Specification for a period of one year after date of acceptance of the project by the County. • Site Drainage 3 t O���,� 10. CLOSING OF UNINSPECMD WORK The Contractor shall not allow any of the work installed by him to be covered up or enclosed before it has been inspected and approved by the County. Any of the «nrk enclosed or covered before it has been approved or directed to be covered, the Contractor, at his expense, shall uncover the work and replace as directed. 11. CARE AND CLEANING A. During construction, protect all work embodied in each part of these Specifications from damage by accident, staining or otherwise. Upon completion, all broken, damaged or otherwise defective parts shall be repaired or replaced by the Contractor, at his expense. The entire work shall be left in a condition satisfactory to the County. Remove all surplus materials and debris resulting from this work from the premises. B. At completion, the Contractor shall flush and clean out all installed piping systems. Site Drainage 4 DIVISION 11 SECTION 0260 SUBGRADE PREPARATION & BASE MATERIAL 1. GENERAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE, Provide all labor, materials and equipment for the installation of the subgrade preparation, furnishing and installing base material under paving as shown on the drawings and specified herein. 3. SUBGRADE PREPARATION A. Subgrade is that certain area on which pavement, surfacing, base, subbase, or a layer of any other material which may be specified is to be placed. B. All subgrade shall be plowed or scarified to a depth of at least 6 inches below the final subgrade elevation; and by harrowing, dry rolling and breaking clods, the earth shall be brought to finely divided condition. All boulders, hardened material, or rock encountered shall be removed and the earth shall be uniform for the full depth and width of the subgrade. C. The loose earth shall then be thoroughly watered, in a uniform manner and quantity, so that the penetration will be at least 4 inches. D. The earth shall be harrowed to mix the wet earth with the dry beneath, until the whole mass of loose material is at the proper state of moisture for compaction. E. The finished subgrade, immediately prior to placing subsequent material thereon, shall be in accordance with applicable part of the Standard Specifications for Class II Aggregate Base. F. The finished surface of the subgrade, at any point, shall not vary more than 0.05 foot above or below the elevation indicated on the drawings. 4. AGGREGATE. BASE, - CLASS II A. Material: Aggregate base shall be Class 2, 3/4 inch maximum, and free from vegetable matter or other deleterious substances. The percentage composition by weight of aggregate base shall conform to Section 26 of the Standard Specifications. B. Deliver aggregate to site as a uniform mixture and spread each layer in on operation without segregation. Subgrade Preparation & Base Material 1 C. Spreading and Compacting: Class II aggregate base shall be readily spread and completed with equipment that will provide a uniform layer • conforming to the planned section and specified in Section 26 of the Standard Specifications. 5. CLEANUP Upon completion of the subgrade preparation and base, the Contractor shall remove all surplus construction materials, earth and eebris resulting from this work so that the entire job site is left in a neat and orderly condition. • • Subgrade Preparation & Base Material 2 00343 DIVISION H • SECTION 0262 ASPHALT CONCRETE PAVING 1. GEMIAL, The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE Provide all labor, materials and equipment for the installation of the asphalt concrete paving for walkways as shown on the drawings and specified. 3, MATERIALS A. Prime Coat: Liquid asphalt (SC-70) in conformance with Section 93 of the Standard Specifications. B. Tack Coat shall be diluted SS-1 or SS-1H Emulsion, or an undiluted RS-1 Emulsion, and shall conform to Section 94 of the Standard Specifications. C. Fog Seal Coat: Diluted SS-1 or SS-1H Emulsion, and conform to Section 94 of the Standard Specifications. • D. Paving Asphalt shall be AR-4000 in conformance with Section 39 of the State Standard Specifications, 1975 edition. E. Aggregates: Coarse and fine aggregates, and shall be Type B in conform- ance with Section 39 of the Standard Specifications. Aggregate for as- phalt concrete surfacing at walks and related surfaces shall be 3/8 inch maximum grading. 4. CONSTRUCTION A. Class II Aggregate Base shall be spread, placed and compacted in confor- mance with Section 26 of the Standard Specifications, and Subgrade Pre- paration Section of the Specifications herein. B. Prime Coat: Before placing asphalt concrete on an untreated base, apply a liquid asphalt prime coat to the base course in accordance with pro- visions set forth in Section`�9 of the Standard Specifications. Prime coat shall be applied at the rata of 0.25 gallon per square yard, or as directed by the County. C. Tack Coat: Before placing asphalt concrete, an asphalt emulsion tack coat (paint binder) shall be applied to all vertical surfaces of existing pavement, curbs, construction joints, existing pavements and headerboards; all in accordance with Section 39-4 of the Standard Specifications. Apply at the rate of 0.10 gallon per square yard. • Asphalt Concrete Paving 1 D. N� Fog Seal Coat shall be applied to all finished surfaces of- asphalt con- crete pavement in accordance with the provisions of Section 37 of the Standard Specifications. Fog seal coat shall be applied at the rate of from 0.05 to 0.10 gallon per square yard, or as directed by the County. E. Asphalt Concrete: Proportion, mix and place in conformance with the applicable provisions in Section 39 of the Standard Specifications. 5. TOLERANCE The finished asphalt pavement, where not controlled by adjacent structures or features, may vary not to exceed 0.10 foot above or below the planned grade, providing it is uniform and free from sharp breaks. The cross section of the finished pavement shall be free from ridges and valleys, and be within 0.05 foot above or below the theoretical section at any point on the cross section. The thickness of the finished pavement shall be not less than 0.01 foot less than the planned thickness of any point. 6. CLEMP Upon completion of the asphalt concrete paving, the Contractor shall remove all surplus construction materials, earth and debris resulting from his work so that the entire job site is left in a neat and orderly condition. Clean all splash off concrete, headerboards, equipment, and all adjacent appurten- ances. Asphalt Concrete Paving 2 0 DIVISION H SECTION 0263 DECOMPOSED GRANITE PAVING 1. The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE Providd' all labor, materials and equipment for the installation of de- composed granite paving as indicated on the drawings. 3. MTERIALS A. Base shall conform to Stnadard Specifications for aggregate base. Refer to Section 0260. B. Rock Surface Course shall be high quality crushed rock, well graded between #4 and #200. Trade name "California Gold". Submit one cubic foot sample for approval before delivering material to job site. Material can be obtained from Lyngso Garden Material in Redwood City, 364-1730, or Mountain View Garden Center, 968-4817. 4. CONSTRUCTION A. Spread 3 inch depth of aggregate base material on undisturbed or watered and rolled smooth Water and roll aggregate course to 90,o compaction and smoth to grades required; free from depressions and humps, and crowned or sloped as indicated on the drawings. Top 1 1/2 inch layer shall contain adequate fine materials to achieve a smooth uniform surface. B. Redress surface of walk and paved areas with fines as necessary to correct any settlement or lack of crown which develones after initial placement. Water and thoroughly roll surface until uni- formly compacted. Decomposed Granite Paving GO DIVISION H • SECTION 0270 LANDSCAPE OONSTW=ION 1. GENERAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE Provide all labor, materials and equipment for the installation of all play equipment, bridges, rock work, drinking fountain, picnic tables, barbecue grills, benches, and hitching post as shown on the drawings and specified. 3. b'DATERIALS A. Manufactured Play Equipment: Patterson Williams Manufacturing Company, or equal. (1) Slides #2712 - 16 foot stainless steel bedway #2702 - 10 foot stainless steel bedway #2704 - 12 foot stainless steel bedway • (2) Guard Rail and Slide Attachment #5275. (3) Swing Hanger #5023. (4) Tire Swing Swivel and Mounting Bracket #5032. (5) Swing Seats: Tvuo (2) - #5006 Vandalproof Seat Two (2) - #5014 Baby Seat (6) Chain #6020 - suitable lengths. B. Lumber: Decking on play structures, railings, beams, play areas, bridges, fences, and other S4S, and rough wood shall be select structural, U.G., A.D. , Douglas Fir. Pressure treated wood shall be pressure impregnated with Pentachlorophenol preservative solution by the closed cylinder vacuum pressure method in. accordance with the American Wood Preservers' Associa- tion: AWPA #C2-72. Refer to Section 0600, Carpentry, for installation. C. Wooden Post and Logs: Post (square and round) shall be pressure treated with Pentachlorophenol preservative solution by the closed cylinder vacuum pressure method, in accordance with the American Wood Preservers' Association: AWPA #C23-72. All pressure treated lumber and logs shall be treated in water repelent or gas borne form to receive paint and stain. • Landscape Construction 1 Square posts shall be Select Structural, or better, Douglas Fir, F.Q.H.C., A.D. Rough and round posts shall be peeled, pressure treated Douglas Fir, clean, amooth and new. Size as indicated on the drawings with no more than 1-1/2 inches taper in 10 lineal feet. No reverse bends or short crooks; nor deflections from a straight line greater than 1 inch shall be permitted. Logs shall be selected for uniformity and appearance. Refer to Section 0600, Carpentry, for installation. D. Fir Bark: Playground size of 1/4 inch to 1/2 inch. Vita-Bark, Sequoia Product, or acceptable equal. Submit sample for approval. E. Picnic Grill: Outdoor Products #MB-16, or acceptable equal. F. Drinking Fountain: Haws #3174, or acceptable equal. G. Rocks: Natural surface deposit, weathered, rounded river rocks. Submit sanple for approval by the County. See rock schedule on the drawings. H. Mortar shall consist of 1 part Portland cement as provided in Section 90 of the Standard Specifications, 1/4 part high calcium lime putty, and 3 parts of clean, well graded sand, or 1 part plastic Portland cement and 3 parts of clean, well graded sand; all pasts by volume accurately measured for each batch. All mortar shall be mixed in a batch mixer dor not less than five (5) minutes after all materials are in the mixer. No fractional batches shall be mixed or used. For each batch, first the sand shall be placed in the mixer; the cement, the water, and the lime putty in that order. Mortar shall be used within one (1) hour after water has been added and shall not be retampered. Color for mortar shall be Lamp Black at rate of 1 lb. per cubic yard. I. Tire: Standard car tire , 28 inches (plus or minus), without damage to carcass. Minimum half-tread to remain. Do not use retreads or steel belted tires. J. Dead Broadleaf Tree: Approximately 20 feet to 25 feet in height and feet to 3 feet trunk caliper with three major branches not less than 9 inches in caliper. Remove all branches less than 4 inches in caliper. Remove all bark to hard wood and free from decay. K. Sand shall be clean, washed sand without extreme fines, Prattco #4, available through Pacific Concrete & Aggregate Company, or approved equal. L. Picnic Table: All members shall be Alaskan yellow cedar, treated with a sealer on end grains. Landscape Construction 2 Wpvtl 4. GENERAL INSTALLATION • A. Concrete for footings shall develop a compressive strength of 2,500 psi in 28 days. Tops of footings shall be sloped to drain. B. All miscellaneous metal units to be supplied and installed shall be as specified herein under section entitled "Miscellaneous 1letals," All metal fastenings, angles, etc., shall be hot-dip galvanized after complete fabrication. C. Installation of play equipment shall be in strict conformance with the manufacturer's specifications and/or as approved by the County. D. Play equpipment items shall be securely fastened and/or anchored with bolts, angles, plates, flanges, concrete footings, and/or other items required for the proper and complete installation and/ or erection of the units. E. Sand Area: Excavate, scarify and compact subgrade to firm even grade in excess of 85510 of maximum dry density. Apply soil sterilent as recd mended by manufacturer. Protect all adjacent areas and remove all excess from the site. Spread sand to depths shown on the drawings. F. Carpentry: Refer to Section 0600 for all construction of wood structures. • Landscape Construction 3 DIVISION H SECTION 0300 CONCREM 1. GENERAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE Provide all labor, material and equipment necessary for and properly incidental to the furnishing, installation and completion of all plane and reinforced con- crete work indicated on the drawings and specified herein. 3. MATERIALS A. Cement: Type II and conform to Standard Specifications, Section 90, ASTMS C150. A single brand of cement shall be used for all concrete ex- posed to view. B. Aggregate shall conform to AMI C33. (1) Fine Aggregate shall consist of clean, natural washed sand, well shaped, hard, durable particles. Varying from fine to particles passing a 3/8 inch screen of %hich at least 129% shall pass a 50 mesh screen. (2) Coarse Aggregate shall be uniformly graded between the maximum size, 3/4 inch, and the minimum size No. 4 ; and shall consist of clean, hard, fine grained, sound crushed rock or washed gravel. C. Water: Free from acid, alkali, organic matter or other impurities detri- mental to the concrete. D. Reinforcing Steel shall be intermediate grade conforming to ASTM A615, Grade 40. E. E.%pansion Joint: Expansion joint filler confonring to AMI D545-67, 3/4/4 inch thick; the full depth of concrete section. Non-extruding. F. Curing Compound: "Filpor" (West Chemical Products, Emeryville, Calif- ornia); "Konseal A-70" (Conrad Sovig Company, San Francisco, California); or equal. G. Forms for Concrete: (1) Forms shall be wood or metal of approved types. Curved shapes shall be formed with sheet metal or plyavood. Concrete 00t'RJ2 (2) Treat plywood forms with Burke Form Sealer, or A. C. Horn Formfilm. (3) Earth forms for footings maybe used, with concrete deposited directly against the ground. Trenches shall be thoroughly cleaned and free of loose debris prior to concreting. Earth formed footings shall be 2 inches wider than rigid formed footings. 4. FCRMS - CAST IN PLACE CONCRETE A. . All forms shall conform strictly to shape, lines, dimensions and details of concrete work as detailed: Forms shall be constructed true to line and plumb, level and square. B. All wood board and strip forms shall be thoroughly water soaked 12 hours prior to concreting. All plywood forms shall be treated with Burke Form Sealer, or equal, according to manufacturer's specifications. C. Reuse of form material shall be allowed when materials has been thoroughly cleaned. D. All forms shall be well braced and remain true to line, and shall not be remnved until the third day after placing concrete. . Use smooth surfaced anterial without knot holes. Form ties shall be #9 iron wire, spaced as required, or equal system. E. Footing Forms: (1) If earth banks will stand without clumping or caving, and weather Is conditions permit, concealed footings maybe cast in neat trenches. (2) If excavations tend to ravel or cave, footings shall be formed and exca,,ritions made sufficiently wider to permit installation and re- moval of forms and inspection of footing concrete. (3) Soil shall be moistened prior to placing concrete, but shall not be made muddy or puddled. 5. 11E I Nml�RC I ISG STEQ., A. Accurately locate reinforcing steel in the forms and firmly hold in place before and during the placing of concrete by means of wire supports to prevent displacement during the course of construction, and to keep the steel at proper distance from the forms. Firmly and securely hold in position as specified in Section 52-1.07 of the Standard Specifications. B. Deformed bars only, bends 4 times diameter minimum, firmly wired in place with #16 wire, supported on chairs. All bars shall be in place before placing concrete; all clean of grease, diret and rust. Bar splices shall be lapped 40 diameters minimum. Covering of bars: against ground, 3 M. inches below ground against forms; against form walls, 1 inch. Bars to crap around corners 3 feet minimum. C. Bay coverage shall be to outside face of bar. Steel shall be placed and lapped in accordance with Section 52 of the Standard Specifications. • Concrete �'j ti 1 6. EXPMNSION JOINTS • Expansion joints shall be installed where indicated on the drawings. Tool all corners of paving at joints. 7. SOORE JOINTS Score 1/2 inch deep at 12 foot maximum intervals or as directed by the County. '"he width of control joints shall not exceed 1/8 inch, and the edges of control joints shall be finished with a rounded edge. Control ,joints shall be 1/6 the depth of c6ncrete. 8. CONCRETE PLACEhM A. Concrete: Class A shall develop a minimum compressive strength at 28 days of 3,000 psi. Add lamp black to mix at the rate of 1 lb. per cubic, yard at terrace paving. B. Mixing: Transit mixed concrete, ASM Specification C-94. Maximum water content 6 3/4 gallons per sack of cement. Slump, maximum of 5 inches; minimum of 2 inches. C. Placing: (1) All concrete shall be mechanically vibrated or thoroughly rodded. All forms and soil shall be thoroughly wet down before placing concrete. Placing of concrete shall not occur • until firms and reinforcing have been inspected and approved by the County. (2) Before depositing concrete, all equipment for mixing and transporting the concrete shall be cleaned. Remove all wood chips, shavings and other debris from the interior of the forms, and thoroughly wet forms. (3) Reinforcement and other work embedded in the concrete shall be securely in position before pouring. Remove free standing water and divert ground water from forms and excavations. (4) Excess material shall not be placed as a partial pour, but shall be dumped on the site and later removed. (5) Free fall of concrete into forms will be prohibited where reinforcing causes separation of aggregates. D. Compaction: (1) Concrete shall be thoroughly compacted by puddling with suit- able tools during placing and thoroughly worked around the reinforcement, around embedded fixtures and into the corners of the forms. In addition to manual spading and tamping, all concrete shall be internally vibrated with high-speed . Concrete 3 0c�c)�� mechanical vibrators operated under experienced supervision. • A mechanical vibrator shall be employed at each point of dump and a standby vibrator in good wxorking order, but not in use, shall be kept on the job until all concrete is placed. (2) All mass concrete shall be adequately vibrated following placement of concrete in forms. Faces of forms shall be vibrated to reduce air pockets. E. Construction Joints: All construction keyways and joints between adjacent pours shall be thoroughly wetted and slushed with a coat of neat cement paste before proceeding with next pour. 9. FORM RUX)VAL a A. Forms for mass concrete shall remain in place for 7 days. B. Upon removal of forms, all forming bolts, wires, ties, spreaders, etc. , shall be removed, cut or broken back at least 1 inch below the surface of the concrete, and the resulting imprint chipped out as required and patched with mortar as specified. All projecting fins shall be removed and all other minor irregularities in exposed concrete surfaces shall be removed, or cut bakc and patched. All other work stained by leakage of concrete shall be cleaned and repaired. 10. DU=IVE CONCRETE If any concrete work is not *formed as indicated, is understrength concrete, is concrete out of line, level or plumb, or showing objectionable cracks, honey- comb, rock pockets, voids, spalling or exposed reinforcing, it shall be re- paired, or removed and replaced, as directed by the County. All cleaning, patching and repair shall be subject to County's approval and acceptance. 11. CURING AND PROTEMON OF PAVI MMrS A. Cure pavements and slabs by the "Filpor" process (West Chemical Products, Inc. , Emeryville, California), "Konseal A-70" (Conrad Sovig Company, San h•ancisco, California); or equal. Approximately 2 hours after com- pletion of trowelling or exposing, apply a uniform spray coat of the curing compound as directed by the manufacturer. B. Finished concrete shall be protected at all times from damage. After com- pletion of curing period, pavements shall be protected from damage by equipment and other operations until final acceptance. 12. FINISHING: Workmanship shall be of the highest standards. During finishing, cement shall not be applied to dry the concrete surface. Surfaces shall be consistently finished throughout the job. Scored joints shall be straight and level. Finish all concrete as indicated on the drawings. • Concrete } A. Tooling: Tool all edges of concrete, including expansion joints, and as indicated on the drawings. B. Tolerances: All concrete elements shall be constructed to the following tolerances: Linear dimension, 1/8 inch; slab deviation from a true plane 1/8 inch in 10 feet. C. Troweled Finish: In the building, the freshly placed slab shall be om-r- pacted and screeded uniformly to grade. Push large aggregate below the surface with screen tamper, screed and bull float. As soon as the sur- face becomes workable, it shall be wood floated, then steel troweled to a uniform smooth, hard surface. D. Medium Broan Finish: Place as above, follow mood floating by drawing a m, dium bristle broom in direction indicated on the drawings. The con- crete terrace shall receive this finish. 13. CLEANUP During construction, keep area as clean and clear as possible. Clean up and remove from the site all spillage, overpour, discarded forming materials, rejected work or material, and all refuse or debris resulting from this work. Concrete 5 DIVISION H SECTION 0500 MISCELLANBOUS METALS 1. GMERAL The General Conditions and SpeciOd Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SODPE Provide all labor, materials and equipment for the installation of metal work related to all park elements. 3. MATMIALS A. Miscellaneous steel plates and structural steel shapes shall conform to ASW A36-69. B. Bolts: Structural grade steel, ASDI A307-68, with suitable hex nuts and washers; all galvanized. C. Nails: Common wire; galvanized. D. Screws shall be galvanized, zinc electro-plated or brass. E. Paint: Ferrous Metal - use one (1) coat 121-00 "Chex-Rust" metal primer by Fuller or approved equal. Galvanized metal - use one (1) coat 221-14 zinc dust - zinc oxide primer by Fuller, or approved equal. F. Steel Pipe: Welded standard Schedule 40 galvanized pipe, AMI A120-66. 4. WUDING A. All welding shall be in accordance with the latest AWS Standard, and shall be done by certified welders, prequalified by tests as prescribed by the "Qualification Procedure" of the American Welding Society. Any welds found to be defective must be cut out and replaced. B. All welded connections rmtst be electrically welded by welding machines of an approved direct current low voltage type. C. All surfaces to be welded shall be free of loose scale, slag, grease, paint, or other foreign materials. 5. GALVANIZING A. Galvanize all fabricated item after fabrication in accordance with AM,I A123-66. Miscellaneous Metals 0 B. Parts shall -be made in suitable sections. First clean in a hot pickling bath to remove all scale and then rinse clean with clear water. After pickling and wahsing, dip parts in liquid zinc tank sufficient length of time to heat parts to zinc temperature, then rive and allow to drip and cool; straighten as required. 6. SijORI MIMIP All work shall conform to the American Institute of Steel Construction Specifi- cations for design, erection and fabrication, and acceptable standards of good practice. Finished members shall be true to line and free from twists and bends. 7. INSTALLATION Set all items straight and plumb as indicated on the drawings. Miscellaneous Metals 2 001`50 DIVISION H SECTION 0600 CARPENTRY 1. GENERAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE Provide all labor, materials and equipment necessary for installation and com- pletion of all building carpentry, millwork, cabnets, plasti6 laminate a tops, etc. 3. GRADING RULES Wood (General) - National Lumber Manufacturers' Assn. (NIMA) Fir - West Coat Lumbermen's Assn. (MU) Redwood - California Redwood Assn. (CRA) Plywood - Douglas Fir Plywood Assn. (DFPA) For Glued Laminated Beams - Federal Specification Mil-a-397B, and applicable lumber type association. 4. NIATERIALS Abbreviations: AD - air dried. KD - kiln dried. VG - Vertical grain. M flat grain. MVD - redwood. DF - Douglas Fir. PT - pressure treated. All N%vod surfaced four sides unless otherwise designated rough or resawn. A. Framing, Sheathing and General Carpentry Materials: Form Lumber - Any sound new or used lu-nber. Nkidsills - 2 x 4 or 2 x 6 inches pressure treated Douglas Fir, or Founda- tion Grade redwood. Framing Lumber: (1) All framing lumber, except blockinv; and fill. No. 1 Douglas Fir or better; air dried. Use straight pieces only. (2) Blocking and Fill - Standard construction grade Douglas Fir or better, sound and without loose knots or knot holes. Carpentry f Plywood: (1) Exterior Wall Paneling - 5/8 inch thick T1-11 saw-textured red- wood, exterior grade, grooving at 8 inches on center (1/4 inch deep by 3/8 inch wide); clear heart redwood, treated with water repellent. (2) Soffits - 3/8 inch saw-textured exterior redwood. (3) Roof Sheathing - 1/2 inch thick Douglas Fir with exterior glue, index 32/16. (4) Shear Wall - 3/8 inch thick Douglas Fir CDX according to the schedule. Wood Preservative - 5a Pc.ntachlorophenol* solution in mineral solvent (Chapman Company Seal-Treat), or as approved by the Cbunty. Framing Connectors - Simpson, or equal; all galvanized. Nails, Bolts, etc. - Hot dipped galvanized or corrosion resistant where exposed to view, and at all exterior nailing. Expanded Metal Mesh - #18 x 1/4 inch, galvanized. B. Mill Work Materials - All Kiln Dried: Exterior Trim, Fascias, etc. - Clear Heart Redwood, resawn. Exterior Door and Window Trim - Clear Heart Rechvwd, resawn. Door Frames - C or better Fir, quarter-sawn; primed all over with preservative. Exterior Glazed Door - 1-3/4 inch thick vertical grain Douglas Fir, primed with preservative. Interior Trim, Window & Door Trim, etc. - Clear Douglas Fir, S4S. Cabinet Drawer Fronts - paint grade birch. Cabinet Face Frame - Solid paint grade birch. Cabinet Doors - 3/4 inch thick plywood panel, paint grade birch. Cabinet Interiors and Shelves - Douglas Fir Plywood A-B. Hanging Rods - 1-1/4 inch round vertical grain Douglas Fir, or 1 inch pipe; galvanized. Hook Strips - B or better vertical grain Douglas Fir. Carpentry 2 Shelving - B or better vertical grain Douglas Fir, or edged 3/4 inch Douglas Fir plywood A-B, or as shown. 5. GLUM LAMINATED BFA�13 Beams shall be fabricated to applicable standards combination 20F. Arrange laminations horizontally. Camber as shown on the drawings. Use waterproof exterior type glue. Beans shall be "Architectural Appearance Grade", Douglas Fir, 1-5/8 inch lans. No joints in outer laminations in middle third of beam. Lamination joints scarfed. Seal with penetrating sealer. Members shall be wrapped and protected until roofing is installed. 6. WOOD PRESEIWATIVE Treat mudsills, all sides and ends; all other framing lumber within 12 inches of concrete, and window and door frames. 7. NAILING Conforming to FHA and UC13 minimum standards. Roof, sideing and diaphragm sheathing and other areas as shown on the drawings. S. CARPENTRY OUNS-MUCTIM A. Set all work true and square, plumb and level. Remove and replace any wood that splits during or after erection until acceptance. Keep nailing neatly lined up. B. Butt joints shall have a smooth, even bearing over entire cross section. C. Keep all work clean, accurately cut; closely fitted and set to the required lines and levels. Blunt exposed edges by sanding or with plane. D. Place washer under the head and nut of all bolts where same bear on wood, except head of carriage bolt. E. Cut all bolts flush with nuts and remove burrs or countersink nuts and bolts as detailed, only where exposed. F. II.Tm)--rs with scored faces shall not be used in nailing. G. Treat all lumber adjacent to soil or concrete with two coats of wood preservative. If. Mudsills shall be bolted to foundation with 5/8 inch by 10 inch bolts and washers at 4 feet on center maximum, or as shown on the drawings; not less than tmu bolts per piece of mudsill. Bolts not less than 4 inches, nor more than 9 inches from ends of each piece. I. All studs true, sound, and eged; 2 x 6 and 2 x 4 at 16 inches on center, unless otherwise noted. Carpentry 3 N J. All blocking and cutting for special trades, dixtures, etc. , by carpenter. Keep all exposed roof beam, posts and sheathing, and decking clean. All wall-mounted item shall have 2 inch solid blocking. K. All bearing partitions shall have double top plates. Double all studs around openings. All studs at 16 inches on center. Solid block over all bearing partition and beams. Solid block studs for firestops and sheathing bearins as required. L. All exposed nails in exterior work hot dipped galvanized. M. Beams and raffers, at roof overhangs, shall he selected for good crown; and set crown down. Other beams and rafters shall be set crown up, if any. No lumber with excess crown shall be used. N. Structural Mullions - continuous from sill to beam, with 1/2 inch notch for intermediate sill where this may occur. Solid l0cplo bearing top and bottom of mullion. 9. MILBURK (Y)NSMLMON1 A. Shop Drawings for all millwork shall be submitted to and approved by the County before fabrication or installation. B. Grade: Casework shall be in conformance with the StandarcLs for Con- ventional Custom Grade of the Manual of Millwork of the Woodwork In- stitute of California. C. Exposed corners of all wood trim shall be eased. Exposed plywood shelves shall be edged. D. Job Measurements: Millwork supplier shall field verify measurements as may be required for his work, E. Mositure Content of millwork items shall not exceed 9r;lo at time of delivery to the site. F. Deliver no millwork to the site until notified that the building is in proper conditions, and that arrangements have been made for handling, storage and protection. G. Protection: Cover all work after installation with protective cover- ing until acceptance. 11. Interior Door Frames: 3/4 inch thick kiln dried clear Douglas Fir as detailed. Doors may be pre-hung. 10. PLASTIC-LAMINATE COUNTER TOPS AND SPLASITE6, Refer to the drawings for locations and installation requirements. Self- riming sinks will be furnished as part of plumbing work, openings for same are made as a part of this work. Carpentry 4 00`62 A. Materials: (1) Plywood - Sanded 3/4 inch 5-ply. Exterior Douglas Fir B-C. (2) Plastic - 1/16 inch Milamine High Pressure Laminate as manu- factured by Formica Corporation or equal; color to be selected. (3) Adhesive - Waterproof type specially formulated for this work, and approved by plastic manufacturer. B. Installation: In accordance with manufacturer's instructions and standard trade practices. Tops and back splash shall be one piece covered with 3/8 inch maximum radius. At end walls, provide matching side splash) joint lightly to back splash and top. Carpentry 5 0063 t- DIVISION H . SECTION 0100 MOISURE PR ITECTION & INSULATION 1. GEIER L The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specification:;. 2. SCOPE Provide all labor, materials and equipment necessary to complete installation of shingle roofing, including underlayment, thermal insulation, skylights, sheet metal work and flashing,.:and caulking. 3. ROOFI% A. Materials Shingles - Fiberglass material, asphalt, and durable ceramic-coated rock granules, 36 inches by 12 inches, 5 inches exposure, 2 inches minimum headlap. U/L type class "A" and U/L wind resistance, 260 lbs. per square minimum; dark brown or grey color, as manufactured by Johns-Manville, or approved equal. Provide 20-25 year warranty certificate. • Nails - Hot dipped galvanized as approved by manufacturer and County. Accessories - Ridge shingles as required. Under Laym:nt - 30# asphalt felt, non-perforated. B. Installation shall be in accordance with manufacturer's instructions and County requirements. Use four (4) nails per shingle minimum. 4. INSULATION A. General: All roofs and walls surrounding heated areas shall conform to a1- _est-State and local requirements. B. Materials Ceilings - R-19 foil faced fiberglass rolls or batts with flanged aluminum foil vapor barrier. (Valls - R-11 kraft faced fiberglass rolls or baits. C. Installation: All in accordance with manufacturer's specifications and recommendations. Moisture Protection & Insulation 1 5. SKYLIGHTS • Ventilator Skylight Dcmes shall be self-falshing and equal to Model No. JA22 ASL-2 as manufactured by Bristol Fiberlite Industries. The dome shall be one-piece acrylic plastic and attached to the louver frame. All metal shall be of 6063-T5 extruded aluminum. Louver blades shall be . continuous, fixed, and attached to a 5 1/8 inch high aluminum curb with a built-in eater barrier and wind deflector and a 2 3/4 inch roof flange. 6. SHEET MAL A. Scope of work includes all sheet metal work as shown or indicated on the drawings, specified herein or reasonably to be inferred therefran, including flashing. Flashing rings, collars, flashing of plutming vents, etc. , are included under the various mechanical divisions. B. Materials: (1) Flashing at roof shall be 20 gauge galvanized iron. Galvanized iron shall be Armco copper bearing steel sheet, 1.25 oz. per square foot, zinc coating. (2) Solder shall be 1/2 pig lead, 1/2 tin, best grade. (3) Flux shall be best quality, past, non-acid. C. Workmanship shall be done in a first class manner by worknen familiar • with the best mehtods of fabricating and installing sheet metal work so as to make a weatherproof and finished installation. Special care shall be taken to provide for expansion and contraction. 7. CAULKING AND SEALANTS Caulking conpound shall be gun-grade Butyflex rubber sealant. This shall be as manufactured by Dap, Inc. , or approved equal. Sealant for control and expansion joints shall be polysulfide base, non-sag grade, grey in color. Minimum bead shall be 1/4 inch by 1/2 inch, sealant shall be one part system. Provide caulking at all points required to maintain a water- tight seal at window and door frames, and as directed by the County. • Moisture Protection and Insulation 2 O L DIVISION H . SECTION 0800 DOORS, WINDOWS, GLASS & FINISH HARDWARE 1. GENIAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE Provide all labor, materials and equipment necessary for installation and completion of wooden doors, aluminum sliding windows, aluminum frames, glass, glazing, rough and finished hardwaxe. 3. WOODEN DOORS (See Schedule Sheet A-1) A. Exterior Doors - Flush 1-3/4 inch thick standard, staved lumber solid core, rotary, birch, exterior type 1 glue, paint grade by Weld%uod or equal. B. Glazed Exterior Doors: As detailed, square thicking, thru-mortised, wedged tenons, waterproof Weldwood Glue, as shown on the drawings. Provide redwood glass stops. C. Interior Doors - Flush 1-3/8 inch thick standard solid core, paint grade birch. 4. ALLMINUM SLIDING WINDOWS Arcadia Model 762, or equal, with 3-5/8 inch frame depth as manufactured by Northrop Architectural Systems. Material shall be of 6063-T5 alloy or better, and anodized to match Alcoa Duranodic hardcoat finish, color Arca- dia 82 Medium Bronze. The sliding panel, when in a locked position, shall not be rEmvable from the outside. The bottom rail of the sliding panel shall house a recessed, flush, self-latching, spring-loaded lock mechanism. The lock shall clamp on sill track to prevent lift-out. Provide screen to watch. Contractor shall lay out and verify rough openings. 5. ALUMINUM FRAMES Paramount Aluminym Company, or equal, Series 60-101 Integral Fin-Nailon custom extruded Aluminum 6063-T5E19 alloy or better; and anodized to match Arcadia 81 Medium Bronze. Contractor shall lay out and verify rough open- ings. Window twits shall be favricated to fit openings. Units shall be factory glazed. • Doors, Windows, Glass & Finish Hardware 1 00066 6. GLASS AM GlJVING A. Materials: (1) Clear Window Glass - 1/4 inch plate by Pittsburg Plate Glass Company, L.O.F., or ASG. (2) Tempered Glass - Thicknesses shown on drawings; by Pittsburg Plate Glass Company, L.O.F. , or ASG. B. Workmanship: Glass for sliding and fixed windows shall be set with manufacturer's approved glazing strips or recommendations. At com- pletion of job, replace all broken, cracked or scratched glass. After painting and staining, glass shall be thoroughly cleaned on both sides. Use no acid or caustic soap. 7. HARDWARE A. Rough llarch%-are: Contractor shall furnish and install all rough hard- ware required to complete the job. (1) Hinges (Door) - Stanley, Hager, or equal (Bronze finish). Out-swinging exterior doors shall have non-removable pins. 0 (2) Metal Threshold - As specified on the drawings. B. Finish Hardware and KeyinE: (1) Schedules: T%vo copies of the preliminary hardware schedule shall be delivered to the County for review and a=ents. One schedule with corrections marked in red shall be returned to the hardware supplier. When the new final hardware schedule is complied, three copies shall be forwarded to the Building Projects Division, Public Works Department, Contra Costa County. This will enable the County to prepare a keying schedule which will be forwarded through channels to the hardware supplier prior to ordering hardware. The successful hardware bidder shall contact the lock ccmpany's representative as soon as possible and have him meet with the County Building Maintenance personnel to assist in reviewing the hardware and keying schedule prior to the forwarding of the hardware order to the factory. (2) Keying: All keyed locks shall be passed by the existing County Great Grand Master Key. All lock cylinders are to be Grand Mastered, Sub-Mastered, Building Mastered, and set keyed. Allow for future expansion under each Master or set. Doors, Windows, Glass & Finish Hardware 2 004%6`1 04%67 (3) Keys: Furnish three keys per lock with an additional ten keys for each set; ten keys for Building-Master; and 50 key.blanks in the job keyway. All keys are to be tagged with the hardware item number, door nurrber and room number from plans and delivered directly to the County Building Projects Division by the hardware supplier. Stamp all keys "Do Not Duplicate". Upon receipt of the locksets and cylinders from the factory, the hardware supplier shall notify the County Building Maintenance Department that the keyed locks and cylinders are ready to be checked for the keying requirements set forth in the keying schedule. After the keyed locks and cylinders have been checked against the keying schedule and corrections made, the County will accept the keys for the job. The keyed locks will be delivered to the job site. (4) Hardware: Each item of hardware, when delivered to the job, shall be plainly marked with the corresponding item number from the hardware schedule and with door number taken from the architectural floor plan and with set key numbers if locks and hardware are keyed. All hardware shall corply with applicable code requirements. (5) Door Closers Surface: "Sargent" Series :50, X150, or 17"1200 as appropriate, color to correspond to finish throughout the building. • (6) Locksets: "Sargent" Magnalock Series 8 line, Mortise (Minders Series 34, 41 - 46. (7) Cabinet Door Latches: Magnetic type, or self-closing hinges. (8) Hinges (Cabinet): Concealed "Stanley" self-closing Satin Bronze, or equal as detailed. (9) Drawer Slides: K & V Series 1300, or equal. (10) Cabinet Door & Drawer Pulls: Satin Bronze as approved. Doors, Windows, Glass & Finish Hardware 3 � � 6S DIVISION H SECTION 0900 FINISHES 1. GU qMAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Section of the Technical Specifications. 2. SCOPE Provide all labor, materials and equipment necessary for installation and completion of all building finishes, including gypsum board, vinyl wall covering, and color coated mineral fiber reinforced panels, resilient flooring, painting and staining. 3. GYPSMI BOARD A. Material: Gypsum board shall be taper-edged board as manufactured by U. S. Gypsum, Kaiser Gypsum, PABCO, or as approved. All gypsum boards shall be 5/8 inch thickness with a one hour fire rating. Joint tape and cement shall be of same manufacturer as gyps= board. Metal corner beads, casing beads and other trim shall be minimum of 20 gauge steel, as manufactured for its particular application. B. Ap2lication: Gypsum board applied directly to wood studs, joists, rafters or furring shall be fastened with screws in accordance with County Standards. Screws shall be slightly countersunk head. Screws shall be spaced 7 inches apart on ceilings, and 8 inches apart on walls and not less than 3/8 inch from edges and ends of wallboard. Drive screws home with heads slightly below the surface, taking care not to break the face paper. All external corners shall be covered with metal corner bead. Apply tape at all joints and corners. Apply three coats of tape cement over tape and screw heads, sand last coat lightly. C. Texturing: Consult with County and obtain approval of final textures (i.e. , stippled, acoustical, srrooth, etc. ). County shall approve all final surfaces prior to painting. 4. VINYL WALL COMING A. Materials: (1) Vinyl Wall Covering shall neet Fed. Spec. CCC-IV-408A for Type II. In addition, vinyl wall covering shall be as selected from Genon's price Group C and shall contain mildew and germicidal additives. Final selection of colors and textures within this Genon group specified will be made by the Project Architect. Finishes 1 (2) Tedlar Protection shall met Fed. Spec. L P-1040, Type II, Grade B, Class 2, 1/2 mil thick and be factory applied to urall covering. (Note: Delete if not required.) (3) Adhesive: As recommended by manufacturer with mildewcide. (4) Primer: As recommended by manufacturer. (5) Samples: Submit 811 x 1011 sample of each type and color to be installed, for the Project Architect's approval. (6) Certificate of Compliance: Submit manufacturer's certificate that wall covering used meets with material specification re- quirements. B. Preparation: (1) Examine all surfaces to receive wall covering before beginning work to determine that they are straight, sound, dry, clean, and ready to receive final finish. (2) Gypsum wall board shall have all screws depressed, sparkled and sanded; and joints taped, spackled and sanded. All defects that could affect quality of finished %;x)rk shall be corrected prior to prinning and application of wall covering. (3) Starting wall covering work shall be construed as evidence of acceptance of conditions under ubich this work is to be done, including surfaces prepared by other trades. (4) If mildew is present, remove and treat to inhibit further mildew growth. (5) One coat of general Fire Drywall primer shall be applied to gypsum wall board before application of wall covering. C. Installation: (1) Follow maufacturer's directions for mixing and applying adhesive and primer. (2) Before cutting, examine pattern and color, and determine that they match approved samples. Examine patterned material for repear in design. (3) Nix paste thoroughly. Apply paste on back of material with brush or roller in a thin even coat voer entire panel. (4) Use panels in exuct order as they are cut from roll. Finishes 2 (5) Trim on selvage of each panel deep enough to insure color con- formity using a straight edge on a cutting table, or use the wall cutting procedures (without scoring the sub-strata) and acceptable to the Architect. (6) Install panels on the hanging surface, reversing each other panel of non--match patterns unless otherwise instructed by the manufacturer. (7) Fill in over doors and windows with panels cut in consecutive order from the roll. (8) Smooth fabric to handing surface with stiff bristled sweep brush or a flexible broad-knife to eliminate air bubbles and insure adhesion. (9) Vertical joints shall not occur less than 6 inches from outside or inside corners. (10) Where applicable, install wall covering before installation of plumbing, fixtures and trim, casing, bases, cabinets, etc. (11) Remove excess paste from seam before making next seam. . Use a sponge or cloth dampened with clean water, wipe clean with dry towel. (12) Any variation in color and/or pattern match shall be immediately communicated to the manufacturer's representative for his in- spection before proceeding further with installation. (13) Provide County with extra material equivalent to 5% of project amount. D. Cleanup: Upon completion of the work, remove surplus materials, rubbish and debris resulting from the operations under this Section, including equipment and implements of service, and leave the entire structure and site insofar as the work of this Section is concerned in a neat, clean and acceptable condition. 5. COLOR COATO) fJINMAL FIBER REINFORCED PANT-.S (Restroom Walls) A. Materials: (1) Architectural Panels: Mineral-fiber reinforced sheets shall be 1/8 inch thick Permatone "S" Flexboard manufactured by Johns- Manville. Sheets shall be autoclaved with exposed surfaces, machine sanded to a smooth level surface to receive color shown or selected from manufacturers' standard colors. Colors shall be achieved by the application of a surface coating of a three-coat acrylic resin system, pigmented with non-chalk- ing titanium dioxide and non-fading color pigments. Sheets shall be of size and thickness shown. Finishes 3 002 11 • (2) Moldings: Extruded aluminum moldings supplied by Johns-Manville, of profile shown and in color as selected. (3) Fastenings: Galvanized nails or stainless screws. (4) Adhesive: Approved type exterior grade adhesive. (5) Sealants: Polysulfide, silicone, urethane or acrylic. B. Installation: (1) Examine substrates and adjoining construction, and conditions under which work will be installed. Do not proceed with work until unsatisfactory conditions detrimental to proper and timely completion of work have been corrected. (2) Surfaces to receive architectural panels shall be plumb, true and properly spaced. (3) Cut panels to sizes shown or required. Drill or punch in shop or field where required for nails, screws or other fasteners. (4) Install panels over support as shown, plumb, true and plane; and free of warp or twist. Use mastic and blind nailing to con- ceal attachment. (5) Where trim molings are shown, secure molding to back in perfect alignment, true and level. Install panels with 1/8 inch clear- ance on all sides. (6) Protect edges of panels from weather by battens, aluminum trim moldings or similar methods. Apply elastomeric sealants at edges as detailed or required in accordance with sealant mnu- facturers' printed instructions. (If through improper installa- tion, the backs of the panels are allowed to get wet and remain wet, the water may work through to the surface of the panel and damage the coating. ) Install panels with 1/8 inch clearance on all sides. (7) After installation, exposed surfaces shall be free from broken corners and surface defects. When edges are concealed, they may be rough as approved by the County. When edges are exposed, finsih smooth by dressing with a carbonundum file. (8) Provide County with extra material equivalent to 50 of project amount. C. Cleaning: Clean face of panels where required with mild detergent. Clean- and battens from traces of mastic or sealant. 6. RESIL= FLOORING • A. Materials: Finishes 4 Ej0c� !N (1) Flooring shall be 1/8 inch gauge 12" x 12" Armstrong or equal, • vinyl-asbestos Excelon Supreme Tile in the Series 55505 neutral. Tile shall be resistant to alkali, grease, and oils and shall be sufficiently dense to withstand loads of 50 psi. Tile shall have uniform despersement of color and texture through- out the thickness of the tile as demonstrated by a milled-down sample produced and procured by the following method: One sample of each pattern of tile shall be approved by the County. Floor mastic shall be as recommended by tile manufacturer. (2) Rubber Base: Burke, or equal. B. Installation: (1) All tile shall be installed on smooth concrete floor using methods standard in trade and as approved by tile manufacturer. (2) Tile shall be laid out so that no tile at roan edges shall be less than one-half of a piece in the main roan. Short pieces of bases will not be acceptable, (3) Provide County with extra material equivalent to 50 of project amount. 7. PAINT NNIG AMID STAINING A. Materials: Trade names, catalog numbers of manufacturers' names used • in connection with materials, products or processes are used to establish standards of quality and utility. Unless it is specifically noted herein that materials, products or processes furnished are to be restricted to those names, other similar materials, products or processes may be substituted, provided County's written approval of such substitutions is obtained. All products applied to any single surface shall be entirely the pro- duct of one manufacturer. Use only highest quality products avail- able frau the following manufacturers: Witerials for general use shall be: Paints: Prepared paint from original containers, W. P. Fuller, Pratt and Lambert, Roy Anderson, or approved equal. Stain: Olympic, Cabots, or approved equal. Submit complete and detailed list of proposed materials to be used before ordering. Provide County with extra material of all finish colors equivalent to 50 of project amount. • Finishes 5 0,1D0 R. Samples and Colors: All colors shall be selected by the County. The Contractor shall be furnished with a schedule of colors. All finishes • on the job shall match the color cards and schedule. If so directed, sample areas of each color and finish shall be pro- vided at the job site in locations selected by the County, and approval thereof obtained before proceeding with the work. C. Examinatinn of Surfaces: Before commencing work, carefully inspect all surfaces to be painted or finished, notify the County of any defects, improper materials, workmanship, or other conditions which will affect satisfactory execution and permanence of work, and do not proceed with work until such surfaces and conditions have been corrected. Starting of work shall imply acceptance of conditions as they exist. D. Protectibn: The work of all trades shall be protected against all damage or injury which might result from work specified under this Section. Any damage done shall be repaired without any additional cost to the County. Particular attention shall be paid to exterior concrete slabs, walks, unpainted walls and prefinsihed surfaces. E. Preparation of Surfaces: All surfaces to be painted shall be cleaned of all dirt, dust, grease, rust or scale. All knot holes, pitch pockets or sappy portions shall be sealed with shellac or knot sealer. F. Application: • (1) . lfix and apply all materials as they come from the can, and as per manufacturer's written instructions. (2) Paint shall be applied with hand brushes and/or rollers unless spraying is specifically authorized. Spread paint evenly and flow on smoothly without runs, sags, bristle marks, or other defects. Paint sharply out to lines; avoid lapping of paint on hardware and glass. Rub out and refinish defects as directed by the County. Do not paint on damp surfaces, in rainy weather, or when temperature is below 50 degrees. Do not paint on dirty, rusty, rough or otherwise imperfect surfaces. Take ex- treme care to avoid transfer of rust particles or dirt to fluid paint by use of dirty brushes. (3) Undercoats shall be tinted to approximate shade of, but lighter than finish coat. Final coat shall match color sample. All coats must be thorughly dry before applying succeeding coats. Notify the County when particular coat has been applied; all coats must be inspected and approved by the County before appli- cation of succeeding coats. Coats applied without inspection and approval of undercoats shall be reapplied at the County's direction and at no additional cost to the County. (4) Wood: First coat may be applied before ivoochwnrk is fitted and erected. Final coats shall be applied as soon thereafter as possible. Back prime all exterior trim, etc. , before installa- tion. (5) Metals: All metal surfaces which are to be painted shall be washed with mineral spirits to remove any dirt or grease. �Aq (Mere rust or scale is present, wire brush or sandpaper clean. o.Finishes 6 Galvanized metal surfaces shall be treated with Galvaprep #5 Metal Etch in accordance with manufacturer's printed instructions. Steel surfaces which will be inaccessible after construction, except for those which complete shop coating and touch-up after erection has been speciried under other Divisions, shall receive an additional field coat of rust inhibitive paint. The extra coat shall be applied immediately after erection of the steel. Exposed metal work previously primed in shop shall have field bolt and rivets, serious abrasions to the shop coat and other surfaces where paint has been scuffed off, spot painted with the material used for shop coat or its equivalent. Objectionable foreign materials shall be removed before general field painting. 8. . ,CLEANING AND TOUCH-UP A. Upon completion, a detaled inspection shall be made of all painting work. All chipped, abrased, or otherwise unsatisfactory portions of the work shall be touched up or refinished as required to complete the work in a manner satisfactory to the Architect. B. Remove all spattering, spots and blemishes caused by work under this Division from surfaces throughout the area. C. Painter shall touch up all blEmishes which appear as the Architect directs for 30 days after completion. D. The County shall have the right to reject all material or work which is unsatisfactory, and reserves the right to replace either or both at the Contractor's expense. 9. PAINTING,_ STAINING AND FINISH MATING SCHEDULE Number of Number and Type Item Primer Coats of Finish Coats Building: Exposed Beans T� coats - stain L—\terior Siding Two coats - stain Exterior Trim, Fascias, and miscellaneous Tina coats - stain Doors, Frames, Window Frames and Trim One coat Two coats exterior semi-gloss enamel. Doors and frames may be of different colors. Exposed Gypsum Boa-rd Walls and Ceilings One coat Two coats Latex paint Finishes 7 000 id Number of Number and Type Item Primer Coats of Finish Coats Building: (continued) Exterior Metal, Vents, Screens Flashing & Miscellaneous One coat Two coats - paint Cabinets (inside and outside) One coat Two coats - paint Concrete Floors and Base One coat Twc► coats Epoxy (Toilet Rooms) floor coating Exposed Concrete Curb One coat Two coats - paint (exterior) Finishes 8 ti DIVISION H SECTION 1000 SPECIALTIES 1. GENERAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SOOPE OF WORK Provide all labor, materials, and equipment for the installing of Toilet Coapartments and Toilet Accessories. 3. TOIIEr OCMPAFMEM A. Refer to the drawings for locations, quantities and details of installation. B. Toilet partitions shall be steel, flush type headrail braced, with baked enamel finish. Pricerwtal "Leader", Sanymetal "Academy", Fiat I'Duro", or approved equal. Furnish canplete with all necessary brackets, fittings and fasteners for installation. Provide pivot hinges, coat hook and bumper, and sliding latch. Furnish and install matching urinal screens, wall hung, 18 inches by 42 inches. C. Submit shop drawings and color samples to the County for approval and selection. 4. TOILET ACCESSORIES A. Refer to the drawing for locations, quantities, types, details of installation, and special requirements. B. All model numbers are as manufactured by Bobrick, Bradley. Approved equal models and manufacturer may be substituted. 5. TACKBOARD Tackboard shall be 1/4 inch thick vinyl covered cork board with burlap pattern and natural color. All tackboards shall be 48 inches high, single piece and in widths as shown on drawings. Board shall be fastened to wall with contact adhesive and trtmled with routed 2 inch x 2 inch Douglas Fir trim and mitered at corners. Specialties 1 A DIVISION H • SECTION 1500 PLUMBING 1. GENERAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE OF WORK Provide all labor, materials and equipment for the installation of Plumbing Work and Plumbing Fixtures. 3. RULES AND REGLIATIONS A. The following rules and regulations are hereby mide a part of this Division of the Specifications from the applicable following: Uniform Mechanical Code, as amended. Uniform Plumbing Code, as amended. Uniform Building Code, as amended. • Requirements of the County of-Contra Costa. B. All work or material required to comply with these codes, laws, rules or regulations shall be furnished without extra charges whether or not specified, explicitly shown or mentioned. 4. ACCURACY OF DATA, SUPERVISION AND INSPECTION A. The data given herein and on the drawings are as exact as could be secured, but their absolute accuracy cannot be guaranteed. The drawings and specifications are for the assistance and guidance of the Contractor, and exact locations, distances, levels, etc. , will Lx-- governed by existing improvements. The Contractor shall take these data with this understanding. The drawings and specifications may be superseded by more detailed specifications and drawings prepared by the Contractor or the Architect, and the Contractor shall conform to them and to such reasonable changes in the Contract drawings as may be called for by these revised drawings without extra cost to the wrier. B. The Contractor shall carefully examine other %,,ork such as building; construction, interior finish and electrical work that may conflict with his installation and execute his work in harmony with other trades. Plumbing 1 003 C. The Chnt;ract:or shall visit the site of the building, take his c)%,,n nx)asuremmits. wid verify for himself the exact locations of build- ing, uild- ing, po%tiLr and other facilities, wid obtain for himticlf such of'her 1nfOI111atlOn as may be necessary for . intell..igenL bid. No allow- aiece will be subsexitiently made by the (homer for i.ny error or unission cn the part of the Bidder in this corulection. 5. %Y1TRIALS A. Pipe and fittings shall conform to the following schedule: ItUn Standard Notes Steel Pipe ASTM A120 Schedule 40 or 50 or gal- vanized, tis required. Malleable Iron Fittings ASTM A338 Black or galvanized, as required.. Vitrified Clay Soil Pipe ASTM C200 Hub type. Cast Iron Drainage Fittings ASH A74 Asphaltum coated. Cast Iron Soil Pipe ASPM A74 Service weight as required. Lead and Okum Joints Joints to be olnun and lead, except 'Type Seal" maybe used. • Copper Tubing, except ASTti B88 Type K or Type L, hard drawn drainage as shown. All Copper Tube Fittings ASI B75 Wrought Copper, cast fittings ASA B16.22 prohibited in sizes where wrought are available. Brass Pipe with Fittings AST,L.i B43 85% red brass. Unions for Steel Pipe Bronze to iron ground joint. Unions for Copper Tubing Bronze IPS unions with copper to IPS adapters. Solder ASPM B32 9To tin, 5o antimony. B. Dielectric Insulating Unions: Pipeline Seal and Insulator Company's "delrin", American Sanitary Manufacturing Company's "Dileco", or approved equal. • Plumbing 2 600 izi C. Valves: Ball, gate, angle, and globe valves shall be Jenkins, Jamesbury, Kennedy, or approved equal. All valves, unions and like items shall be screwed type. Solder not acceptable, Provide a union at each valve or removable items. D. Pressure Reducing Valves: Water pressure reducing valves shall be C.M. Bailey, Fisher, or approved equal. E. Wall Plates: Plates at pipes passing through walls, floors, and ceilings shall be Grinnel, Beaton & Corbin ?luiufacturer Cc(npany's "Beacor" Plate 2 for copper tube and Plant 13 for steel pipe, or approved' equal, stamped steel Plantes of split type with set screw. Plates in all finished room shall be plain. F. Flashing Fittings: Flashing for pipes penetrating roofs shall be WR Products Canpany's MD-67, or approved equal, flashing fabricated of 28-ounce seamless copper, complete with cast iron counter-flashing sleeve. G. Plumbing Fixtures and Accessories: As per Schedule on the drawings. 6. INSTALLATION 11 QUI10-fallS A. All plumbing work shall be installed in accordance with all codes, regulations, and best practices of the trade. B. Install cleanouts, as required in concrete floor using approved unit. C. Sanitary Waste and Vent: Sanitary waste and vent lines above ground 2; inches and smaller shall be Schedule 40 galvanized steel pipe with cast iron drainage fittings; or K or L copper tubing and cast bronze fittings with 95 - 5 solder joints. Sanit,-u-y waste and vent lines above ground, 3 inches and larger shall be service weight cast iron soil pipe and fittings. Sanitary waste more than five feet from building shall be Vitrified clay pipe. D. Donostic Cold and Hot Water: Type L copper tubing with wrought copper fittings with soldered joints. E. Sanitary Sewerage System: The sanitary sewerage work shall include installation of all new or changed sanitary waste and vent branches and m- ains in the building together with connections to plumbing f i-%tures. Cleanout fittings and plugs shall be furnished and installed where shown on the drawings at the ends of branches of waste lines and at points of cluui.ge in direction of these lines and/or specified or reasonably required to facilitate cleaning. Plumbing 3 Cleanouts shall be T or Y branches or trap hubs of the same materials and same sizes as the pipe in which they are placed. All cleanouts in cast iron soil lines shall have cast iron bodies with brass plugs. All offsets in horizontal waste lines shall be made at an angle not greater than 45 degrees. All connections to ,uiy snil, vent, or waste piping shall be made with the proper long-radius fittings of the materials herein specified for the various pipe lines. All changes in direction of branches in all drain lines shall be made with combination Y and 1/8 bends. F. Installation and Connection of Plumbing Fixtures: , Plumbing fixtures shall be installed as follows: The backs and bases of all fixtures setting on the floor or against a wall, or both, shall be factory-ground after the fixture has been made so that the fixture will set at right angles to the floor or wall, or both, and make a tight joint therewith. All enameled cast iron fixture shall be drilled for fittings, trimmings or bolts before being en,,u-neled, also porcelain fixtures shall be drilled before being fired, as no drilling will be permitted on the job. G. Plumbing fixtures shall be connected to soil or waste pipe and to hot and cold water pipes with the following precautions: Water closets shall be bolted to flange with wax-inpregnated felt gaskets. Miere slip joints are required for connection of tubing wastes, Wolverine "Visible Ground Joints", or approved equal, connectors shall be used. Viliore supply pipe, tubing or other connections pass through walls, ceilings or floors, they shall be fitted with escutcheons chrane- p1ated quid fastened to the pipe ulth a set screw. All exposExt bolt heads in floor- flanges of any fixtures, in the back of any fixture, or in the fixture iteself, shall be covered with Ix)rcelain bolt caps securely held in place with putty. H. Provide a stop at each supply line. Each supply shall have a 3/4 inch brass nipple where it canes through or out of the wall. All supplies shall be properly secured. I. Provide a valve schedule posted in mechanical area under glass. Each valve shall have a number and show N.O. or N.C. The tag shall be 1 1/4 inch round brass disc secured With key chain. Plumbing 41 A DIVISION H • SECTION 1600 ELECTRICAL 1. Ga- MRAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. SCOPE OF WORK The work of this Division includes but is not limited to: materials, tools, transportation, power services and equipment for and incidental to the completion of all electrical work shown on the drawings and/or mentioned in these Specifications. The Contractor shall furnish and install all work necessary to make complete working systems with the exception of the work or materials specifically mentioned to be furnished by others. In general, the work includes the following: A. Underground electrical and telephone service conduits and charges to utility companies for cable installation. • B. Interior electrical systems including; lighting fixtures, recept.-icles, panel, final connections to owner furnished equipment, including disconnect switches where required. C. Electrical heating system. D. All trenching and backfill for service conduits. Restore any surface or sub-surface removed or damaged. E. Conduit system for telephone cable including outlets, conduit to water pipe for grounding and power supply. F. Canplete grounding system. 3. RULES AIS REGULATIONS All work and materials shall be in full accordance with the latest rules and regulation of the State of California Administrative Code, Title 2,1, National Electric Code and any State or local law or ordinances. Nothing in these plans or Specifications is to be construed to permit work not conforming to these orders. . Electrical 1 4. EUMINATION Or SITE AND PLANS A. Before submitting a proposal, each bidder shall carefully examine the electrical, mechanical, architectural and structural drawings and Specifications. lie shall also visit the site and fully inform himself as to all existing conditions and limitations applying to the work. B. If, after such examination and study, it appears any change from the drawings and Specifications will be necessary the bidder shall so state in writing together with any change in cost involved. C. No extra payment will be made for work not covered on the plans and in the Specifications if such work is apparent from an inspection of the site at that time. 5. WOMIANSHIP A. All workmanship shall be first class in all respects and carried out in a manner satisfactory to and meeting the approval of the Engineer. All workmen employed in making the installation shall be skilled in their particular trades. B. All materials, appliances and equipment shall be new and the best of their respective kinds, free from all defects and of the make, brands or quality specified or as accepted by the Engineer as here approved. This shall apply to all parts of the work whether or not this particular paragraph is referred to by number. C. All apparatus, conduit system, etc. , shall be installed and inter- connected so as to form complete system as herein specified and shown on the accompanying drawings and the drawings furnished by the Engineer to supplement and explain those acceompanying these Specif- ications. This Contractor shall furnish and install all work necessary to make complete working system, excepting only those portions which are specifically mentioned herein or plainly marked on the accompanying drawings as being furnished by other Contractors. 6. PUNITS AND 17035' The Contractor shall procure all licenses and permits necessary to the prosecution and completion of the work. 7. SUBUIT1INIONS: A. In these Specifications, one or more makes of materials or methods have been specified for use in this installation. This has been done to fix the standard of quality, utility and design required, but other nyiterials or methods, equal in quality, utility and design, and guaranteed performance will be accepted. This inj)lies no right on the part of the Contractor to use materials or methods other than those specified, unless approved as equal in quality, utility and design, in %4Titing by the Engineer. Electrical 9. B. The decision of the Engineer shall govern as to what is equal to that specified, but the burden of proof as to the quality of the proposed material or method shall be upon the Contractor. If the Engineer considers it necessary, tests to determine the quality of the pro- posed materials shall be made at the expense of the Contractor, by an unbiased laboratory, satisfactory to the Engineer. C. The Contractor shall be responsible for the correct placing of the work and connection thereof to the work of all related trades. 8. CLOSING IN UNINSPECTED YORK The Contractor shall not allow or cause any of his work to be covered up or enclosed until it has been inspected, tested and approved by the Engineer. Should any of the work be enclosed or covered up prior to inspection and testing, the Contractor shall uncover the work at his own expense and after it has been tested, inspected and approved, make all repairs with such materials as may be necessary to restore all work disturbed by him to its original and proper condition. 9. LICAVATION, AND BACIT ILL A. The Contractor shall do all excavating in connection with the electrical work and shall backfill according to the requirements of Division 3. IIe shall restore all surfaces disturbed to original condition, and properly backfill to eliminate any settlement and to the satisfaction of the Engineer. • B. All excavations sikall be backfilled and covered with earth or paving as found in the respective areas. Areas requiring paving shall be covered with material approved for the purpose by the Engineer, and shall be similar and equal to that existing in the area. Paving finish shall be the same as found in that area. All paving shall be to the satisfaction of the Engineer. 10. TESTING AID ADJUSTING The Contractor shall furnish all labor, materials, instruments and tools to make all connections for testing, as may be required. 11. FINAL, OPOIATIONS After acceptance of the installation, the Contractor shall place competent nen in charge who shall operate the equipment instructing the Ouner's operators in all details of operation and maintenance for a period of three working days at a time requested by the Owner. 12. RECORD DFIAIVINGS A. The Contractor shall provide and keep up to date a complete record set of blueline prints which shall be corrected daily and shall show Electrical 3 every change from the original contract drawings. Prints for this purpose may be obtained from the Engineer at cost. This set of prints shall be kept on the job site and shall be used only as a record set. B. The preceding paragraph shall not be construed as authorization for the Contractor to make changes in the layout without definite instructions in each case. C. After completion of the work this set of blueline prints, clearly marked, shall be delivered to the Engineer. 6 13. GUARAMMS As a condition precedent to the issuing of the final certificate for the completion of payments, the Contractor shall deliver to the Engineer a written guarantee to the effect that all parts of the work including all individual items of equipment and materials, and the systems as a whole, shall be free from defects for a period of one year after acceptance of the work. Upon proper notice, the Contractor shall make good, at his own expense, any defects which develop or become apparent during this period. 14. 00,NMEMON OF ,SMC IANICAL MUIPPUM JW FIXED APPLIANCES A. The electrical connections of all ventilating, plumbing, and kitchen equilxilent, including the furnishing and installing the line voltage wiring, boxes, fittings, and disconnect switches, is included as a . part of this section of the Specifications. All circuits to and connection of such equipment is included as a part of these Electrical Specifications. 15. NMT- LATES AND SCHMULTS A. Nameplates shall be made of 1/16 inch thick engraving laininated plastic with 1/4 inch letters machine engraved through black facing to white core. Provide nameplates for panelboard and apparatus used for control of electrical equipment. B. Provide typed schedule for each panelbolu•d and insert in neat metal frwaa in cabinet. Indicate circuit number, equipment connected, and where located. 16. G3QUNDING A. All electrical equipment shall be grounded in accordance with the National Electrical Code and all local codes and requirements. B. Grounding at pull boxes shall be made through grounding type bushings. C. Provide green 'IV copper ground wire fran ground bus in service equip- ient to groulid bar in all panels and ground connections for all kitchen equipment. Sizes per code. • Electrical D. Include green TVI copper ground wire in all conduits from each panel- board ground bar to receptacle and equipment ground lugs. Sizes per code. E. Each circuit requiring ground fault protection shall be connected to a ground fault interruping circuit breaker using a separate neutral conductor from neutral bar through breaker to load. 17. MATERIALS All material shall be new, of the best quality; and where applicable, shall be approved by the Underwriters' Laboratories. A. Rigid Metallic Conduit: Galvanized rigid steel. General Electric TI-Militel; National, or Triangle. B. Electrical Metallic Tubing: Electro-galvanized welded steel tubing, with interior coat of clear lacquer, General Electric Mr, National; or Triangle. C. Flexible Steel Conduit: Electro-galvanized steel, continuous strip interlocking spiral jacket, General Electric, Nationa, or Triangle. D. Watertight Flexible Steel Conduit: "Sealtite" with neoprene jacket, American Brass Company, Appleton 11ST11 series connectors. E. Non-,Metallic Conduit: Polyvinyl chloride, rigid, standard pipe size, Krayloy Rigid PVC or Carlon Type 40. F. Fittings: (1) Rigid Conduits - Appleton or Crouse-Hinds steel, or condulets. (2) E.M.T. - Watertight compression type, Appletion, Crouse-Hinds, T & B. Set screw connectors not acceptable. (3) Flexible Conduit - Crouse-Hinds, Appleton, T & B. (4) Watertight Flexible Conduit - Appletion Type "ST". (5) Plastic Conduut - Solvent welded tapered couplings and threaded end connectors. Use Krayloy PVC solvent. Use under slab only. (If used outside of building, must be encased in 3 inch red con- crete.) (6) All steel lock nuts, couplings, elbows, clamps, etc. , shall be galvanized. (7) Flush Floor Couplings - Hubbell #7-1340, Electrical • • • 00,388 t G. Outlet Boxes: Steel City or National and Bell (weatherproof). 1. Outlet Boxes for steel, or non-metallic conduit systems: a. Surface boxes, one piece galvanized pressed steel, 4 inches square, 1j inches deep, minimum. b. Flush boxes for receptacles and switches shall be one piece galvanized pressed steel, 4 inches square, Ij inches deep, minimum with plaster rings. C. Flush boxes for lighting outlets shall be one piece galvanized pressed steel 4 inches octagon, 1� inches deep, minimum. Provide 3/8 inch fixture studs where required. 2. Weatherproof outlet boxes shall be seamless die-cast aluminum with threaded hubs and built-in grounding lug, sizes per code. H. Wire and Cables: Wire and cables shall be brought to the site in unbroken packages and reels, rated for 600 volts and conforming to the following: 1. All conductors shall be copper, #12 AWG minimum. 2. Manufactured by Anaconda, General Cable or Triangle. 3. Type IIIW in feeder sizes #6 and larger. 4. 7Srpe AVA adjacent to heating elements or where temperatures exceed 1000i. 5. Type 71BY in sizes #8 and smaller in wet locations, underground and iii concrete slabs. 6. TSrpe INY in all locations other than specified above where draw- ings call for wires in conduit. 7. All conductors #8 and smaller shall be solid, #6 and larger stranded. 8. Conductors: Color coded as follows: Phase 120/240V systen A Black B Red C Blue Neutral White Electrical 6 t,�Jli I. Wire and Cable Connectors: Thomas and Betts "Lock-Tite" for #6 • A1VG and larger. Scotchlock with insulating cap for #8 AIVG and smaller. J. Splice Insuul.ation: Scotch #33+ (0-220or) electrical tape with vinyl plastic backing, or rubber tape with protective friction tape. K. Wiring Devices: 1. Switches shall be totally enclosed, quiet type rated 15 amp, 277 volts, specification grade. Hubbell, Arrow-Hart and Hegeman. Hubbell numbers listed below: Single pole #1221-I Double pole #1222-I Three Way #1223-I 2. Receptacles shall be rated 15 amp, 125 volts specification grade. Hubbell, Arrow-Hart and Hegeman. Hubbell number listed below: Duplex receptacle 3 wire, grounded #5262 L. Device Plates: 1. Device plates for switches, receptacles, telephone outlets, thermal overload switches and blank outlets shall be stain- less steel single or gang type as required. Manufacturer shall be same as that of device. 2. Weatherproof device plates shall be cast metal, with .locking covers, Basketed and have 4 (four) mounting screws. M. Lighting Fixtures and Lamps: 1. Fi-xturesshall be complete with fittings, stems, hangers and coinponent parts to make complete installation including la,q)s of type and wattage called for. Incandescent fixtures shall have porcelain sockets. 2. All fixtures are specified on drawings. 3. Fluorescent Ballasts: LTL, CBM approved, U.L. labeled, "A" sound rated, high power factor type «zth automatic internal thermal protector equal to G.E. Class P bonus line dual protection ballast. Equals: Jefferson or Universal. 4. Morcury Ballasts: ANSI approved, U.L. labeled, high power factor, constant wattage type providing regulation for primary voltage variations of up tot 130. ror voltages, wattages, ambient temperatures and enclosures, see dra«zngs. All ballasts shall be equal to Jefferson. • Electrical 7 5. Finish: Baked white enamel except as noted. • N. Panelboards: 1. Panelboards shall be Westinghouse, GTE Sylvania, General Electric or Square D. , flush or surface as noted with busing and circuit breakers as noted on the Panel Schedules. Neutral bars shall be equipped with lugs for all branch circuits and shall be insulated from the cabinets. Provide cropper ground bar with lugs for connection of ground wires. 2. Cabinets shall be code gauge galvanized steel with one-piece stretcher-leveled steel trims of not less than #12 gauge. Trims sha11 be equipped with flush doors with combination latch and lock and two keys. All locks shall be keyed alike. 6" x S" metal directory frames with glass covered directory with typed listing of circuit loads shall be mounted inside the doors. Spaces on panelboards to be labelled to indicate type of breaker in accordance with Panel Schedules. 3. Circuit breakers shall be Class 1 molded case, bolt-on therntiil tS,pe wounted on formed steel panels, and individually lockable in the "OFF" position by means of padlock, minimum 10,000 amps interrupting capacity. 4. Trims shall be bonderized after fabrication and finished with two coats of ANSI #61 gray lacquer. • 5. BULsing shall be copper, sized for a current density of 1,000 amp per square inch. Color code mains and each- breaker terminal. 0. 'Telephone Raceway System: 1. Concealed raceway, size as noted on drawings. 2. Wall outlets: 4-11/16 inch boxes complete with plaster rings and 1 inch bushed hole cover plate. 18. INSTALLATION OF MAIT,RIALS AND DQUIPA= A. Raccwvav or Conduit: Conduits shall be installed and supported in a rigid and satisfactory manner generally concealed within the stnicture or below floor or grade unless otherwise indicated. Wires and cables shall be installed in electrical metallic tubing with these exceptions: 1. Rigid steel conduit shall be used in the following; locations: a. From panelboards, service equipment and utility pole to a distance of 24 inches below grade. • Electrical 8 b. In locations vulnerable to mechanical damage. C. In other locations indicated or required by code. d. Rigid steel conduit installed below grade shall be P.V.C. jacketed or taped with a continuous half-lapped layer of Scotch #50 electrical tape completely protecting conduit and fittings from contact with earth. Extend jacket or wrapping a minimum of six inches above floor or grade. 2. All racetivays shall be securely fastened to the cabinets, pull- boxes, terminals, etc. , with two locknuts, or other approved fittings, and the ends shall be equipped with insulating bushings. U- Sr fittings shall have insulating bushings as part of the fittings, 3. All underground conduits shall be one of the following: a. Rigid P.V.C. Schedule 40. b. Carlon Type Z3 or approved equal encased in rnininm 3 inches concrete encasement; or C. Non-4netallic conduit approved for direct burial by each of the following: (1) Underwriters' Laboratories (2) Utility Companies; and (3) Local Authorities, 4. All underground conduits shall be installed a minimum of 30 inches below grade. 5. Conduit systein shall be electrically continuous with all boxes and condulets readily accessible. 6. Openings around conduits penetrating walls or floors shall be sealed and finished to match adjacent surfaces, 7. Where spaces are provided for conduits: Keep conduit runs within the limits indicated on plans. S. Flexible metal conduit shall be installed for motor, equil-ment and fixture connections as indicated and required. Install conduit with sufficient slack to avoid strain on fittings. Flexible conduit in wet locations shall be watertight. Electrical 0 9. All empty raceways shall contain #14 pull wire. 10. Rigid PVC Schedule 40 may be used as follows where approved by local authorities and utility companies: a. In concrete slabs. b. Bleow concrete slabs. C. For telephone raceways. • B. Outlet Boxes: Outlet boxes shall be installed and supported in a rigid and satisfactory manner with the use of prefabricated box brackets, "Steel City", or equal. 1. Boxes for the support of ceiling fixtures or wall brackets shall have a galvanized 3/8 inch stud. 2. Plaster rings shall be installed on all concealed boxes. Rings shall be of proper depth to suit the all finish, not more than 1/8 inch from finish wall surface. 3. Lion switch boxes shall be installed on the latch side of the door frame. 4. Boxes for receptacles, telephone outlets, etc. , shall be in- stalled hroizontally. 5. Mount all boxes on solid wood blocking. C. Wires and Cables: 1. All wires and cables shall be hand-pulled with the exception of cables of size #1 AWG and larger. Miere mechanical means are used to pull cables #1 and larger, a pulling lubricant shall be used. 2. Conductors shall not be installed in raceways until all boxes and mechanical work is complete. D. Lighting Fixtures: 1. Fixtures, in general, shall be supported by means of heavy formed steel straps attached to the outlet boxes, attached by ►mans of threaded stem with lock nuts or by means of machine screw to the formed strap. 2. Frams for Recessed Fixtures: Ubere recessed fixtures are mounted against ceiling on which gypsum board is applied, the fixture -supplier shall provide extension fratw:_s for mounting the fixtures, depth of such frames to be suitable for the full thickness of the ceiling. Support all lighting fixtures on 0 solid i%ood blocking with screws. Electrical 10 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the natter of Presentation ) Relating to Transfer Amendment ) RESOLUTION NO. 78/376 to the Federal Budget for ) Fiscal Year 1979 . ) WHEREAS the Board on April 18 , 1978 having granted the request of the Mt. Diablo Peace Center that it be allowed to make a presentation to the Board on a proposed Transfer Amendment to the federal budget for fiscal year 1979 ; and WHEREAS Ms . Dorothy M. Headley of the Mt. Diablo Peace Center having this day appeared and urged the Board to adopt a resolution calling upon Congress and the Administration to redress the imbalance of budgets between the military and social defenses of the country; and WHEREAS Mr. Karl A. Grossenbacher, representing the Gray Panthers (West County) , having urged the Board to support said proposed Transfer Amendment; and WHEREAS Board members having discussed the matter and having indicated their agreement with the need for improved human services , but having noted that the County government isnot in , a position to evaluate national security requirements ; NOW, THEREFORE, BE IT RESOLVED that this Board urges that additional monies be made available in the federal budget for important domestic programs from reductions in defense spending where practicable without damaging the defense posture of the United States throughout the world. PASSED by the Board on April 25 , 1978 I HEREBY CERTIFY that the foregoing is a true and correct copy of a resolution adopted by the Board of Supervisors on April 25 , 1978. Witness my hand and the Seal of the Board of Supervisors affixed this 25th day of April, 1978- J. R. OLSSON, CLERK Bylc�? , Deputy Clerk MagSK Crai cc: Ms. D. Headley Mr. K. Grossenbacher Director, Human Resources Agency County Administrator Congressman George Miller Congressman Ronald Dellums Congressman Fortney Stark Senator Alan Cranston Senator S. I. Hayakawa � RESOLUTION NO. 78/376 �� �, IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA As Ex-Officio The Governing Board of The Contra Costa County Fire Protection District In the Matter of Approving Plans and ) Specifications for Classroom Remodel ) at Contra Costa County Fire Protection ) District Fire College, Concord ) RESOLUTION NO. 78/_318 (7100-4698) j WHEREAS the Board of Supervisors as ex officio the governing board of the Contra Costa County Fire Protection District, by action of March 21 , 1878, approved rejection of all bids received for Classroom Remodel at Contra Costa County Fire Protection District Fire College, 2945 Treat Boulevard, Concord, and instructed the Public Works Director to review the rejected bids and make recommendations for further action; and WHEREAS the Public Works Director having reported this day that the plans and specifications have been revised by the Architect, John C. Wilson, to reduce the scope and cost of the project; and a new construction cost esti- mate of $200,000 has been prepared by the Architect; and WHEREAS the general prevailing rates of wages, which shall Be the minimum rates paid on this project, have been approved by this Board; and WHEREAS. the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements -as , a Class lA Categorical Exemption under the county guidelines, and this Board concurs and so finds; and the Director of Planning shall file a Notice of Exemption with the County Clerk. The Board, as ex officio the governing board of the Contra Costa County Fire Protection District, on the recommendation of the Public Works Director, RESOLVES that said plans and specifications are hereby APPROVED. Bids for this work will be received on June 1 , 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 re- quired by law, inviting bids for said work, said Notice to be published in the CONCORD TRANSCRIPT PASSED and ADOPTED by the Board on April 25, 1978. Originated by: Public Works Dept. Buildings and Grounds cc: Public Works Department Agenda Clerk Architectural Division Director of Planning Architect RESOLUTION NO. 781 378 (�4 90 . \.o;Ver .Snt; Page 1 of 2 DIVISION A. NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public '.-forks Director will receive bids for the furnishina of all labor, materials , equipment, transportation and services for: Classroom Remodelinq At Fire College For Contra Costa County Fire Protection District, 2945 Treat Blvd. , Concord, California The estimated construction contract cost (Base Bid) is $20G,000.00 Each bid is to be in accordance t•iith the Draviings and Specifications on file at the Office of' the Clerk of the Board of Supervisors , Room 103 , County Admini- stration Building, Martinez, California. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications may be obtained at Room 112, Courthouse, Martinez at no cost. Return of plans and specification is requested. Documents may be obtained by mail with a written reauests to the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the contract documents should be directej to the Building Design and Construction Section at telephone number (415) 372- 2146. Each bid shall be made on a bid form to be obtained at Room 112 , Cour;.^ouse, Martinez , and must be accompanied by a certified cashier's check or checks , or bid bond in the amount of the ten percent (10`S) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed -;lith the Public Works Director. 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 Contra Costa County. Bid or000sais shall be sealed and shall be submitted to the Public 1,4orks Director, 6th Floor, County Administation Building, 651 Pine Street, Martinez , California 91553, on or before June 1, 1978 at 2 P .M. , and will be opened in public immediately after the time due in the 6th Floor Conference Room, 6th Floor-, Administration Building, Martinez , California and there read and recorded. Any bid proposal received after, the time soecified in the ttotice %.sill be returned unopened. FILED APRa 1978 J. R. O Microfilmed with board order F SUPERVISORS . CLERK 90ARD OF UPERVISORS C i i NOTICE TO CONTRACIMRS (Advertisement) Pace 2 of 2 D TV I S-1 C1 A. NOTICE TO CMTRACI*O°S (ccn4t.*inued) The successful bidder will be required uired to furnish a Labor and I-laterialls Bond in an amount equal to fifty percent (50'1) of the contract price and a Faith- ful Performance Bona in an amount equal to one hundred oercent- of the ccr- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per them wages and rates for legal holidays and overtime %-,,ork in the locality in which this work is to be oerformed for each tyop- of ,'.*-or'4��,an or mechanic required to execute the contract which will be awarded to the succasszul bidder, The prevailing rate of per them wages is on file with the Clerk of the Board of Supervisors. In all projects over S':)O,OrjO, a Contractor shall to recuired to sub-mit for county approval an Affirmative Action Plan (see Division E) . The said Ecard reserves the richt to reject any and all bids or an,/ cor- tion of any bid and/or waive any irreoularity in any bid received !10 bidder -av his bid for a period of thirty days after the date set for opening thereof. BY (ORDER OF THE I.30AR0 Or' SUPEP1,11SORS OF CONTRA COSTA COUNTY By .41n It 11 11 0 J .14. OL"z-rO,',l Cou jvR Cou t v Clerk and Ex-Officio Clerk 0': the Board of Supervisors Contra Costa County, California B CPU�Cy � DATED: - APR 1 5 1978 PUBLICATIM DATES: ILI 009-11 Rev. 11/77 (Bidder) DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 1st day of June, 1978 at 2:00 p.m. , in the Public Works Department, 6th Floor, Administration Building, 651 Pine Street, Martinez, California, 94553. A. 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 _Classroom Remodeling at Fire College for Contra Costa County Fire Protection District, 2945 Treat Blvd. , Concord, Ca. in strict conformity with the Plans, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors , First Floor, Administration Building, Martinez, California 94553, for the following sums; namely: BASE BID: Shall include all of the work for the construction and completion of all (, facilities therein, excluding the work in the following Alternates: For the sum of: Dollars ($ ) ALTERNATE NO. 1 : State the amount to be added to the Base Bid for providing all new cabinet work. This Alternate shall include installation, staining & finishing work, in conformity with the plans and specifications. Add the sum of Dollars ( ) -10- UNIT PRICES: In addition, Bidders shall quote unit prices for possible changes in the work. Unit prices quoted shall include all costs per unit installed including all labor, materials, equipment, profit and overhead, and shall constitute the basis for additions and deductions to the work. In the event any unit prices quoted appear to compare unfavorably with currently established prices for that type of work, the Owner reserves the right to require the quoted prices to be substantiated or adjusted prior to the execution of the contract. ITEM UNIT PRICE 1. Excavation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . cu. yd. 5 2. Reinforcing steel in place, in foundations or slabs . . . . .per lb. $ 3. Concrete, in place, foundations . . . . . . . . . . . . . . . . . . . . . . . . . cu. yd. $ 4. Concrete flatwork, exterior, finish as specified . . . . . . . . sq. yd. $ 5. Rock fill , in place, 4" thick under slabs cu. yd. $ 6. Cement Asbestos Panels on walls sq. ft. $ 7. Stucco, on exterior walls sq. yd. $ B. 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 stipu- lated time, then he shall be liable to the Owner in the amount of ONE HUNDRED DOLLARS 5100.00) per calendar day for each day said work remains uncompleted eyond 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. C. It is understood that this bid is based upon completion of the work within 250 calendar days from and after the date of commencement. D. The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local con- ditions 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 omis- sions on the part of the undersigned in making up this bid. UiXM 11 (:) Tile under i,;:acd herby cer.._ics -hat chis ":-I is genuine anal not she... or toll-sive, or :wade in tna or in benalf of any Pl2rson not herein na...!d, and '_!i.ic :ht! undersi5ned has noc 'Ilrectly induced or solicited .tny 1,incr bWoer :o put in .a sham bid, cr any 'other person, cerporaeion co rafrain frcm bidding, and chat the ur.dersi,,ned has not in any :Wanner; sought by collusion co secure for hia- self an advantage over any ocher bidder. (G) Attached is a list of the names and locations of the place of business of the suoccncraccors. (H) Attached is bid security as required in the Notice cc Contractors. C Cash O 3idder5 3ond C Cashiers Check C Ccrciticd Check (I) The followin5 addenda are hereby acknowledged as being in- cluded in the bid: Addendum 0 dated 1 Addendu•W 4 dated Addendum 4 dated Fir-i 3y Title Address Fhone Licensed in accordance with an acc prcvidin^ or the rc,'istra- ticn of Ccncraccors, ClassL_'icacion and Licens-: ;lo. Daced this day of l9 Rev.. 5/70 -lam r ?� _ r...;.d LISA (;tis required by Di .s:on 3 S•-.._:.on ?ararlph (- j (SL:hs: :ut:.on of �i: �d subc�.._ractor�. S__ Divis.on Section b, Paragraph E.) . Portion of Svor'R :Sa-e Puce of Siddars 1 t i I i i I I I i l ' I i I t I f I I I � I 1 i I I I -i3 r ,r DIVISION C. —PROPOSAL (raid Form) Continued II. Arrirm�tive ,trtion. Cr�rr..l.ficnkic.^. 3—;r*dc-CI Co.r+t• ':.cr: :ar., A hidd.,.er .ri .:p no be eL giblc for a�;.�r of a Conr,ru un. ,;;,i f a unless Y` t d c: ^cr o Invitation, or ;ids `1 such bidder hz s" submitted as a part of it:, bid the follCAng certification, which will be deemed a part of the resulting contract: DIDDIEMS CZ,R IFICA,'!Ojf certifies that: • (Biddar), 1. it intends to employ the following listed construction trades in its .+obk under the contract and 2. (a) as to those trades set forth in the preceding paragraph one hereof, for which it is eligible under Part i of there Lid Conditions for participation in the Ccntra Costa Plan, it :•rill comply with the Contra Costa Plan on this and all future construction work in Contra Costa Cowntf i4V'h n the scope of coverage of that Plan, those trades being:. and/or (b) az to those trades for which it is rccuired by these 8:d Conditions to comply; ;iith Part II of these Did Ccnditions, it adopts the min'_mum minority manpower u.ilivaticn goals and the, srecifice affix+coati�e action steps contained in said Part II, on this and all future construction work in Contra Costa County subject to these Did Conditions, those trades being: anc 3. it All obtain from each of its cubcontractors and submit to the con— tracting or ad-ministcring agency prior to the atrard of any su:;contract under this contract the oubcontrcctor•ccrtification required by thsse Did Conditions. (!;it;nature of aucnoriocu repro ent.at.Lve of bidaer) x tt F ;�y t r ",xt` g ,��,,;;si22N,p_y' t ," °y#, ik t b'gM,}Y)f*' '"1' r" 1 y,tS� ,�; t ,D:. 1t 4Z%5'���Y✓ i`` l W Yv. S $nt f* \ i :j t .}-q.• � ..Sy ��4�� 4l AY'+f{..:. .t , :.,:.e. .I t` ei.;• x t: t l OLASSI�OOl�l.°RBlEObBLIHG AT FrltB COLLB�$ 'FOR :CON 'RA COSTA :CONY PiAE. STRICT r` ie 4 t �.4 5� J #S �IMMUNQAR r , tonal 1: 4, r .. 4. , t � 1: 11EYtSEO' t4 Apii MicrofJim,�u w�t}i baarcl ,or J Jae s' C a „ Eflw' r f r rs t _¢J ��' �� ������f��� T�'•T��3���_lr����`� 14 � } it ✓:F S. !f� d + ,F �F ,3 5�"�9��'� - } ;.t r� � � .r:.. 5si... i1 4�.,.z`-a v.i_' »,2� G S:1a�� �.Pti•-"Y rL� � ,4'�sr i.Y..., • SPECIFICATIONS for CLASSROOM REMODELING AT FIRE COLLEGE for CONTRA COSTA COUNTY FIRE DISTRICT 2945 Treat Blvd. , Concord, California • Prepared for: Public Works Department Contra Costa County Martinez, California John Charles Wilson, Architect 3735'San Pablo Dam Road, E1 Sobrante, Ca. H. H. Wang, Structural Engineer Kenneth Hill , Mechanical Engineer Juan Jose, Electrical Engineer 1 January 1978 Revised 24 April 1978 i SPECIFICATION INDEX DIVISION A. NOTICE TO CONTRACTORS DIVISION B. INSTRUCTIONS TO BIDDERS Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of Work Section 4 Bidding Documents Section 5 Submission of Proposals Section 6 Withdrawal of Proposals Section 7 Public Opening of Proposals Section 8 Irregular Proposals Section 9 Competitive Bidding Section 10 Award of Contract Section 11 Special Requirements Section 12 Execution of Contract Section 13 Failure to Execute Contract DIVISION C. PROPOSAL (BID FORM) DIVISION D. ARTICLES OF AGREEMENT DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY _ DIVISION F. GENERAL CONDITIONS Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section 5 Bond and Insurance Section 6 Subcontracting Section 7 Time of Work and Damages Section 8 Progress Schedule Section 9 Temporary Utilities and Facilities 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 Documents Section 16 Clarifications and Additional Instruction Section 17 Product b 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 to Claims Section 28 Guarantees � 1 STANDARD GUARANTEE FORM FORM STATEMENT TO ACCOMPANY FINAL PAYMENT DIVISION G. SPECIAL CONDITIONS AND SUPPLEMENTARY GENERAL CONDITIONS DIVISION H. SCHEDULE OF DRAWINGS TECHNICAL SPECIFICATIONS Total Pages DIVISION 1. GENERAL REQUIREMENTS Section 1A Standard Requirements 5 Section 1B Procedures 2 Section 1C Scope of Work and Construction Schedule 1 Section 1D Temporary Facilities 1 DIVISION 2. SITE WORK Section 2A Site Preparation 1 Section 2B Earthwork 3 Section 2C Planting - none Section 2D Irrigation - none Section 2E Asphalt Concrete Paving - none Section 2F Landscape Concrete 3 Section 2G Fencing - none Section 2H Demolition 3 DIVISION 3. CONCRETE Section 3A Concrete Formwork 3 Section 3B Reinforcing Steel 2 Section'3C Concrete 4 DIVISION 4. MASONRY (none) DIVISION 5. METALS Section 5A Structural and Miscellaneous Metals 1 DIVISION 6. CARPENTRY Section 6A Rough Carpentry 5 Section 6B Finish Carpentry & Millwork 5, DIVISION 7. MOISTURE PROTECTION Section 7A Built-up Roofing 4 Section 7B Sheetmetal 3 Section 7C Omitted Section 7D Building Insulation 1 Section 7E Sealants 2 -Z- 60 TO DIVISION 8. DOORS, WINDOWS & GLASS Section 8A Aluminum Doors, Frames & Windows 3 Section 8B fetal Doors & Frames 3 Section 8C Wood Doors 2 Section 8D Finish Hardware 5 Section BE Glass & Glazing 3 DIVISION 9. FINISHES Section 9A Lathing & Plastering 3 Section 9B Cement Asbestos Board 2 Section 9C Gypsum Board 3 Section 9D Painting 7 Section 9E Resilient Flooring 2 DIVISION 10 SPECIALTIES Section 10A Toilet Compartments 2 Section 10B Building Specialties 2 DIVISION 11 OMITTED DIVISION 12 FURNISHINGS Section 12A Carpeting 2 DIVISION 13 OMITTED DIVISION 14 OMITTED DIVISION 15 MECHANICAL Section 15A Plumbing 13 Section 15B Heating, Ventilating and Air Conditioning 9 Section 15C Testing & Balancing - none DIVISION 16 ELECTRICAL Section 16 Electrical 12 -2A- 00407 , V �U-f I isrll.I (Advertisement) Page I of 2 DIVISION A. NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public ',-forks Director will receive bids for the furnishing of all labor, materials , equipment, transportation and services for: Classroom Remodelinq At Fire College For Contra Costa County Fire Protection District, 2945 Treat Blvd. , Concord, California The estimated construction contract cost (Base Bid) is $200,000.00 Each bid is to be in accordance with the Drawings and Specifications on file at the Office of' the Clerk of the Board of Supervisors, Room 103, County Admini- stration Building, Martinez, California. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications may be obtained at Room 112, Courthouse, Martinez at no cost. Return of plans and specification is requested. Documents may be obtained by mail with a written requests to the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the contract documents should' G-e directed to the Building Design and Construction Section at telephone number (415) 372- 2146. Each bid shall be made on a bid form to be obtained at Room 112, Courthouse, Martinez, and must be accompanied by a certified cashier's check or checks , or bid bond in the amount of the ten percent (10',J) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Public Works Director. The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the biddev, and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid oroposals shall be sealed and shall be submitted to the Public Works Director, 6th Floor, County Admin'istation Building, 651 Pine Street, Martinez, California 94553, on or before June 1, 1978 at 2 P.M. , and will be opened in public immediately—after the time due in the 6th Floor Conference Room, 6th Floor, Administration Building, Martinez, California and there read and recorded. Any bid proposal received after* the time soecifiod in the Notice will be returned unopened. ON -3- 0 "NOTICE TO CO"!TRACTORS (Advertisement) Page 2 of 2 DIVISION A. NOTICE TO CCINTRACTORS (continued) The successful bidder will be required to furnish a Labor and Paterials Bond in an amount equal to fifty percent (50Z) of the contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent (100°x) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic 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. In all projects over 550,000, a Contractor shall be required to submit for county approval an Affirmative Action Plan (see Division E) . The said Board reserves the right to reject any and all bids or any oor- tion of any bid and/or waive any irreaularity in any bid received, No bidder tray 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 or the Board of Supervisors Contra Costa County, California By Deputy DATED: . PUBLICATION DATES: Rev. 11/77 -4- DIVISION B. INSTRUCTION TO BIDDERS The bidder shall carefully examine the instructions con- tained herein and satisfy himself as to the conditions with which • he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. F SECTION 1. COMPETENCE OF BIDDERS: (a) License: No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer Indicated. SECTION 2. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit, if called for in the "Notice to Contractor", page 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee, if called for in the "Notice to Contractor", page 3, is a non-refundable payment to defray a portion of the print- ing and handIT g costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) COUTRACTGR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the pians and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furn- ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material which has been actually encountered by it in its investigation, and Is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever In respect to the sufficiency, or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpre- tation therefor. S_ Rev. 5176 0� 1 INSTRUCTION TO BIDDERS (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 unlocked for developments may not occur. Making such informa- tion available to bidders is not to be construed in an yy way as a waiver of the provisions.of this article concerning the Con- , tractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cuationed that such utilities may include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity therenf the special precautions to be observed at his owncost shall aiso include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- `• tion so as not to damage the ducts or cables, nor cause injury to persons, and suitable warning signs, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division E of these specifications. (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 request for a clari- fication which will be given in the form of addenda to all bid- ders if time permits. Otherwise, in figuring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Section 15 of Divis:-%. ° :)f these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section C of this Specification) , with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The com- pleted form should be without inter lineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. i,'75 -6- 00411 SECTION 4. BIDDING DOCUMENTS (continued) (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be consid- ered, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. (c) List of Pro osed Subcontractors: Each proposal shall have listed-'cliere�n t e name and a rens of each subcon- tractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of } of I percent of his total bid, in accordance with Chapter Z, Division 5, Title 1, of the Government Code. See Section 1 of Division E of these specifications for further reference to subcontractors. (d) Bidder's Security : All. bids shall have enclosed cash, a cashier's c ec , certit ed check or a bidder's bond, as eses'cril;e below, executed as surety by a corporation aur orized to issue surety bonds in the State of California, made payable to "Contra Costa County", in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. ECS TION 5. SUBMISSION OF PROPOSALS: Proposals shall be s,sbmitted to the Clerk of the Board of is Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECT _iON6_. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any tune 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. An oral, tele ra hic, or teleohonic _reanes�t to withdraw a bid prr osaa Ts not acct tab e. The withdrawal at a bids a not pre u7 dice the right of a i or 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. Rev. 5/76 .7- 00112 .T ON-7. PUBLIC OPENING OF PROPOSALS Proposals will be publicly opened and read at the time and place indicated In the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alter- ation of form, additions not ca led for, conditional ids, in- complete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initiated. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way Indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual, firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be refected. A party who has quoted prices on materials or work to a gidder is not thereb 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 agree- ment fixing the prices to be bid so as to control or affect the awarding of this contract is In violation of the competitive bidding , requirements of the State law and may render void any contract let under such circumstances. SECTION 10 AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- ial provisions of the contract, all of which are detailed in the General CGnditions (Division E) or other documents Included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5/76 -8- SECTION 12. EXECUTION OF CONTRACT: The contract (example in Section D) shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Satur- days, 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 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 accept- able 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 forfeit- ure of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the seconli lowest responsible bidder. If the second lowest respon- sible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the -allure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. �. The work may then be readvertised or may be constrl.cted by day labor as provided by State law. Rev. 5/76 -9 _ 0 (Bidder) DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 1st day of June, 1978 at 2:00 p.m. , in the Public Works Department, 6th Floor, Administration Building, 651 Pine Street, Martinez, California, 94553. A. 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 Classroom Remodeling at Fire College for Contra Costa County Fire Protection District, 2945 Treat Blvd., Concord, Ca. in strict conformity with the Plans, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums; namely: BASE BID: • Shall include all of the work for the construction and completion of all facilities therein, excluding the work in the following Alternates: For the sum of: Dollars ($ ) ALTERNATE NO. 1: State the amount to be added to the Base Bid for providing all new cabinet work. This Alternate shall include installation, staining & finishing work, in conformity with the plans and specifications. Add the sum of Dollars ($ ) i 0 0 41 -10- ;: UNIT PRICES: In addition, Bidders shall quote unit prices for possible changes in the work. Unit prices quoted shall include all costs per unit installed including all labor, materials, equipment, profit and overhead, and shall constitute the basis for additions and deductions to the work. In the event any unit prices quoted appear to compare unfavorably with currently established prices for that type of work, the Owner reserves the right to require the quoted prices to be substantiated or adjusted prior to the execution of the contract. ITEM UNIT PRICE 2. Excavation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . cu. yd. $ 2. Reinforcing steel in place, in foundations or slabs . . . . .per lb. $ 3. Concrete, in place, foundations . . . . . . . . . . . . . . . . . . . . . . . . . cu. yd. $ 4. Concrete flatwork, exterior, finish as specified . . . . . . . . sq. yd. $ 5. Rock fill , in place, 4" thick under slabs . . . . . . . . . . . . . .. cu. yd. $ 6. Cement Asbestos Panels on walls . . . . . . . . . . . . . . . . . . . . .. . .. sq. ft. $ 7. Stucco, on exterior walls . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . sq. yd. $ B. 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 stipu- lated time, then he shall be liable to the Owner in the amount of ONE HUNDRED DOLLARS ($100.00) per calendar day for each day said work remains uncompleted beyond the time e 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. C. It is understood that this bid is based upon completion of the work within 250 calendar days from and after the date of commencement. D. The undersigned has examined the location of the proposed work and is familiar with -the plans, specifications and other contract documents and the local con- ditions 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 omis- sions on the part of the undersigned in making up this bid. 12 DjViSiON r, i RC( 05AL (Riri_ Fr-r-0 cnttti^::ed (F) The undarsiened hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any Jerson noc herein named, and Oat the undersigned has noc directly induced or solicited .any ogler bidder to puc in a sham bid, or any other person, __r-:, o corporation co refrain from bidding, and that the undersigned has not in any manner; sought by collusion to secure for him- self an advantage over any ocher bidder. (C) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. o Cash Bidders Bond C Cashiers Check =Certified Check • (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum Ii dated Addendum +t _ dated Addendum 0 dated Firm By Title Address Phone Licensed in accordance with an act providing, for the rebiscra- tion oc Contractors, Classification and License No. Dacad this day of 19 Rev.. 5/)b -12- -� 0 � cul i DIt:L�tC:l C pRt)FOSA !SID F07,:1 :nncinu�+' LIS: (hs required by Division S. Section 1+, Parscraph (c)) (Subscicucion of Listed subcontractors: See Division Section 6, Paragraph E.) . Portion of Horse ! Name Piace of Bidders L 1 i r { 3 i I 1 i � I I 4 i DIVISIO1i C. FRCPOGAL (Lid Form ) Continued 40 I. C::it'!'IFICATION CP COM LI,iNE ;; HIT' L;:(CCUTrvS oj*ZDuR 11'.' o AS ..,r, , (Each ad.ministerin:; aGency will require the Idll�ll$FC as a �ordition of `� =nC1'1alCn or the folio i9Ill5 invol.in? Peds i• ani ;,rant, contract, loan, insurance, or guarantee raly lassisted construction.) , "AM ::iR%X C'R, OR JULCOf.TP.ACTG:: a ,a?,BY -r THAT IT .TILL :JLL'I CCI:P %' CIf'•=JETLS L� :ITH r�:wCUiPlr; 0%:J R 1121:6, AS A►%if'7ED BY EXECUTIVE ORJSR 11375, AN T1 ft EQWL OPFCRTUi;IT'L CLAU-E A:I10 PULES AND R23ULATIONS ISSIfEO Tiri;R:.C�i1!)c,R ;tiHICH r►.a:s BY PCIRAM LY R;FERL:i:Cir Av AI'i'£OPRI,'f L. •� ^ �iiEP is:COR— T Il(u COUTILiCtOR COi•:►•iITS MOELi TO uCi{ CCi:rLIai.Ci; BY SUL't:ITiii:G A PROPERLY SIG;E0 ETD OR OFFER 01 13Y SIGiiING OR OTs'iERSIIS� ACCEP':Ii:G A CONTWiCT 021 SUuCO:iaRACT17 . Signature ofau" orizeu :ePresentacive of binder � 1g �`i x ' •.�` r 7. ' r. rt. r yx'1 r. '+ tr � r�_�t'4� -,i � �" 1 4E I �. c.y St} i:,Y ra 5' <�,,. . r yt 7f„. 4t r �St i t t,.-. 1 a ,�6 :-f * S' Y r DIVISIOiJ C. —PROPOSAL (Bid form) Continued II. Affirm.itivn ,l*tion. Crrk..i.1'ic �tic*�. A. Bicici^r ,' t;c�rt.i '»cr.',ion. k bidder ,ri not be eLigibic for award of a contract, and^r thio Invitation for Bids unless such bidder hos' submitted as a part of iL;, bid the following certification, which Ytiil be deemed a part- of the resulting contract: BIDDERS CERTIFICATION certifies than: (Bidder). 1. it intends to employ the following listed construction trades in its :.of is under the contract and 2. (a) as to those trades set forth in the precedin; paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: ancl/or (b) az to those trades for which it is required by these cid Conditions to comps;, ...ith Part II of these Did Conditions, it adopts the minimum ,minority manpower utilization j;oals and the specifice affirmative action steps contained in said Part II, on this and all future construction work in Contra Costa County subject to these Bid Conditions, those trades being: : and 3. it will obtain from each of its subcontractors and submit to the con— tracting, or administcrin¢ agency prior to the award of any subcontract under this contract the subcontrcctor certification required by these Bid Conditions. bit nature of autitorizcu reprc,entative of bidder) uJV�ISZUtt C. — PRUFOJi .L kbid Form) Continued Y ti it,Jte of C,dtlotnta . I It.,nrsnatta,s Agency DEPARTMENT OF PARKS AND RECnEATION CERTIFICATION A'ITH REGARD TO THE FILING OF REQUIRED REPORTS lIN PREVIOUS CONTRACTS OR SUBCONTRACTS The hidder , pronose(f subcontract:ir , hereby certif:i:, trial he has ,has not ,participated in a previous contract or subcontract suhiecl to the equal opportunity clause, as re(tulred by Executive Orders 10925, 11114, or 11246, and that tic has has not fifer)vtiltl the Joint Res.-orurlg Committee, the Director of'the Office of Federal Contract Compliance, a Fcaeral Government contracting or administernul agency, or the former President's Committee on Equal Etnl)loyment Opportunity. at}reports(!ue ululer the apllticable tilatq rcnuirements. l 1Corrpanvi 3v (True) C K Date: r NOTE: The above ccrttiraCtrnl is wiluuell by till, Ctjuall Employnivot Opportutiity Reilu)nuons of the Secretary of Labor (41 CF11 (30 1.100 (1)), all([must br '.uhrlutted by Int.1d els.tilt! lrullo:ed suhcontractoi s only in cuilnrrturll vtlth Conflicts Jild suhcolitt ants vilnch are Subject it) till.-mitral oplml tuiltty clause. Contracts drat suticonti,icts w1iic)i are rxempt from the elplal nl4un fruity rl.iu.i.-aur set Int Ill til 'i I Cr.If lilt 1.5. (GO-livt,llty Ditty rnritlatrt%of stthcuntlacts of S 10,000 or udder arc I*xrtititt.I ltlitiltlSet lli(nit'i.mitti.ictors dnil !.UI 1lniraLttll%wito have pol llt'lj1.tli'd In a Ilrltvlous rontlaCt or subcolittiet subject to tilt: E,trculive 01tlers.nut Ilove nut flh•tI fill, (l,rpntetl 10•114111%,howio nolo Utat .11 CF 11 GO.1,7(b) 11) pltrvent', the award of con. Ir.u:1s.uu! aathtali+ft.u:fs tnl1wt moll t mill at•tul '.nhnllr5.r 4rpnl I t.nw•t mil till' itklintitivot tivi toll or Such other pctlotf specitlt•rf by ifie t),5. Dviinllr.n•111 of fill' 'wt-,wt ill liy tit,-0iii,cini,01tnv ui I r-dwai CunUaict Cullivilance, U.S. Pi-Ox tl"em of Labur. . x`21 UPIZ 540 Mull. 2177) 16 .. .. ,. .. ...+ ,..„i.... l�._• � .e .-.r. M ,-. . ....V... ..Xt..0..wy 4{..T... ."1 hi ..t r,VM,. .. ... . '��al l ll�_�.A.i . e:��.., DIVISION D . ARTICLES OF AGREEMEU (Contract) yt= CC.i.'tC^. (Construction Agrac-ant) (Contra Costa County Standard For-) -S. Shase spaeiai tarns are ince ?crated b01c:: by radararca. (552.3) Parties. (Public Agency) (Contractorl jCcrpiata legal -.i7ct (52) c;;aa:lvs yae.r:' (Sac 14 :!orstart(:; date.) (53) Tnt work: . r (54) Canpt¢sion :":.ae: istri%c out (a) or (b) and "calandar, er "vorri-g'1 (a) By (%.-tel {b) Ui:.ki1 calandar/worki:g dais from starting data. (55) tiglida:td :a.-a;sss 5 per calundar day. i56) Pu!;tic Agency .- Agen:: (57) Con:rao: Price: 5 (for unit -its contraass more or lass, in aecoruanea wi=% ._ata:au .�usn.Litius a - .is aid prices.) (Striko out pa. r..ac�ri.�- 1: inapplieazia.) ' 1 , ' Pu:tso :t_srcv, Byt (President, Chairman Cr Other Ucsignated Aar,-aaantaLire) (Secratary) Con:r.c:or, heraby also ac::nc%:lodgirq awarorasa a: and compliance with Labor,Coda ;1361 eoncornLnq Warke:s' '-aa. Bys (CORkORi:S Dnsignato o:_iclai capacity in =a auainasat Byt „t:ssgnaLu o::i.iai capacicf tau ZUJL:,ass) :Jotr to Can:rco:or" (il 'rt:euxa ovt.ry-..nx ,ori bcLau, and f.J :f a :vrga:a- :ion, aj; 3. iar!on 2, 2!!ec-ive _:a s:.ov ,. ?at_ and a3 3.:z `-__..�i• .. _ _-e t:ae» �.C3c -•f.__-ccs - _ c--a»ar:11 f" _:3: __..s Sac. ;s) __ • nts _ - east *_ .:Q::a, a:... ... a -z:, :_. aat: !-_..::ul c:ft- ata a t-C vc:i: and w:l. 3Crvic-,3 an- _ra 3^C:: .._..., •. • '•• CC-7C,- an: Ann :pa: .:t ?r.. f' ^_• to ...13• S»: _ JCC1:u3ncC timtn. t.1c PL.d:.., sC2 ''3 ..-s,l�.tr+.tt:•"'S ant: 3-@C:ficlt (c). V:-C work ca: ca an..1ACat-* pr:a- written or-a- clianga a-d its cast azrocd to byt.:1 ?S:._39f a-. ., P':s1ia iso^..^.Cf 3,:a:� na'!s: :3':? o pay =ca t. .1^.aS=ac:.L'3C in Sec. iwtt.:out 3*. a:. _...__. -4. '•'T: _T:CC -O PrcC-3D. Cz _actor st;1: star as wcrt: as di:ectad i- _• - - 3geci- .:ca-__.:a Cr ..:a ..ct za to ._oca+sci^ort: 3 nail c.-, :sts i:.as saacifis:l i. L•;"'.R^Y3 7r: �rE3. :f the Cs _Acta: ail to -.•_ C-is ea _tae: s.a :s :c::c w1tr.:n .-n z1:'.4 .., _ Qre!cr. si:_.snc2 aa:-g r..a�a !-.r-ca^:irgencian zs rcv.-4ad •a:o:A he bacc-es lie :a to se P-.=Iic Aga-cy far 1:1. i- 1.033 =d "mage _:a.C.r..s =d cscausa, .. freta the nature o! the case, it is a-d will LQ i�=.Ldc :C1:113 and axtra-.*,*.r uilf_:'1- :o , ascertain and fi:: the P1:?1ic A:c-c,•'s satual -'A::lca !r::: any delay 1- ;.a:.zraa:.zs-:area!, it is •araC.: that Cz-t:ac- :r.- ;av 13 :' .tato= da.^,a=as to ::a Z--=*.--- a.: :ie reascnaa:a sum saac:lizd inSac. 1, _ s res i:t ?! the p3_tias' roa3enaz:a ast:zs:: !ai- .:ar3!Cr, f^ aac.". :3- ^:tar •3c;�13 40:21 in 341-4 w?::! ar_d i! the lama zc2 ;A:-, n•s.._rr:.g:-Cy -:y, zdcit its _.radicz' r:cducz the sar..* f- -•Any r._. ay -_ icr bac.• C--s �a nt:a- - _. is __. . ._. •_ '�o ?Cali- .:;a::ei~.ar a::; Susa au_- __tss rib' _zs� -tale,•, 2-- 3::n of vo:: or a::-ars/cz of :•2, its ciu ___ ansl' ba addsd to -a--!:-a a11•.:et f• ec.platl:a, but :: 3h211 ret bo dactad a %ralvaL -or ba :sea -o della: a:y Age-17r• to da.-.ages !c" -Cn-c�"r:C:__.. r -4?:a; .'.nr2u-Ka: iL_ :an t? ::.tar..«s-• cz-4a 3a_. 4213. .-* Can:r-CtcrT3-ail -Ct cc ar3c2sed iia :7atCLt .:a.-a;csY!cr " the Star::♦ wn?n such w21ay »13 :3t150: :y .*-U 21.:::2 ?! 3 7'4j-'!C :st_n-;•, . .-i ZW.-. ?! a - utility to prCv. o __ removal- r.. .. •l:1S ti.:y' lt1 L% aC� _ ds. 6. 'i"•.:_'.^..9 :C':n6%'3. The pla-3, ..:at: as and spec:fico:i:ns or xpsz:al - _.tai--s at :a•r_t� _ ..,a _, a Z-1. �:_ a, s-d Cz..:raz ::'^ ac?zut?u 'a:' !zr _.:3 :.; a:s haze--y inco:;aratcd Snz?^ .:s : .-_ts an1: --ey ata intzn.:." to a-•zpara-a; 3z _.:at a-y- tl:.Ag in --:a para oryura:::-;s ans ::z-. rar.tic-:d :r. Sha s;eci!1:at:•-s. . spoc:3l grav:sians, Cr v:zo v3:3a, is to :* a::*CUzd: as •f a::::bitau. -ant:z-a,: -r sat fort:: in tot::. to tiro cru* maar n z ~: ."arca« ;:c. za;:an 411 diflarc-cos of cp:,1:n ca-cars:Aq ths34 3.-.A.-; :a li-ally do:a %s-sd i:y Agent s=acificd in Sac. :. 7. • •• (a) ' :. 3 s : :: e:• .... ..:era: _ _ «an_ o_ Lissa anu• as ..L. C--M;Gnsat:?n !'•- 3:: ...:3 :,C:i:. .'a 7=11C :.4a.^.c^ shat: ay ;a the su:l S;ec.!:ed in Sao. 1. u::cugt .naz _.. :::1:t pr:ca czntracts ZA-1 ;47-ant 3sa:1 =a fcr finmmea Quant:tias at tut.t bi:l prizas. (b) On or aL•cut the !first uay of each zalsndar «o-t1 the Contract.: seal: sts'•a:• to the ?%:?1ic ;.52.117; a varified a=;sllzat:an -a;r.:nnt, su,-•ic::2a by a s:atL..a- IAC'.....; • all r..atar:els ac:nail;• ::Q-;^a:c2a:ing -a:%L1. the debar _::;.tnai3 t a:acn, and tns ccs- thereof; anerou-cn, oft2: :ac.:-4, via ?c.o11c :.gancy 3:.31 :as_a to Contractor a zerti!.:ata !a: _::Q 2:.oun- .'.2:o:-lrs l to to :ua. =nus 151 •:arae! ;urs.ant to .:ova.-zcnt Coco sec. 537":, -_ r-.cc un- !act.va were. and .:atarla:a AV* zaan rcmoveu, replaced ana -Qdo ,c?u. 8. P411i: -S ;::-vttE:O. (a) :::a 's :.1ic .ean17j 3: its au mt may withhol_ an•r oayne nt, or ucauau o: :azar u1.:.:avaraa ev::.ence nullify a:: or any cert:itsate -'Zr pa"Onz, to 3uca extent and parted of t1l.0 only as -.ay zu necozaa:y to protect t:.Q Public Acancy !:c- loss becauaa of: (1) 'ofeetive work not rcr..a"od. or uncus»plated work, or (2) Cla:r..s filua or reasona:slu tv-*"nce :m icatia.1 pr'sasale 111iAY, ar (3) Fail-.;Ce to properly pay 2t=C0n-ractur3 or !or nat.trial or labar, or (4) 4kcasonaulu uouut t.tat tt:as work can :tQ czr..pla-ntl for t:sa balance thus capalc, or (5) Ca.laaa to a..-oc.%or contractor, or ' (6) Daaago to =a Public Agcacy, otaor tna;1 danagc due to delays. tb) The Public 1Gancy shall use :aasonablQ diligance to aliacover anti rsoart to the Contractor, a. .lea worx prig:aasa3, tau -azer.als and la:.or %+hien are 34t:3factz.^y to it, to is to 4v*1.: :an.acon3ary .. ..'i3 or cost :o the io;,,z,s zar in •a;:n; yzz-4 any dufunt.va wort: or parts. (a:) 45 zaiundar days a!tcr •n a 8_i:z .lyarc•y lilcs its notlzu of czr-p:aticn t! --a unt:ra (raga 2 of 41 (CC-11 :%J. ::-!.Z) i Ji ;' `i � � ! •t'rpp l it ` �YT4• ! r lj ;,i �'.�r,.�nA t�rv. .�{i x� 'r � � ,�,t.. .. .� a r Fs,',.- `i �iF`;. . tj ti� .6 t'• y�; }-z. x:y ,y f n.�} * • '` } ,�;"5 L.� 1 is -r �? i'i w .��iy. •�,ef�Jt (T..t ,.�'Ya rFi-r,7�� �,Me T; ' "7 a t F ;r?. i ,j }'t'..i t lug���t,�i 3 zt F.,. }° 'i�A ��i•�f �'t.=t t s� 1✓i,., p I ,� r�tt �z}� 3� Y#,� -,�r S e ,v i -` � � $x a�.,s;1 tP C R tR..- �! �i �.� '�` s ti k`,4.�4�� g �+. y�y�c"'� ,.+ N?'• :.�kTF.t •�zlK11:...�.°�"t e� {"y' �' �'.�+,��ra«,:.!�?i- .�.,^�,,�` Y. 3. . y stork, it scall :zsua a certificate to the Contractor an u pay the balance o: the czntrac: price sft.or ducuet -g all 3rount3 w:zz.naL snuer ^•is eentrae:, proviced -3 Contra shows ..:at all _:a_»s for la:.or and ...3:_ri--:3 :ava••:x.n ;airs, ne ^'132:.3 .-ave zae n presunted :a .::@ ?ts-l:o Agency hazed on act3 or e:::sa:o::.) of :a^_ an:r3C_J., and no Ilens or w:ttino!d -o:_acs nave peen filau aza-,nz-- _~e ..- .. o: s ant, ':ro•-_c.._ _.-fro are ncz reasonaule _nuicat:ens of defac:i-re or n::._:; war;: o: of Ls:--_acorcuu azt:Cas c: :loris or clai:*s against Contractor. 9. (Cato: Cede ;51360-61) Cn signing this contract, Cor.::aeto: rust ,ive itais�c�;ur.cf (i) a certificate of conso nt to sa_J-irsu:D isaa.tu by t-a ;,trcc:e: of Industrial ,Relaticn5, or (2) a certif:CatC o: :ro:rt:s' Ccr=snsat:Cn i---51r1.^-C2 isaeled by an aL=L-.te:: insurer, or (3) an exact ropy o: tharaof carti.flad :;y :a ^lrszco: or tno insurar. Contractor is asraro of anri ccr..pl:as wi::t Lazar soda Sac. 3713 ace _na WOr<ars' Ccapensat:zn Law. On signing this contract Cent.actcr scall delivar to ?.blit AgCrcy fes app:o: _ good andras!!i1ciant Londa with surest:as, i:: :...cunt(s) szae:f:0d in the cat!ons or spacial+provisions, quarantoeinq :.is fall;:fui pa:fo.:. ncC of _nis eoatact _nd is payr.-anz for all labor and .Tatar-,ass a.irourdsr. 11. z:. _ T: PL'P`OW' If the Cot:-rector n: arg re refuses or naglacts, .:itnout fa_:t o: .:.a r .c Aiu ncy or :za agcnt;s), to a..::ly affictar._ :.iota: �1^ or :a:Aaen to czrcpleto this aq:eenor and .:ort: as prcvlSac -arcs-, for a ;.ar_cd-c! l0 days or r:e sitar written fico ::eroo! b !o ^r._ Public n fern: - •'_r_ ..'j .n a ?u.i L :^,_ ', -tC i..a C A,Dnef »Sy 3: SamO i..-C 3_ t.~a reaaonaulo ex;cn3as tnD-roof fret-. t::D Contract pr-ca. 12. ::S *.P?L':. t)ara:al. Both par:iss raccgn:zo.t::a aaplicaLility of various fada:al, stats ar-u ,zeal lairs arse -Cyulat.c.a, asi:ae:ally t.:a car 1 of Part ' of t.-.0 California Libor oda (bag:..n:n; wit." sae. 17.:-j, and .n e:;:d:::q Saes 1733, 17"•.5, $ 177.7.Y ;q dizcri�inaticn) ant: is fond that t3:_ agrou:rent ecm. can tharewith. The ;.3rties s;aeifl:si_; stiruiate :14t ha :a:avanz p0nslt:•is and luafeitur3s p:ov:uoa is the -'=o: Cassa, aa_aceally in Sacs. 1775-s 121:, ccncorning prova:lino wayca and hours, snail a;ply to chis agreo-ant ss t-`;ougn fully sti?ulatatl haro:n. 13. .7ovorn.:.0nc Ccdd 554100-:113 iia incorporated herein. 13. ::1r: ?J�^L'S. (a) Purzuanc to :.star Codo Sac. l"73, tate Jiraete: of the :scan:.tnt of ncu3tria: :.a.1ticn3 las ascertained tae ;antral p:ov3i:i-s rates of wagas ze:•3ii and ::c / ! t: _V I i iii . i t rf�.� J _o t holiday and o•ra: Ma :o::<, its a loco_-:y n t:.._C n thla :o:k a e =e. e-, each res. ciass.eication, or t;^a o: work«an naaued to a::ecuts this CC.tract, and cssc :aces aro as spec.-ii-id in tha cal: fz: bids for _..:s wort: and are on fila with zna Public lyancy, ane are nercuy ;Crain. (b) :his schedule of wa7ns is aaaed an a wor::lr.7 da*,, of 3 hours un:ass athzr-+:so specificdt and the daily rata :a the hourly :btu cult:^liaa by tate num"ar of nauri Ctn- stitucia; tau ucr}:rag day. Ishan lcza titan tnac n: or of hours a:a wo::Cd, .:e ..ally •raga rate is proper ttana:aly :eauc_u, but tiro hourly rate :cna:ns as statou. (c) The Ccntracter, and all his subcontractors, must pay at least t:tasa rates to all pursona cn this war):, :ttcludinq all t:avoil, suus:stonca, an" fr::7a bon0fit payments prow.mad for by agpi:ca:ila Col.or-!va oarga:anq ag:0cr..ant5. All skil:ar laoor n cc I.se3d above nuac uu palu sir least rhe wa,a scala •2stau1:s.sut; uy collQct.-vc 'Jargain::.g arrua.»ant for suen laLor :n tau locality waora seen wur,. is Lairs parfornad. If it 1.-.,co.-.aa aac.,s- sar/ for tna Ccntacccr or any su"ontractor to et4cloy any porton in a craft. .::ats:fi- eation or type of hors. (except exacntt•ra, au(:ery:sary, aWa:n:3trat:va, e1a::c31 cr nasi-nanual wor$ar5 as such) for wn:Ca no ma—lata ways ra::u La snaC1fl0d. tno Contractor shall :c adiatuly notify t:ta Public Agency wti:i:.) stall prorpcly datora:nes taa pravai:in q wage rata t;ta:ufor are furnish the Contractor with tea nin::luta rata based thereon, wr.:r1 511411 apply fres tau tire of situ initial ar{)loyt.iant of the parson affaetcd and during z.%.a eents,nuanca of sucit crployrant. 15. t:CC;t; 3.^ :aq:it hours of labor :.- ono calendar day constitutes a 10131 Jay's we:.., . -- ..0 «c. :»a:s c:npLc•,•od at an, t.-,.a cn th&z wort. by the Contractor ar by any sub- contractor stall '-a raqul:ud or pu=:.ttau to wer:; lonycr Liaraan except as prov►::0d :n Labor Ccdo Sccs. 1111-1315. Properly indcnturad apprentices may be .:r..ployud on Iiia work :n aCCer-j&%:a ::tit stator Core secs. 1777.5 and 1777.6, !orut-'Jin-i c:acr:n:mat:an. (Page 3 of i) (CC-1: P-ay. 11-751 D-3 ��" ':t,� �.a.t <; e �,��'Fr..r. :#:�,� i is I LN�xw � 4 ,x':�"=y:'F•S. d:,•..' r F w .,,�.'. f�F i;a t'.'' �` ��.n r�sX r;t•j y ' .;,f is S ,. •s t,+u 4'��"`�sz�'s'x"'�,�„ r�,?.•,�f*�,�r'okb+i�.'`�����L4xkV+;ffAt?���i�' _ � ,i���ty'� ��d"+.� ,���J"�+a'.�k��• tb�`�.Mw ,t '�"� �+,�o��.'f. t'r•,� �',� W17. '?1lLif.::;,::C« Cnr :_'^C::IA: .. The Puirlic ,Agency desires to promote the V.-dustrie3 and eucnc:..t of e.a:.bra %.pita CQuntt, anu o Contractor thercfcra arc^izcs to use th..e prott cts, workzcn, laLorars and :echanics or this Counts in evnrt case waste t:.a price, fit-ass and quality are equal. This agreement binds the heirs, iuccossors, as3igns, and ropresen:atiYes or -:c wr:racuor; but he cannot s331s- it in whole or in part, nor any zanies due cr to becd=a due under it, without the pric: written consent of tho PublicAge.-Icy and tat Contractor's surety or suratics, unless they have waivou, notice of assignment. 17. :J 'r!".I:'«: DY Pf'3L.0 TG«::C'!. Insp:ctian of the uorY. a.-.J/or materials, or approval of wore anc:rar :zazarzali it.s;:cctcn, or statersant uy any a!!icar, agent or a-ployee of ::e Public :.gcnct indicating the war): or any par: _herac! cop 31-ca with the raquirc:ton:s ^! this contract, or acceptance of tho wcola or any par: of said work and/or mstoriaLs, s payments therefor, or any coMbina_ion of thaso acts, stall not relieve the Cor.trae-.tr Of his obligation to fulfill this contract as proscribed; nor shall t•*.a Public Agency :.a thereby est*;pod frost bringing any action for da.:,agos or enforcement arising ,rcm tae (ailuro to comply vitas any of tha tans and conditions horoof, 20. HOLD Ift,P_:I-ESS t Z::L«:«:I:1. (a) Contractor pror.isas to and shall hold ha=Lass and ;.ncc=tiry tris-. L•}u tia:si-.:has as defined in this section. (b) The inda.-aitsos bonaritca inn protected by this'prcmisa are the Public .%qa-cy and its alactiva aas-r appointive ;:oarcls, commiisiens, o!ficsrs, agents and employees. (o) Tho lia'.;ilitics protacted against arc any liability at claim for damage cf any kind allegedly su::ozea, incurred or zhreataned because at ac:ions da?£nod halc•.r, i-:l.diag personal ia)ur7, Boat:t, propartt daragu, inverse candomn a:ion, or any :c.:.oirat£cn of -.rase, regardless at wnet t r or not suet claim or da:-.--q2 was un:cresaaable at any :_me before the Public Agency approveu :r'ta i-;.rovenont plan or accowtadche :mprpvar-o.%zs is co»platad, and including tho Warsa Of asci suit(s) or acticntst at law cr aqui:-; c:n-'er-Arg those. (d) The actions causing liabilit, are any act or omission (na;li;ent or non-req:igant) in connection wi:n tau :tatters cover" by t-is cs--.rapt ono attributaala to the contractor, sut,contractor(s), or any officcr(2), agent(a) or employee W of cna or mora or tnem. (a) :ton-Ccnditionst The pros+aa and acrocmant in this section is not co-di-.i:-*'I c� depandcnt on wootnur ar no: any lado:%itoe his pr_paruc+, supplied, or approved any g_a..ta)�...' drawing(s), specifica:icn(s) or s?:epial prev-sicris) in c_n:l3ction with ::tis ::ori, .as insurance or otnor inLJtUti!icaLian c-.'varing any a! :.leda ».a::ir3, or -..tat tato 3llage, damage resulted partly freta any nogli,ent or will!-.l m£sconuuct of any Inuar..nitds. 21. VIC1yx':I I. Contractor shall comply with the p:ovinicns o: Labor Ccda Sac. 4.725, i! appirci.._u, ::y sui'mitting to Puulic :.;tncl a dctailad plan showing the design of sharia;, bracing, slowing, or othar provisions to be mads for worhor protacticn ,ram Cha hazzarz a., caving ground during trench-. excavation. (Page i of 4) (CC-1; rev. 11-16) V. ',+ 3 l Y. z a ` t 3 1 •,n x,.w+.-}f '�t?iyr.•t' {'C'Ir.``r#. 9,k �1 !' 4*, '+, ,'kr .'t' Y ' s >,E-yi ,"'t.." 1 at�b� a."t �F- t '� -"� ��4Ly. 7 t't"t'� •R g "','� � � .♦ 'k'� +S..i , s_.-, - .e.�.�,t'��'jy�.sY �a. � dip-a•,y :�5,.�i f ` ? m'{ � �3�j`.,�5, ,�` �dy �_ .�..�'� r"�"ae✓�; .r.. Mt'*.,.,,n-."e^ .:�L w�bY .r+! +'•i.'!`rrva d. $;' ,,�5�yyj1; 'hit,� a'C°ca '�{ '�' y� yry t� �'L:y 4i ,.�: 5 p�y( �r,1 t.. S'� �,.' n. •.i � F: ��rt;� w6'i trrar=At rs °•F y � '�,�"' �"+8�t ,�y� "�✓^� �� �i^s 'UwL� �_. � �� DIVISION E. EQUAL EMPLOYMENT OPPOR?ltitl7Y1PPrtiIX TIS - (Housing & Community Development Act Guidelines - Appendix III & IV) i .: f 1. General Ras�fli+si.M.I Iles of Contracror3 '' •• . A`. General Oblizatiors ' Contractors biddiug on rcn-exa=pt Federally in,rolved 'cca- st—.Jctioa contracts ihould caresully revia•,i*the general requirz--e nts relative to affix-ativa action and nor.-discrJ.---ination stipulated in the Equal E=plcy-ant Opportunity (E'0) Clause and the Federal EEO gid Conditiczs, :here applicable, which i,comorata the voluntary tzinority utilization , plan (Hc=etosrn Plan) and/or impose minimus minortty 'utilization goals and timetables on contractors. Upon sward of the Federallyinvolved ccn' tr�scticn ccrtracc, the contractor will be bound by, the requir=ents of the '?EO Clause and 1 , applicable Federal EHU Bid Conditions and cust be able to derorst_ata cczpliance wit:: those: requirements, including the desis etion of a hiab� level ccczany official to assure tate rezpcnsibi.lity for the contractor's ` E?0 ?robs_:. B. Not:ficat�:n of Sneci::t Besconsi'ail ties � . Subsequent toaward, but prior to the izitiacioa of coasc.uc- "''' tion oa a covered Federally funded or assisted contract, the prize "tr c' be roc _ ed by he Departzezt co.....a ..cr:end all i:ro:.-a 3ubccrtractors will :=. t of Housing and Urban Development MID) ,, San .:anc:sco Asea Of i_a, which awards or ad::nisters the cortrac_•, of the speci°ic reperti:.g and record kea: epg requIre._nts under the _£Q Clause (-See 6'0-1 ) and Bid Ccndizions. C. Noti!icsticn of Sub ^-tractor• Each prize concracter and subcantractor stall include by reference the EEO Clause and applicable Bid Conditic::s in all ad`•ert:.aezeats or other solic"atiors for bids, and shall include verbatim the EE0 r Clause and app cable Bid Conditions .in all contracts. Each phi:a contractor and subco;:t_actor must provide written notice to each subcontractor of the specific 4eporctng and record keeping require encs =der the EEQ Clause and applicable Bial Conditions. Upon award of a subcontract, each concr Icor shall i.-..edinteli notifl the Fair Housing and Equal Opror:,=ity Civisicr., Sart Francisco Area Off:.ce, . Cepartzant of Housing and Urban Develop- -ant for the Contracting A,c:;cy who in t,--r= will noti:y F'ci & EO Uivision) oz: the ccztract n=be_, the subco:traccor' s na-...ze, dollar ar:ount of contract, est!.-aced start awd cczpletioc dates, and the crazts :.chic:•t will pe for= wore. uzdar the subccntr act. 4*3 n {"�,,i "�',aS� ,fir 7Ata; e t • t r�. r .e •y ;fit Y ,. �9. r .{Z v� ��x�• a�' w s� Y'' ,f�4�C t r 'hd T x s .'k'." 9 s C. t i . , ' d . e d b � r �k 4 ''�. '3 �• i v1 +ts_, r w - ^� ,i < i fi FF,`3 u d �'ra xt, �i� 1 •" i « 1 hr �''��•tf41 �,.ks< y '��•jp 5 ' & ;i. ;��;,.�:. �' a# a •, $r :1` .: j ' � r ��;�aa���5 '�.+ k' 1 yt t tiS4Sc ! w' E �r 4 `a i a � � • ���� =..�µ��4 � ��� �:� ,xr; �SM�.�,`Mi,1 .r� �e5:'R '.'4�'tJi:3i�: E,"cx;`cr. ',tit:k� +�.v:��.t���*St"'�v�.�s':.�,ain, �'��"�.`.wc�s.., q�• �►'' :_ :. �a�{'rk'� sit•. c II. Oblizations Undar redaral E'70'3il Conclit'_cns ' r A. •' :'.omecow",. ?laps ?art I ('Jolu::tar•1) Hemeta::.. ?fans are O!"ce of Federal Contract Com?Harte r • . Pro-_a=9 (O:"CC?) approved vcluntsry ares-wide agreements betwaea the construction i:dustrl and :epresentativas of tna minority cc=trz,ity establishing craft goals and timetables for minorities. The Paan eared ' the signacory par:'_cipating parties in the ?laz are incorporated,'in Part I of the Bid Con•ditic s for the Plan area. Contractors signator/ to and participating in Lepar*sett • of Labor approved Ntmetown Plans and utilizing a local craft u:,-er Partes I of the Bid Conditions are required to comply with the provisiZns of th• Plan and the EE0 Clause. ' Removal of conc_nezcrs to Fart IT_ o: the Bid Conditions and/o: initiation o4 e:iforce:env: *;_cc2edin3s mal be recoW...aad2d :o the WCC. ? Regional C:f_ce by the ,dainisc_a:i•:c C=--ittee for a cont-.actor's failure to meat Hoceto•.,;i Plan recui.ame ncs. Such action may also be imitiacad directly by the OFCC? 3a^,icnal Off'-- for violacica or the E=0 Clause. • B. Kcteto* n ?'_3n ?art T_I• Dt:erdi s (_oosed ?!an) and Sae='al Bid Conditions • Contractors sub'act to Part II of the Bid Conditions (ite?udin3 cc-..t-.act--.r2 par:ic'patin; in the ,olu ntar/ plan but 1stil.z�.�.3 -Craft(s) subject to ?art T_I requiremaats) and those a"ected by Sppend'_:c • A of the Itpcsed Plan, or Special Sia Condit_cns •are requi ad 1.' Catply with the Ez0 Clsuse; 2. Meet he ^_i::mum Stals and timetables for ag,raSace • wor:c:orce utilization spec_:ied in the "Bid Cond,t_:a3 and/or Appendix A in each covered era-4t on all covered _ ..•or.; in the are_ under the Bil Conditions/Appen ix A or • prov_au LOCLI-EENT,Ri EVIL%`• rof goodfaith. effar:a to • '=nler_ent the mis'•-um accepcabla affirmative action proira:.; 3. File monthly a: Es directed'by* the contrac�inS orad r ministering agent;, beginnin3 • i'th the ef:ective date of • the c-nc=act, ar :orce utilization reports (Standard Form ?57) ret' _cti:3 the pr#a toncractor's and each subcor.::actor's ague-ata work.-o:ce in each covered craft t:`.i n the ara_ cove_c^ .i y t hzV ` -_d ," .• -r.s a ' a one ��\,Vim-:% ti=e lisv:i:;3 cv' all :eder_lly-:ended or assisted acn- C:actJ v: thin -ha Bis Cznci ic\ area b• • i .. C 1 J abency, ccnt�acc :nL:,-. e , 1Gcat1;a, doliar •iol=e, percen: c0.?Iat_i, pr:.;e_ced coir'-atitn data, and n listia; ct�all co•:sed : - ata-redersl :;or'.<. Mont h'_y reports, thereafter, s..ould only inC1L•de a listing of' new contracts received and ' C,• r-e^c contracts d•^.G•1•Jl�t�d. S , ,.:E, e`, J F1�'t r' .L ■r�hJ/S//// ♦ ). r ,a,(y,' ��,� k.yt 2 ..i',rf� A � 7'�'4af�� ••'�r�N�i'�j`��'`����i { * T' ti�,.�..,. ' r '�'Q{7�i.xr�.-`crylgc. .:;'L`..5., "�+a�.rr� { sf •17.7+� .'ki..C.,b C ,i ♦ yS1 _ 3 �:i:�,Pr ;.� .• &yy ,-. .. { + �t`4�•,QY'f�'�irlfiSs-tom '�`��. t� a::+-, ..#z .K,,,y � r.L;,*,�•� r .,,-'rn � E;:° r�L,y�1Lt eg.iizl..�•r`..�.j d�a.'.4f. '+'f�i�•,.,. . �r+J�� �•'�`.,u'.�lffiF k%►M4'� �.LarpA:.iaa�,at�.r�.ry4,�� ��•'a�.��•:�r:��' ��4 � �Cf�,,,y�,y .x�� T -� k. Frct:ida access to books, r%c4 ds, and accounts of all- covered construction sitas and docu•ze::tar7 evidence of `"' "•- scod faith a-,crts to the Compliance ACe cy and/or the Office of Fedaral Contract Compliance Programs (O-.-CC?) gor the purpose oc conducting a review. When the Compliance Agency and the OFCC' detar-i:ad that the contractor has consis;.artl7 t:;t the minimum. ut;llzation goals in a . covered cra:.t o-r_r an nt__-" _onst...ci:icn sa3sc;t, r_por__..g requirements will be changed from a mcuchly to a quarterly bas-43. c:oarever, if a contractor fails to meet the cln{l:.u:s uciticaticn goals duri nx any quarter, monthly reporti::, requlru: to:_s will be teinstated. III. EcnFor_ment ' A. Como l{ance •Rev'±aw ; Ccntract^r3 failing tc meet the .min!== uti'_isaticn goo?s speci.-ed in the Bid Conditions, or subject to ouestanding allegations of discrininaticn in violation of the E.E.O. Clause will be subject to a thorough review of their 'i--plementation of the Afflr-ative Action P...J_am _ as specified in the Bid Ccndit1ons and, where required, a thorough review oe their ccmollance with the E.E.O. Clouse. Contractors will-ba suL•jecc to gene:al enforcancent,• as sc:pulat-a-: in Sub?art u of: CFR cG-I ar- the Ci3cret_cn at the agency or the OFCr+?. t• A ccrapliance raview conducted Cy th;i Cc=plianca A_enzy will Consist Of the .ollowln 5 S i 1. A chorcu;h rov ew o; the ccntractor's bcoi:s, records and' account; and ogler reldvanc docuzents. (14 a contractor hzn ,,.et the specilied min.i..um ut liZarion goals for the aggregate wcr force the contractor will be nresu=.ed to be in coms-1 i arca vith the requiremeats of the nzd Conditions and the ravi.ev concluded, unless an allegation of discri--inat::.,i in viclatinn of the E.C.0. Clause has been :.oda.) ; 2. Validation of the irf'cn.natica presented will be =zde " through cn-sits reviews of a saMple of all of tha contractors projects to deterWin: whether tha contractor haL net its goa!3 or has rade a hood faith eifort to implar_ent all of the affir-Mar.ive action atups spuzified in ti,e Bid Cond'_tiocs, and has not violated the E.E.O. Clause. a� -?x��F t.t"a �� ! t x. z , y i b ''25 �t«?,� + +.i4(.1•`a} * t .f: r r ♦ r v i t .'a P• .k y k # .Y. ..fi 4ii' .. fi• Y•'�+Y SIN A.•'.4'» h.,,G1 9 i,t i z .y= .+}`k"1' _.H., ^ SM t ` a=i a �,.;5 S. al�' S4 1.n rLa :5 eY.,tic,5, r.u.Nr S . Rem.ed'i-1 Cot=irr _nts ,1 7 •'Ir the event that a contractor has failed to meet the cini�•. • utili:.ation. goals and had failed to provide ad'aruace doc•.:.•-entarn evidence of soca: _-aith af_..rt5 to i. le ''he si^'Z'sn a"�:':_ action przSra= as specified An the 3rd Czndlzi'ons, the co=ractor will ., be given aa oppert'_::ity at t'4,e co:c s5icn ai the r_orpl.is::ce z_v_e'.r to make srecific written c=_-,it-ma ts, which -gill be signed by an officer of the company, to remedy all deficiencies idert:i:i_d curing the r=•riaw, provided. CI►at the contricto: :las not otherwise been found c0 ;:B•:e violated the E.Z.O. Clause. If such ca=itmants are made by the corcractot and approved by the Com;2L.:nee Agency, the Agent, will rind the Contractor is ccr:- pliance and in::'_ace troritoring of the specific comnri:We n:s . C. *Notics of Intert t-- initiate :act'_r•.rs L_adinz to Sanctions If the contractor fails to mallce, or having trade, fails to +ap_e:eAt adequate ram edt.l .o _cm e. ts, and/or has bean r.curc t: haet . othe =se violated the E.E.0 Clause, the Compliance ASercy will issue a show Cause nctic.0 to C::e Cc ntractor providing, ..10 days for the contractor to cc=e 'ar'ward 'with oddi_;onal evidence C� {t3 efforts CO CC���� C: t0 make a ecu'ace zzzedill• ccawmil.-me where required,d n:s , �t:d , 'r. ra quiz..d, to de.c:.s:raze that it hes not violated the S.S.O. Clause. • T C._.e_ COTLraCtB: rraak.94 demonstration(a) anC/or cc— cents, ,••• the Cc=p?iance Agency will wilthdrav the snow cansa nceize and place the contractor in complia;%ce, 7rovided tac any violat'_cn c! the co..:._it-e nts wilt causa c:-.a: ccntracting as;uncy to proceed '.ith 3c=lone leading to sanctions. D. in':__tion cf Actions Laad!a; to S.:n_ticr.s Iz, Buri:g :I$-.n 30-day period prov.: ed, the contrsctcr, (a) foils to dccu•.=er..t adquate ZOC.'.: ialth ef-ort to imply eit :he Cini^..= required action steps AC fails to x.nka, adejuac: CC�itru'i_9 r 1 •f is . er r �u n � �i d i•. ..tea .• to correct all da.f ,_arc=. �, or (b) .•i;e_ e,u red, eu_1, to ,.�cns....,.a that the E.E.O. Clause hao not been violated, the: Carplisace lagan will ' initiate actions leading to the inrositicn of sanCt:ouu x ainst th= • contractor, pursuant ra 41 CRE 60-1.26. Upon such action by tb_ Ccripliance Agent;: Rnd approval by the OFCC?, the Cct:::z or llilj be roti:iad C�13t CC:iCA9 leAdin r to sa-..Ctl-ns have been inic:a_ed. The no.icn will state the reasons for t -_ action and p:C•,ide 1.+ calendar ' ayi frr zha concracto: to °quast a hearin- regarding the im osi tier. of sane:tcns. E-4 fin.r �.` m�f .�_.t-+�..�r- _-www••_ 1._ _ > .h t. -. .�v w PS)k+��'`� "�:�. { y. z^, t; t; E -. s.. t+ ;,�, E.•,.�r'S r.—• tl r. w.3� $�.`��_ ......R �., � 4'�� `f,. w. 2m.-l,•'tk._�,.t..+�'�'�3'°�:v°j�'. �.C�r.t"r r-^l.;tt`St�i1 Rfit'v g n y 7.{, -` x t:,`�� ti� n •''' - a,: + "�} 'r�" ►A^at!' t#,' ;3. rM"I-12 .�.+cLw'L�.` �t��.irt..e ut x:g:•P_f.�s'ft4�l ))� 4r• ,A° Y.• t1LMvL�4h�..�` i IC no request for hearing is received within the 14-day period, the C(3r..piiance A:enC-. and/or OMC:' ;oi.11 impose such sanctions as are deamed apc.:opriate rrcv'a.cns of 43 C::.c 60-1, including cancella- tion, cerminaticn,' debarmanc or ineligibi1itV for iurCher !aderally r funded or fadera117 assLstaA ccntracts. Uper, receipt of a request for hearing, the Compliance Agency and/or OFCCP will arrange :or and conduct a Bearing on the issues outlined in 41 C2: 60-1 and !rl Ur 50-30. During the pendency, of any' such, request :n.- i:_s:irg, a ccnt_acc�r's other federally involved contracts .ray be suspended in whole cr in part, pursuant to tha provision.; of 4t C.-RF b:3-1. :icwever,, no sanctions or pens"ties spacitied in 41 CRF 60-1 or Executive Order 11=46, as amended, mny be ii-nosed wichouc the approval o: the Director, OFCrP. The hearing procedures (»J. CRF 50-30) provide that anq ccn- ciliaticn agreement or cn=ent decree proposed as a seccler_ent ui c.. '_slues and t::e final decision o,% tha imposition of sanccicrs muse he approved by the Scrr_car, of Luhur or the U:' actcr, O-CC?. IV. Tachnical Assiscance The Compliance A-ency and 0 CC? Ra-icnal Office staff will provide technical as8ifstance ravrdind t:.2 implesentation of tete requi eme nts of .` the C.E.O. Clause, Cladera/ SILe, a)nCic=J:1� and/or Appendix A upon rocaip`. of a request CC` as::iatzac'a Erna a contractor. �. r - -E-5 - F w„ � � x $ 1 r ^`�.�• �_�l � ,- r > r ,�,{ if .,��.'^..t.,.,F'� S ist 4�{f£' �, Ott .+)g -t •�iv:} 'u` t wEt 1 � z r 1 tii .tt r��; �•�'m t,.�;\` t �u :.Lr tx , � 7i .:. { �.}•` x 2��`p{+'��yM Lek �'''kn�. ;.;�.i � ��..::{i �{C"k ',. K t..h,ti���'�v'�.-;.t,f`����ei� C,�ii'�f 4w��'s j e� `•�'� �� "' w'��.+., a t — ,.�r'�,..,s.,;,�yrr a`,y, s y,i^x°l.z .�-f{, hx,"^3.''^22y iu'•.vy � % l�y +Y-t�a r'•'tr�w �•' � rtY .. » ,.t.�+:.�.;4.w•ui�afii�4.'...s!wKilhr4t 3.+,,i..+:!•d,a't;+#,�,?Y';t�t ...;?ti1sN�t�'.vt}'3's�Lki"�sk�tT._tb7i`?� •.... _ i��irf..L1 '31c�.`iru=' a.:.}?,itl'�`r,` _ 1 . 1 1 v•. a.A 11 6.•_ 1 ..b.1 1 1 V 1. 1 U l l l j r BID .001'1DI T IOi IS . FUE(3AFIFYATIVE. ACTIO. EVL E-Ti- -E-Tr OFf ORTI r J I i Y - G Gt'ETO',•rl PLAN) t For all Yon--EA=pt Federal and Federally-Assisted Construction Coatrac.-s to be Awarded in Co-..t-.a Costa County, California. ' r0 r.,^ .. EACH B IDLrP, CLQ„'rACTOR OR SL EC0;1 -RAcrOR (MER.c I tAFTn IME COI,i RA=R) MIST FULLY COQ`MLY WITH EITHER PART I OR PART II., AS APPLICr3L=, OF ri.ESE BID CO.'01 MCIIS AS TO EACH MNSTiRLCTICN TRLAZZE IT Iilic:,^,S TD U3E GN THIS CG;IS RUC-1 IC:I C0:MiRACT A!'.''J ALL 071;ER CGi•IS11 LC I0"i ti'IGwK (3Qiri FE:Ea4L A"d7 ►�CtI- F,r`.aEFZAJ I N' i riE CC ITRA COSI A COU!N %A-A' DLIR I i IG T HE PE,RFCtaI•�PNCE OF 'M I S CO.'MA'CT GP. SU3MtCrRACi 1 T riE CON►'MAC<OR M-7-11-11S I-ELF TO THE G-4LS F::R t'IIP1r' M PANR,•,'ER UTILIZATION IN EITHER PART I OR, PART Ili AS APPLIC:"13L=, • n �r1 L•`. 11•• . . . •r r• w CO.'^ n.1 A;'i'D A�! Gir•'E? FECUIFEEI-c:fiS, TE'U 3 A-1 -0 C^.JITIONS OF HEESc BID VI T IC,,S BY SM."IITT I1rG A FrR0PERLY SIC,I'M BIDI THE M.7Tf.0 CR SHA APPOIiU A C01MsPAN ECECUT IVE 10 ASSLPE TriE ;ESMISLED'ILT.Ty FM THE It"'LEXI f--.TION OF THE PPZCUI, '?=_01TS, TER:'-S AND COMITiOiiS OF THESE 3ID COM I T IO;S, r: The provisions of this Part I apply to contractors which are party to collective barraiairq a,ree-ents with labor orCanizacions which. tc_:etler have agreed to the Contra Costa Co%-ntv Area Construction °ro;;rart (hereintafter the Contra Costa ?lan) for equal oprort•-ity and hair jo;ztly Bade a cor,•r..it-ent to srecific goals o; niroriv! and, ::here applicable, femaluturization. The Contra Casta Kan is a tri;artite :-ol-.r tary agree-lent be.•:c en rs.^age-ent, labor, and the :aro:i:: commur.ity. i::e U-ntra Costs 1Plan, together with all i_-.rle:rentin; agreements that have been and may hereafter be developed pursuant thereto, are incor;orated heraia by reference. '-- E-u r A` . �.:.-. ' .. ..:i% .. , ..- . ',y '.... .-.:I.lil:w,:. ..a..a. rw�.ry,,..,.. .�. '•J•i.",;„;.y:. ?...�...:i.rth+ •;•r•;,� .,•,lh•,; e, , W,.. .. • .... .. _.... 1.:• . t+f'If J':if Any contractor using one or more trades of construction employees must comply with . either Part I or Part 11 of these Bid Conditions as to each such trade. A contrac- tor may therefore be in compliance with ?art I of these Bid Conditions by its r- participation with the labor organization which represents its employees in the Contra Costa ?lan as to one trade provided there is set forth in the Contra Costa Plan a specific corzrlt::ent by both the contractor and the labor organization'. to a goal of =J. 'nc:ity ut lization for that trade. Contractors using trades which are not covered by ?art I (see ?art II, Section A) must comply with the co-_= tr.:ents contained in ?art II including goals for minorities and female utilization set forth in ?art Ii. If a contractor does not comply with the requirements of these Bid' Conditiors, it shall be subject to the provisions of Part II. RA;;i I A. Coverage. The provisions of this Part II shall be applicable to those con- tractors who: 1. Are not or hereafter cease to be signatories to the Cent=s Costa ?tan. incor-orated by reference in Part I hereof; 2. :.:e sijn_-:toto heC:.-_ra Costa Plan but are not .rt=es to col'_rc- tiva bsrga±:.ing agree=eats; 3. Are si;;ator:es to the Contra Costa Plan but are Parties to collective • barsaining agreerents with labor organizacions which are not or herea:cer cllase•to be signacories to the C=t—.a Costa Plan; • 4. Are s4=a=oriel co the CC,,-.tr3 COSta P.-.. and are ,parties to CO11=ct±•:2� bar;ainin- agreements with la=or or;ani_atiors but the two have mot jointly executed a specific ce--_t=ent to goals for minority- and inorityand Inco:;orated the co=--it.ant in the Contra Costa Plan; or S. Are parcicimatin; in an affi Wative action plan which is no longer accept- able to the Director, OFCC?, including the Contra Costa ?lan; 6. Are si;:natories to the Ce tra Costa Plan but are rarties to collective • bargaining agree_:er.ts .With lrbor or-anizations ::hick together have. failed to make a good faith effort to comply with their obligations under. the Contra Costa Pla=t and, as a result, have been placed -under ?art II of the Bid Conditiors by the Office of Federal Contract Co.-.?liance Progra B. . Actio; ?!an Contractors described in para;raphs 1 ch.rouch o abc%-e shall be subject co the proAsiors and require-ments of Pi=t II of these aid Conditions ir.cludin; the goals ..^.e' timetables for rzircr- it71 utilization, and specific a ._^3ti:e action steps set forth in Sec:±o-:; B.1 and 2 of this Part II. The contractor's co.=it_ent to the goals for :1rority ut±liz:stian :s required by this ?arc II constitutes a cO=it:r=-t that it will :sag=e every goad faith effort to -.eet such goals. t ':''nority" is detiacd as including Blacks, Spanish Surnamed Arerica::s, Asians , • and Ar-arican Indians, and includes both ranori try sen and minority woven. �- VM2 1. Goals and Timetables. The goals of minority utilization required of the contractor are applicable to each trade used by the contractor in the Contra Costa Plan area and which is not otherwise bound by the pro- visions of Part I. '• For all" such trades the folle•.ring goals and timetables shall be applicable: CC U FOR MIMRI N UTILIZr1TIM From 10/01/74 To 9/30/76* 17.OAZ - 19 .5' * In the event that any work which is subject to these Bid Conditions is perfor-ed in a year later than the latest year for which goals of minority utilization have been established, tie goals for the last year of the Bid Conditions will be applicable to such' ::or::. The goals of _irority and female utilization above are expressed in ter-.S of hou:3 of training and emplo;.;•,er.t as a proportion of the total number Of hours to be wore:ed by he contractor an work force, which includ--s all suzervisory personnel, in each trade on all projects (both Federal and non-Federal) in the Contra Costa ?lan area during the perfor- mance of its contract (i.e., the period beginning vita the first da;: of :•ori on the Fcderal or federally assistad construction contract and ending with the last day of work.) -, -i... i.,„ �, ,1 i,1e hour o f .._:o. ,. employment and train .., must be su..s t.;::t:,,. 1L unifor:a th.uphout the length of the contract in each trace and =i-ori- ties wast be employed evenly on each of a contractor's projects . There- fore, the transfer of mnority e=plovees or trainees from contractor to contractor or From project to project for the purpose of -eeting the contractor's goals shall be a violation of ?art II o: these Bid Conn-itiot:S if the contractor counts the nonworking hours of trainees and ap;rentices in �.eetinz the contractor's goals , suer•: trainees and apprentices =gist be e=ployed by the contractor during the training period; the contractor must ha`:a made a co-;-fitment to employ the trainees and apprentices at the co-plecion of their training subject to the availability of e:ploy- rent opportunities; and the trainees rust be trained pursuant to tra-I ing prom,:-, approved by the Bureau of :Apprenticeship and i raining, &-c-."Federal Purposes" or approved as supplementing the Contra Costa ?!an. Z , Act!(':T Stars . ::O contractor shall be found to be in none--prin=ce wit: E ecuti`:e Order 1121+6 , ns a.:.ended, solely an account =,-;;tof its failure to et its reals, but shall b given an op;ort`.i• to de:onstrate that the c-ontractor h= instituted all the specific a:fi;- ...z. :e act :.n steps specified in this a t it and has ... de e•:e:y. rood c . ` t ,r « 1 . r ,r in�, t its a.a1;J .with effort to :rte: h�,e s.e�s wcr� ..own d tl;e .._ta n.. o. within the ti=tables, all to the purpose of e::?andira: rinority utili- -scion in, its a,cgregate work force in the Contra Costa Plan area. A V j33 , .. a.. .. .. . .. .. .•w.. :.a'wr.. ..4�. ....:R.:w7 t•'...'.ASY{T•.!.•......... ..t•.:.4roJ.".a r contractor subject to Part I which fails to co-.Ply with its obligations t.•zder the Equal Opportunity clause of its contract (including failure- to =eet its fair share obi'_sation if provided in the Contra Costa ?l( . or subject to ?art II which falls to achieve its co=it--erts to the goals for ^iaority utilization has the burden of ?rovi. 3 that it has ea,a;ed in an affi—.-ative actio.-. progra: directed at increasi=g _i-ror_t:� utilization and that such efforts +ere at least as extensive and as speoific as the following: a. The contractor should have noti_`ied --inor?try ors r^izat:Ens -hien e=ployzeat op?ort-pities were available a:.d should have maintained records of the organizations ' response. b. the contractor should have maintained a file of the names and addresses of each minority referred to it by any individual or organization and what action was tal•:en with respect to each such referred i ndi•ideal, and if the individual was not amplo;:ed :y the contractor, the reasons therefor. If such. -dual was sent to th.e u.•:ion hiring hall fc.r referral and not rife:red bact b;1 the uaior. or if referred, not eaployed b!. the co:ttraczar, the file should have doc=ented this and the reasons therefor. C. The contractor should have promptly notified the contracting or administering agency and the Office -of Federal Contract Compliance Programs when the union or unions with which the contractor has collective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process has i,;,ceded efforts to meet its goals. d. ti . .i hin { .. d. -,he contractor should have disso,;.�1 rated its.s =i.J ;� c,. t ,.s organization by inc?uding it in any emplo=yee h;r.c000l: or policy manual; by pu: licizin; it in company newspapers and annual reports , and by advertisen;; such policy at reasona!)I e intervals in =ion Publications. The ..EO policy should be Further disser..inated by conducting staff -eecirps to a-slain and discuss t;:e :olicy ; by of tie policy; and by review of the policy with -i:crit;: e=ployees. e. ^ie contractor should have dissetinated its EEO policy externall by informing and discussing it with all recr-.:.it_:::t sources; by advertising in news .redia, specifically including minority news media; and by notifying and .discussing it with. all subcontractors . f. 'I"ne contractor should have made both specific and reasonabi recurrent written and oral recruit^e;;c efforts. Such efforts should have been directed at r..iror_ty organizations , schools with • d• -inor:« :ecr�.:it-e^C and substantias :.icority enrollment, an. traininr, orSazilzations within the cot:tractor's :ecru--.=ent area. E-? � . g. The contractor should have evidence available for inspection that all tests and other selection, techniques used to select fro a.ong candidates for hire, transfer, promotion, training or retention are being used in a :canner that does not violate the 01FCC? Testing Guidelines is 41 C.3 Part o0-3. �• a h. the contractor where reasonable should have dovelo-zed on-the-Job traini:.g orportunities and participated and assisted in all Depart- ' Went of Labor Banded and/or approved training programs relevant to .,the contractor's employee needs consistent with its obligations under this Par:, II. i. —Mhe contractor should have made sure that seniority practices and jcb classifications do not have a discriz-anatorJ effect. J . Tna contractor should have made certain that all facilities were not segregated by race. k. The contractor should have continually monitored ail personnel activities to ensure that its EEO policy was being carried out including the evaluation of minority employees for pr motional opportunities on a quarterly basis and the encouragement of such employees to seek those opportunities. 1 . The contractor should have solicited bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority con- tractor associations. o 7 }/� �N Iy /� f2$S va v�.�..4 ..2ui.d3.L"a it �SW�1�41.rYY eL.�irrV» J�� r��r {.��ar wMG o1' iedGra•w' ron ra _ og. \i and ihe �rC•i`a�r 4M}:�i� ..G}; .I J ba�1 .i r r♦ . Li«w2 :20!nin.. ^ �' Jnr•••n,r— 'i:::•" :'%C:�:t:"':E'i:: «vt.lr aS3 Las V.w� 2 4Y: i2S-r r•r�.� �2_ r.w r•.r r17 S0o:t2°?23} .'7"%tO:"-? CC .. Yi r►,,...N •p. ..:.,L1 +":}:�,,;a.. « r rri.li•:'�.L �_ .. ✓Mw«V4l its (wY«w r r vii i.2ria7 /.':2 ;.v. :{..Mi rr?; X ece : of a requeS.6 jfor as3'z vanae ;:on a ccnt,r .,C iCY'. 3. Subsequent Signator/ to the Contra Costa Plan. Contractors that are subject to the requirements or Part 11 at the time of the submission of their bids which, together with labor organizations with which they have collective bargaining agreements, subsequently become signatory to the Contra Costa Plan, either individually or through an association, will be deemed bound to their commitments to the Contra Costa Plan _ from that time until and unless they once again become subject to the requirements of Part ii pursuant to Section M-6. _ 4. Non-discri-ination. In no event ;..ay a contractor utilize the `oafs ---d a::i.:..�tiva action steps required by this Fart 11 in such a nzanner as to catLSe or result in discrimination against any person on accaU-It of race, color, religion, sex or rational origin. Canal lane. and forcanent. in all cases, the campliance o. a' contr;tct:,r Will 5e deter-ined in ac.or._4ance with its obligations cider the to^.s of these aid Ca:.- ditions. T".erefa:c, cancractors who are governed by the provisions o: eit:;er Part I or °art II shall be subject to the require.ants of that Part regar c1ass o: tate obligations of its pri=e contractor or lower tier subcontractors . All contractors perfor.Ing or to perforM work on projects subject to these Bid Conditions hereby agree to informs their subcontractors in writing of their • respective obliCations lander the ter--s and requirements of these Bid Conditionsc., including the pza•risiors relating to goals of thi..ority employment and training. A. Ccrtractors S6 iect to Part I. 1. A cogtractor covered i;y Part I of these ?aid Conditions shall be ir. compliance with Executive Order 11246, as amended, the i ple=enting regulations and its obligations .u•^aer Part I, pro•idad the contractor tosether with the labor organization or orgy-nizaticns -lith which it has a collecti•re bargaining agree:-ent meet the goals for ri^ority utilizatio to which they co-witted therselves in the Contra Costa Plan, or can demonstrate that ever- good faith effort has been made to meet the goal. In that event, no for--:al sanctions or proceedings leach:; toward sanction shall be instituted tzbless the Office of Federal Contract Compliance ros.a_s eater-mines t:�at the contractor has violated a sL::s,.a...a.a_ require m nt in the Contra Costa Plan or Executive Orcar 11246, as a=ended and its implementing regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation if provided in the Contra Costa Plan or has engaged in unlawful discrimi- nation. Such violations shall be deemed to be noncompliance with the Equal Opportunity clause of the contract, and shall be grounds for Imposition of the sanctions and penalties provided for in Executive Order 11246, as amended. :2. The OF-C&'? s~all review ?are, 1 contractors ' e.-ploy:,rent practices du:ir.( t^e performance of the ccnt-act. Further, OMVC? shall be solely ' responsible for any final date:•:-iration that the Contra Costa Plan is no longer an acct?cab%-- affirmative, action program a::d the ccnse- qucnces thereof. The OXC'F spa=r, upon review, and not:.ce to the contractor and any affected labor oroanizaticn, determine that the Contra Costa Plan no longer represents effective affi.-ative action. In the event it shall be solely resronsiblc for any final daccr;.sh:a:.?cn of that question and the consecu:noes thereof. 3. !:neve OFCC' z?nds chat 'a contractor :has failed to comply with #-.-.a require ants of the Contra Costa Plan r:;d its ob li,aticn u:hder ?art I of these aid Conditions, it shall take such acziun cmd/or i=pose such sulctions as YIYM be appropriate under the Executive Order and its regulations. Veen the. OFCCr proceeds with such formal. action it has the burde^ of proving that the con`ractor has not -c the requirements of theze Bid Condiricns. The "ailuro of the contractor to comply with its obligztions tr.der the c,ual Orport-.shity clause shall shift to it the require=enc to core for and with avidence to shwa that it has :et the gid faith requirements of these Bid Conditions by instituting at least .6.e specific affix--ativa actio. steps listed in Part II, Seccion. 2. The contractor must also provide evidence of its steps toward the attain=nnt of its trade's Coals within :he' sec forth in the Contra Costa Plan. ! The pendency of such for=al proceedings siall be taken into_ consiC!erat:on by Federal agencies in deter_.'niaa whether • , ,E-1 1 , r n roro:...:.r.e.:.i•.AF�:•,. Y,:+.'.1)'rr ':e%i.'c�7411:ii:,+...�.4 :n N•..�iyyi�•h.:art:....-.. ... .. ..,.. ... ....'.!r.r.:1 .. .I..ciao-:a..:,..... ...:.kcalr•�?k}i::�:et'i�'�rFiiti.:A�vaaiaiuu1f:"i:..,•• . such contractor can comply with the requirements of Executive Order 11246, as arended, and is therefore a "responsible prospective contractor" within the meaning of basic principles of Federal pro- curement law. r��• B. Contractor,;- Stai_c.. to Part 11. In regard to Part II of- these aid Conditions, if the contractor =ets the goals set forth therein or can demonstrate that it has made every good faith effort to r.set these goals, the contractor shall be presYW-ed to he in co-pliance with Executive Order 11246, as wended, the i=ple..cntin3 regulations and its obligations under ?art II of these Bid Conditions. In that event, no foul sanctions or proceedings leading toward sanctions shall be instituted L�less the contracting 'or ad-..roistering agency otherwise dete=..ares that the contractor is violating the Equal Opportunity clause. Where the agency finds that the contractor failed to comply with the require- ments of Executive Order 11246, as amended, the implementing regulations and the obligations under Part 11 of these Bid Conditions, the agency shall take such action and impose such sanctions , which include suspension, termi- nation, cancellation, and debarment, as may be appropriate under the Executive Order and its regulations. When the agency proceeds -A th such formal action it has the burden of proving that the contractor has not rpt the goals contained in Part II of these Bid Conditions. The contractor 's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that It has met the good faith requirements of these Bid Conditions by instituting at least the spacific affirmative action steps listed in Part 11 , Section 2. The pendency of such proceedings shall be taken into consideration by Federal agencies in determining whether such ` contractor can comply with the requirements of Executive Order 11246, as • amended, and is therefore, a "responsible prospective contractor" within the meaning of the basic principles of Federal procurement law. C. Obiioations Applicable to Contractors Subiect• to Either Part I or Part 11 . it shall be no excuse that the union with which the contractor has a coi - lective bargaining agreement providing for exclusive referral failed to refer rirority =- loyees. Disc.4-urination in referral for emplo};,Pent, even if pursuant tt� pros�.sions of a collective bargaining agreement, is prohibited by the .:aticnal Labor relations Act, as a-ended, and Title VII of the Civti • P.ights Act of 1365, ,:s `am ended. It is the policy of the Office of Federal Contract Ccm.-pliance Programs that contractors have a responsibility to provide equal enplo}:rent opportunity if they wish to participate i.. federally involved contracts . To the extent they have delegated the responsibility for soce o: their emplo}-cent practices to a labor organization and, as a result, are prevented from muetin, tlueir obligations pursuant to E%ecu:tive Order 11246, as ama ddd, such contractors cannot be considered to be in compliance with Executive Order 112+6, as a;rended, its i.-1pler.Lnting r'les and regulations. .,.w. r..rr.r ..'k a. . I . ..... ....'�'. .. • . . •.... .. . . .v a.[w•.r.f�.. rM...Ia R.. .r, Yttf:.gin+'Al:14+Y•Itt-"yx' , tr .~"711- r PART I V General iecu''rerents. _ r 1. Contractors are resnons:ble for in:ornin, their sL'bc:,ntractors in writing regardless of tier, as to their respective obligaciors under Parts 1 and II hereof, as appliczble. Whenever a ccnz.actor sub- cont-n cts a portion of the ,oris in any trade covered by these Bid Con2tions, it shall include these Bid Conditidrs in such subcontracts and each subcontractor shall be boun.d by these aid Conditions to the full extent as if it we ...e pri=e pr ... can...ac .ne cow r*c or shall ::et, crre,ver, be he d acco=tab:e ;.or the failure of its subcontractors to fulfill their -..der-these Bid Conditions. However, th-e prim.e contractor shall give notice to the :assistant Regional Ad.;—' strator of the Office of Federal Contract Compliance Programs of the • Depart-ent of Labor and to the ccntractin; or ad-inistering agency a_' e-! re`.sal or failure of any sL ccntractc r to fulfill its ob l_g,:4'_::.s under these Bid Condi:icns. A subcor.tractor's failure tc ce:..plw: ::i11 be treated in the same ==-= as such failure by a prime caatractor. 2. Contractors hereby agree to refrain from entering into any contras: or contract codification subject to Executive Order 11246, as amended, with a contractor debarred from, or who is determined not to be a "responsible" bidder for Government contracts and federally-assisted construction ccntracts ;ursuant to the Executive Order. 3. i ie Cc-.-.tractor shall car-.-/ out such sa.•lcz. on.s and penalz for .... ... •i v?. .o :_o Y_ •`:2 of these Bid Lar �._r.rs �::... the ..yL'c: Cryo. l:. �, c .7L:•8 includinn suarc r ., a:.._..Y-zo .:.•.d c.::.cc.:.+.. co-..t-.--.-=s and :.s be _..resod c: or.. aC.•4,d pu: a:. sut to E.xecutiva Order 11245 , as a:-.ended, and its ir:r :•w ^ ., ..q ..1 ist ria plc.. :a,.ing regulations b,+ the co..l•.Yc...n, o: ad..ir. �«e ..o agency and the Office of =edera? Coctract Compliance Any ccnzracto: who Fails to carry out such sanctions and penalties shall also be deerzed to be in ncncc:,-?li:.nce with these Bid Coed;tic::s znd Executi•.-e Order 11:46, as ama ded. 4. Nothing herein is intended to relieve any contractor during the tc.», of its contract fro.:. cerrliance wii:h E::Cc•uti•:u Orc'.cr 1:.2.ru , as :.:..:...:, andt• C '^• 0^^J:'0' ^': clause of its contract :.'i h respect to :--attars not co•..2 red is the Cott ra Costa Plan or in Part 11 of these Bid Conditions. . .c:.t.. •.i...`.'.'k.t.. ,,`%:: . '�$srw'.c...:.,stii"rii�w.•.iS:.:i Krr..w.:.i-r��>`'�. Executive Order 11246 Executive Order 11246 requires non-discrit-nination in employment under federally assisted contrac&s. - In executing this assurance, the County, cities , and ren- 4, profit sponsors agree to do, among other things, the following: a. Include .re following equal opportunity clause in all federally- assisted contracts . This clause applies to administrative, sucervi;ory, professional , and clerical personnel as well as con- struction workers. This clause also applies to tae emrlo� ,-ent practices of the Activity Sponsor: "No, person in the Unite! States shall on the zround of race, color, national origin or Sex be excluded from participation in , be denied the bene; Ls as , or be sub;ec%ed to d i scr i;1 t iia on under any procran or activity funded in whole or in part wiL;;. funds available under this title. " N E-! . ,;. ?y•. fir.. .::.Y.» • r AFFIRMATIVE ACTION REQUIREMENTS HANDBOOK for Federallv Assisted Construction Projects Revised February 1977 A iJ LJ ;z Edmund G. Brown Jr. Claire T. Dedrick Governor Secretary tar Re:cources State of California Herbert Rhodes Director Depurtmcnt of Parks and Recreation 1 State of California— The Rewurcres Agency OEf ART%%ENT OF PARKS AND RECREATION Af ti mative Action Section P.O. Box 2390 Sacramento,CA 95811 10161 446.1050 - . - 00440 E-15y Introduction Participation in parks, recreation, and historic preservation programs that involve state and federal grants carries with it obligations in the areas of equal employment opportunity, n nondiscrimination, and affirmative action. This handbook presents the basic requirements, cites source documents for detailed information, and contains instructions for submission of report materials. It is the hope of the State Department of Parks and Recreation that this handbook will provide the basiq information necessary to local agencies and contractors participating; in these programs. The Department will also provide assistance to local agencies and contractors active in the program or considering; participation. Assistance by telephone, in writing, or in'person may be obtained from the Affirmative Action Section at the following address: California State Department of Parks and Recreation Affirmative Action Section P.U. Sox 2390 Sacramento, CA 95S11 (916) 445.1050 or 1416 91h Street Room 11 15.16 Sacramento, CA 95514 The affirmative Action Section has been assigned responsibility fur providing any assistance required by local agencies and contractors in understanding and implementing requirements under i the provisions described in this handbook. The section is also responsible fur conducting pertudic compliants reviews of selected projects. The section's staff will be contacting many lucal agencies with respect to both aspects of this program. It is important that local agencies and contractors take the initiative, when nece,,ar� , in seeking assistance as they are ultimately responsible for compliance with all relevant equal opportunity provisions. All forms, with the exception of federal Standard Form 100 (EEO.]), and reference materials mentioned in this handbook may be obtained through the State Department of Parks and Recreatiu,► at the address given above. Standard Form 100 must he obtained by writing; the Joint Reporting; Committee, 1500 G Street, NAV., Washington, D.C. 20506. J C_15 Foreword The information contained in this handbook is intended to assist local'agencies and contractors in complying with equal employment opportunity, nondiscrimination, and affirmative action requirements that apply to projects financed in whole ur in part with federal funds. These requirements are pursuant to Executive Order 11246, as amended; the Civil Rights Act of 1964, as amended; and the California Cude of Fair Practices. CONTENTS Foreword . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iii Introduction . . . . . . . . . . . . . i . . . . . . . . . . . . . . . . . . . i 1. CERTIFICATION OF COMPLIANCE WITH EXECUTIVE ORDER 11246, AS AMENDED . . . . . . . . . . . . . . . . . . . . . . 2 11. COMPLIANCE 11v'ITH THE CIVIL RIGHTS ACT OF 1964 AS AMENDED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 111. REPORTING REQUIREMENTS . . . . . . . . . . . . . . . . . . . 4 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. Materials Required Prier to Announcement of Bidding . . . . . . . . . . . .4 C. 1,laterials Required Prior to Bid Award . . . . . . . . . . . . . . . . 5 D. Materials Required during Cunstructlotf . . . . . . . . . . . . . . . . . 6 E. Other Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . Appendixes A. AREAS wrm HO` FTOWN PLANS . . . . . . . . . . . . . . . . . . . . . <, B. FoR`NIS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . II E-17 �,� X42 1. CERTIFICATION OF COMPLIANCE WITH EXECUTIVE ORDER 11246, AS AMENDED Each administering agency will require the inclusion of the following language as a condition of anygrant, contrl'ct, loan, insurance, or guarantee involving federally assisted construc'tion. EACH BIDDER/OFFERER, CONTRACTOR, OR SUBCONTRACTOR HEREBY CERTIFIES THAT IT WILL FULLY COMPLY WITH EXECUTIVE ORDER 11246, AS AMENDED BY EXECUTIVE ORDER 11375, AND THE EQUAL OPPORTUNITY CLAUSE AND RULES AND REGULATIONS ISSUED THEREUNDER, %--'HICH ARE HEREBY INCORPORATED BY REFERENCE AS APPROPRIATE. THE CONTRACTOR COMNUTS ITSELF TO SUCH COMPLIANCE BY SUBMITTING A PROPERLY SIGNED BID OR OFFER OR BY SIGNING OR OTHERWISE ACCEPTING A CONTRACT OR SUBCONTRACT. 11. COMPLIANCE WITH THE CIVIL RIGHTS ACT • OF 1964, AS AMENDED A. Colnpliuncc witli regulations: The contractor is required to comply vvith regulations issued pursuant to Title Vl of the 1964 Civil Rights Act with respect to nondiscrimination in federally assisted programs of the Department of the Interior. These regulations arc contained in Title 43, Code of Federal Regulations, Part 17. B. Nondiscriininut ion: Nu person in the United States shall, on the grounds of race, color, sex, or national origin, be excluded from participation in, be denied the benefit!, of, ur be subject to discrimination under any program or activity receiving federal financial assistance. Under the nondiscriminallun ic-ulatiuns of the Department of the Interior, nondiscrimination 0 is requii cd in dealings between the contractor and his employees, and bcts%ecn the local "ovein I ment participant and his employees and the public. C. Methods of udndtfistruiion: Local government participants must provide such jijelll()jls of administration for the program as give reasonable assurance that i-he participant and .111 recipients of federal financial assistance under these programs N%ill comply %kilil requirements imposed by or pursuant to the Depirinient of tile Interiui ilmidi,criminmioll regulitions, including methods of administration which give rea-sunable assurante 11i.11 III\. 11011LOMI)IianCe with the rez-ulations v-ill be corrected. D. Itifurniation utid reports: The contractor dor ind local government participant will pj-(,j\j,je 111 information and (epof is required by the regulatiuns of dif OCtiVO isSUCLI 1LJ1 M1.1111 thel 014.) ,111LI will pef mit JLCC%S to b0UkS, recurds, accounts, uther Sources of in"'urniatiun, and facilities as may be determined by the State Depaitnient of Parks and Recreaiion of U.S. Dcpartmom ,it the Interior to he pertinent to ascertain Lumpliance,witli such ie-ul.itiuns or directives, C. Suticllol; fol 11oll,oilloliulite: 11l ;tIle event of the collitactul 's failure to Lompl\- will: 111L. fit Wildisci inlinall,11) rilivisiollS 0( this L01111.1Ct, tile ddIllitlisit:Jillo hill, \\1111 tile k1111"Vill of the U.S. Dvpar;ment of the Interior. inipow such as 11 Illav %lelelillille E- 0 0 DPR 543, Work Force Report DPR 545, Subcontractors' Certification of Implementation of Area Plan I DPR 356, Monthly Manpower Utilization Reportl The participant should notify the State Department of Park-s and Recreation of the date authorized for advertising the bid and the date of the pre-bid conference as scion as it has been established. The dates need not be included in the bid package. C. MATERIALS REQUIRED PRIOR TO FORMAL BID AWARD ' 1. Contracts exceeding $1 million If it becomes evident that the amounts bid and the contract award may exceed 51 million, regardless of the geographic location, the participant must submit written notice of this fact to the State Department of Parks and Recreation. This notice will also constitute a request to the Department that an Equal Opportunity Clearance be obtained from the U.S. Department of the Interior. Along with the written notice, the participant should also submit two copies of the hid pack-age and three copies each of Forms DPR 540, DPR 54], and DPP 543 completed and signed by the apparent successful bidder. 2. Contracts E.�ceeding $10,000 Certification with Regard to the Filing of Required Reports (Form DPR 1440) a. This certification must be signed and submitted by contractors and subcontractors with their bids, unless the project is exempt from the Eq;!al Opportunity Clause. (See 41 CFR 60-1.5 for c\emptions.) b. Federal regulations (41 CFR 60-1.7(b)(1)) prevent the actiarci of cunitacts and Subcontracts to propu,,ed cuntrac'tuis and subcontractors who have participated in previous contracts or subcontracts �LlbjCCI to the Equal Opportunity Clause and Nvhu have not filed the requited reports, unleb, such a contractor or subcontractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director of the Office of Federal Contract Cumpliance. 3. Contracts within Hometown Plans or Imposed Plan Areas All feder.iliv funded construction contracts (1) in excess of 510,000 1-ind 14) be perfoi rned in a Hometown I'laii Area, or (2) in excess of $ 10,000 and 1,) he perimmed tin pro;vcti Miose estimated cost exceeds 5500,000 in an Imposed I'Lin Area must include in each invitation for bid the special bid conditions of the appioprime Hometown I'lan or Imposed Plan. See Ap1midi\ A for a list of areas with Hometown Plans. Muleriuhs It-411mcd with the bn/ or(filwttl tints{ he to the ore ll" ()I 146 ill f)fuer lo eslublish I/it! vitalb1ho till tj coi),riactur lot ilit u%tatti oi ;t tswittat I, IM)t applicable in aiv_-s without hiw.10iown pl.ws anti special bid c0t1dititirls. E— 19 (10144 4. Preconstruction Report on Contractors (Form DPR 541) 5. Work Force Report (Form DPR 543) ' Specific instructions for completion of the reports are found on the back of form DPR M 543. In general, the reports must provide a reasonable estimate of the anticipated work force for the project at peak of employment and must indicate race, sex, job category, and level of skin. The existing composition of the contractor's work force on the date of the report must also be reported. The signature of the local agency representative reviewing the reports indicates that the participant is familiar with the information reported and that the information is correct to the best of his,'her knowledge. Trie participant will give written notice to the State Department of Parks and Recreation indicating: a. Date this contract was awarded b. Date of the Notice to Proceed D. MATERIALS REQUIRED DURING CONSTRUCTION 1. Emnlover Information Report EEO.) (Standard Form 100) Contractors, subcontractors, and material suppliers with 50 or more employees and has a contract, subcontract, or purchase order amounting to $50,000 or more on a project involving federaily assisted construction funds must submit this report within 30 days after the av:ard of a contract, subcontract, purchase order, or agreement unless the contractor, subcontractor, or material supplier has submitted such a report within 13 months t,secrding the date of the award. Subsequent reports are due annually on or before March 31. The form can be obtained from, and is submitted in triplicate directly to), Tile Juint Reporting Committee, 1500 G St►eet, NAV. V.'ashington, D.C. 20506. 2. Monthly %lanpower Utilization Report (Form DPR 356) This report must be submitted by all contractors and subcontractors with projects over 510,000 (5500,000 in the San Francisco) Imposed Plan Area) in humeto \) n plan areas with spvc►al bid conditions. (Exemption: Those contractors failing under Part i provisions of the Homltown.Plan bid conditions are exempt and do not ha\e to file this form.) The report must cover the man hours worked ort the federally assisted project (Table A of form) as well a5 the total man hours worked ern all projects, both federaliv assisted and norilederally assisted, within the hometown plan area (Table 6 of form). 3. The successful bidder must receive approval of the local agency sponinr of the project before any subcontractor may begin work. In addition t{) the material listed above, a subcontractor must s6bmit the followins; materials: ►. Certification t,'ith Rt•gaid it) the Filing of Required Rvportt, in Previous Contracts or 5ul)c.ontracts (Fo lm DVK 540), 00 b. Subcontractors' Certification of implementation of Area Plan (Form DPR 545). For project sites covered by Hometown Special Bid Conditions, the prime (� contractor must obtain and submit a Subcontractors' Certification of Implementation of Area Plan (Farm DPR 545) prior to approval of anv subcontract over $10,000. No subcontractor will be allowed to perform wort; on the project prior to such approval. C. As additional subcontractors are identified, all equal employment opportunity information required concerning identified subcontractors must be obtained and submitted. d. If, while the project is under way, changes occur that require modification of previously submitted reports, supplementary reports must be submitted on a flow basis. E. OTHER REQUIREMENTS 1. V.1ritten Affirmative Compliance Programs 2 Each participant shall require each prime contractor who has 50 or more employees and a contract of $50,000 or more and each prime contractor and subcontractor $hail require each subcontractor who has 50 or more emplo%-ccs and a subcontract of $50,000 or more to develop a written affirmative action compliance program for each of its establishments. The program shall provide in detail for specific steps to 4�uarantee equal employment opportunity keyed to the problems and needs of members of mintority groups, including, when there are deficiencies, the development of specific goals and timetables for the prompt achievements of full and equal employmernt opportunity. Vhlhin 120 days atom the cmnniencement of the contract, each contractor shall develop and maintain a copy of separate affirmative action compliance ptogran:s for each establishment. A repast of the results of such pt ograni 4hall be compiled annually, and the program shall be updated at that time. This infurntation sha11 he made available to the administering agency upon request. More information on the basics and other requirements of a guod affirmative aetiun compliance program can he obtained by contacting, the Office of Federal Contract Cumpliance, Department of Labot, Washington, D.C. 20210, and requesting a copy of "Obli;atiuns of Contraeturs .111d Subcontractors." Subpart C - 60-1.40 covers affirmative action compliance pro,r.uns. 2. The participant shall inform the Depaatment of Parks and Recreation of any contractors who consistently and willfully refuse to file timely certifications and,or reports as telluired by the contract compli.tnce p11Ieeclures of Executive 01LI •1' 11246. N„tltic.ttiorn „f non•complianec shall lie made p6or to the ptoiect completion so that the Office for Equal Opportunity can take the necessary enfotcte ICM action to tes�,l�r tilt problrtn. \pphcable only in ateas without hometown 1,1.11,,. E-41 00.;140 APPENDIX A I. The Secretary of Labor has approved or given tentative approval to hometown plans and special bid conditions in the following areas of California: Name of plan Area covered *Alameda Alameda County ma nm—ira-c—us t-a-Con r.-I 77� and Tulare counties Los Angeles Los Angeles County I'vionterey Monterey County Nurth Say (Multi-Plan) Solano, Napa, Lake, Marin, Mendocino, and Sonoma counties Sacramento Sacramento, Yolo, Amador, Placer, El Dorado, Nevada, and Sierra counties 5*-in Die-o San Dicgo County San Francisco (imposed) City and County of San Francisco San Mateo San jklateo County Santa Clara Santa Clara County Santa Cruz Santa Cruz County APPENDIX B FORMS DPR 356 - Monthly Manpower Utilization Report DPR 540 Certification with Regard to the Filing of Required Reports in Previous Contracts or Subcontracts DPR 541 Pieconslitiction Report on Contractois DPR 543 %Vinl. Foi'Lc Repuit DPR 5.15 (if Impletilentalion of Area Plan E-22 IN State of California—The Resources Agency NAME OF PROJECT DEPARTMENT CF PARKS AND RECREATION MONTHLY AAANPOVIER UTILIZATION REPORT REPORT PERIOD MO YR I PROJECT NUMBER iota CC.*,*.P. ?IjAME ANO LOCATION OF CO-MPLIANCE AGENCY --w� OM- NAME -I ADORES5 CF PRIME CONTRACTGR This report is required by Executive Order 112,115, Siction 202. REPCSTING CC*.IPANY'S NAME :-ODRES3 EST. CCYPLETION I Failure to report can rewit On Sinctionsv.,hicn indude sus. DATE 3;: PROJECT pension, termination, cancellations, or debarment of contract. TABLE A TOTAL WANHOUPS FOR PROJECT 2 z ")!AL ..0 7 vtAL ITRACE Or 9 9LACK1.: sv*W AWO.A.00 A.jR "01.� C A ,11 Or r 1! 1 I $7 o T71y-LE r11A "ALE t!w A-_t If. WALE FE- %AILC Vt. L 'S" E LABOREMS EOUIP-AEN T UPERA TO COS TRUCK ORI'VEIIS T A CAPPE%-CAS CEMIE%? 14AS3N5 EL EC-, 41,:,As TABLE 8 TOTAL %I ANHOU RS IN PLAN AREA (INCLUDIN11, THIS C04TRACT) LAboWE-% EQUIPMENT OPERA T3 64S TRUCK 00,111CAS CCUL1.f -AAi014S E f NO I.I A N, 4 f SMA CA(E SiG.Itt a A"( IL f)0 V64 1 17 14 0 1 A TCL -.,I PIECEIVEC P. 0 E ap rtp IN $tGpd A Tu sic OAT[ lJ044"'i RPR 356 1 Rov.2177)lReWac4a FOideval Form 2571 rt f a INSTRUCTIONS FOR FILING AANPOVIER UTILIZATION REPORT Reports must be submitted each month by the prime contractor and each subcontractor having contracts exceeding S10,000. /�^ Federal Hometown Plan Pro?vrs-- A report on both Tables A and 8 is reouired to he submitted by every prime and subcontractor every month.it nt,7 work is performed,a negative report must be submitted by both the prime and the subcontractor. contractors not meeting plan goafs on Table 8 must submit explanation beiow stating reasons for this failure. Reporting period—Shall be a one-month period from the 15th of one month to the IEtn of the next month. (Adjust to conform with Dayton cerica). Completed Form OPR 356 and exptanation (it applicablel must be submit:ed to the Comofiance Agency(local jurisdiction)by the 5th of the month following the reporting period., The reports are to be signed by a resoonsibie official of the company and small include the total man-hours worked for each emoloyee levet in each designated trade for the entire reporting period. INSTRUCTIONS FOR COMPLE T ti1G FRONT SIDE OF FORM OPR 356 Project Number . . . . . . . . . . . . . . . . . . . The number assigned to the project by the federal funding agency. 90 Completed . . . . . . . . . . . . . . . . . . . . Percent of work completed at the end of the reporting period. Compliance Agency . . . . . . . . . . . . . . . . The local jurisdiction with whom the prime contractor has a contract. Prime Contractor . . . . . . . . . . . . . . . . . Any contractor who has a construction contract with the U,S. Goverrment or Applicant(See OFCC Regs.60- 1.3). 1. Trade . . . . . . . . . . . . . . . . . . If craft not shown,write name of craft in blank spaces. 2. Part I . . . . . . . . . . . . . . . . . . . Use a check mark to indicate that the craft is signatory under Part 1. 3. Class . . . . . . . . . . . . . . . . . . . . The level of accomplishment or status of the worker in the trade.U•Journeyman.A •Apprentice,T•Teamsters,00-Owner Operators(. 4. elan-mours of Employment . . . . . . . . . . . The total number of hours worked by all employees in each classification:and the total nummer of hours worked by each minority group 18fack, Spanish Surname, American fndian,Asian,and Filipino) in each classification. 5. Percent of minority man-hours of total man-hours . The percentage of intil minority man-hours worked of all man-hours .votked, (Journeyman anu Apprenii,;el. 6. Total number of minority employees . . . . . . . . Number of minority employees working on lob and plan area during reporting period by Journeyman,Apprentice,male and female. 7. Total number of nmployees . . . . . . . . . . . Number of all employees working on job and plan area during reporting period by Journeyman,Apprentice,male and female. Eiitslanation for Failure to Meet Craft Gdais in Hometown Plan Area Q Signetura of Company 011ict u 0iugct Comments Only 349 Srpruture , Sliu:of C,d)fwnti - The NesourLes Atlency DEPARTMENT OF PARKS AND RECREATION CERTIFICATION WITH REGARD TO THE FILING OF REQUIRED REPORTS IN PREVIOUS CONTRACTS OR SUBCONTRACTS The bidder proposed subcontractor_, nereby cer wxs that Ile has ,has not.. pirticiaated in a previous contract or sub retract subject to the equal of oortunity ciause, is reuurred by Executive Orders 10925, 1 1 1 14, .)r 11246,and that he has , his not , filed with the Joint nevortrng Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or zdministermn agency, or the former Presrtsent's Committee on Equal Employment Opportunity, all reports due under ;ne ipulicable tr1 „g requirements. (Company) By Mile) Date: NOTE: Thr, ibove,certthcauon is tettuued by the Etµ)al Employment Ol)lrortunrty Regulations of the Secretary of Lawr W 1 Un GO.1.70)) (1)1, incl must bs:submitted by int1ders and prelu)wd subcontrictofs only in connectum with contracts and wbeontricts which are subiect to the etprii oppurtunuy cliuse.Contracts anti subcontricts which are exemia horn the etluil nlgtnrrun)ty c:lawv ire set Imil) Irl•11 CFli GO I.G. (Cicn,:rally only contract-,or suht:untr.,cts of S 10,000 or untlerr are exrntl)t.) Pfol)u;etl I)nrnr rnntrirtnrs antl subcnntrickurs who Hive l),u ttcrltitrtl in a previous contrict or strbt:untr,tct suhiect to the Exectitcve Urtlrrs incl hive tiol libel the rrcluurtl rt;Vurts ehould mute that•11 CFR GO.113(h) (1) lnevents the iwaltl of con• trir.t:and :ulH:untricts unless ,tit It voc,tlaclor w1111111%.1 rotWrt coverual tlta delut,luent 1wru)tl or such other 11010d slwecrlwd by Ilse- U.S. Drl).0 tmrnt of the 'werier or by the: Dnrrtor.011ice u) I t'tletil Contrict Compliance. U.S. Department ul Lilwr. r DPR 530 (Rtti.2,77) E' 0.0 .. ... .. .... .. . .. .. ..., .. ... . .. .. r ......r:+ ... .. �Vr.,-,...�.L'.J,.0....:rr i.gGd•a�..F•r....•�.y:•. ,1• ., .. • State of California— The Resources Agency DEPARTMENT OF PARKS AND RECREATION a JSTRUCTION REPORT ON CONTRACTORS r. Federally Assisted Projects l Project`lumber Phone Number f 1 :td County 4 { Amount of Contract Estimated Date of Completion t federally assisted contracts during the last two years? so.ler a, through d. Item No.2. ice is needed.) tram 1 leral,state,or local agl:ncy pursuant to Executive Order 1 12.16 Js amended, w CI NO If Yes, by what agency? 3 umbers,trades and amount of ldnnttfied subcotltractors. (Attach r:xtra sheat 1 ional i I I federal or fedelilly Jssistmi contracts doling thr lJst two yeJ10 �f J. tAtnugh e. • u Item No.5. E-2o y• �ozol (Attach extra sheet if additional xoace is needed) a, Subcontractor > b. Federal Ar;•rncy or Grant Prog ain • C. Tvpa of:'fork ., d. Location of',York R. Amount of contract 5. Is the construction site covered by hometown special bid conditions? i_ YES If yes,answer a. throughe. NO If no,skip,to Item No. 6. a. Is the contractor signatory to the plan? YES F: NO b. List any identified subcontractors signatory to the plan: (Attach extra sheet if additional space is need YJ). C. List the trades covered by the retwirements of Part 1: (Attach extra siwet if additional space is needed). C G. Is the con;tnrr.uon site co'rorctl by an lmposatl Plan? .' F1 YES It ym, answer a, and b. NO aL L.the,conlrar,tur %ignatnry to the plan?. ❑ YES �j NO Ir. Lint.,n, ••uhcontractorti aigrtatn(y to the Man: Pr•yr.0rt by 15i•pratum ani bili: tit Contracurr•s Reprrtienlative) OJIt1 IF..E O 011worl fi,vrrwri try' f;o.lnaturnr.,mij Titlr of Local Ailerwy Ropir-omlalrvrll 0.1ta 00/ St.Ite of C.,llfotnla- The RoSources Anoncy Apttroximate Pewit DEPART..MENTCF PARKS AND NECftEATIO"J Emolayment Date: WORK FORCE REPORT Federally Assisted Project P30eioant (Local Agency) Project idumoer Prima Contractor = Address TABLE 4 r TOTAL EXISTINGWORK FORCE t TRACE ;r ulhJ DATA V A Sia Y. SU4NAMC S. SLACK C A-Ell INDIAN , 7. ASIA!= E FILIP140 If CTrEA..INO01TI 'S n..ITi fiat�•!t I ...AI- '^ u=I E I r(u { uALE ft1A I -AI E ft- I u•LL r(u I •.At ! r!u i u.Lt } rcu I VALE l rtN { yam• , fu { u.• t LAaOREPs EOUIPUE4r UPERATOOS TRUCK ORIVERS IRON*0AK EAS i I i I I I l I I i i I CARP Es TEAS. I I } I { l 1 { { 1 C:ENE!.i UASON$ AI I I 1 { I I I I{ { t I I I I EL EC:RICIANS 1 I I Ai I I I ! I 1 { I TOTAL TABLE 9 ANTICIPATED ViORK FORCE FOR PROJECT L 4110RE.=5 t.::i {lhi OPERATORS TRUCK OPV.-CRS !:A Vu E..I t rEuLh r .AAs.>hS I i 1 I s TOtAL 51GUATURE A rirLE OF CU'.IVAf4Y Uf t ILIAL _ :AIL 1-.%L;) REViEV.EOItY; Islgnmute inrT ride of cucul Agency NeUlesenulive) E OPR 543 (Rev 3175) . .. . .,;... _.,.. ..... � ,.> - - .. .. -� t. . . ..,_'w., •, . .. .•bks.' . .. _.. _..I, .,. t7 •w G INSTRUCTIONS Existing Nork Force — Table A • r For ,each job category enter the total rn,mh,,-r of workers (male anrd femalei employed by ethr•.,r, 'dentrfication and level of work — journeyman, aporent,ce W. re). Include all ,:muloyees of the bidding contractor emlrloyed within the State of California,regaroless of nether they will be employed on the construction oroiect for vinicn the bid is submitted. Do riot include employees of any anticrpit-A suncontrac:ors. Indicate tht total numbers of each identified minority group in the bottom row. Indicate total minorities• total whites,and total employees in each job category in the appropriate columns. Anticipated Work Force— Table B For each job category enter the total number of workers (male and female) by ethnic identrf,canon and level of work — journeyman, apprentice (J, A). Include all employees that :ill be viorkrng on the project only, including those to be employed by any subcontractor. If there isn't encugn blank spaces :o cover all the job ca:rgories to he listed under Table A or B, use additional forms (D?R 543). J.rst indicate "continued" at the torr of the form. If a job category otner than lourneyman or aporenhce is to be listed, i.e., foreman, helper, cross out either J or A and use appropriate initial IF = foreman, H = helperl. If you have another job category to use for a trade alre.rdy printed on the form such as carpenter — foreman, relist carpenter ,n one of the blank spaces, and change the "J" to "F". Indicate the total numbers of each identifiNd minority group in the bottom row. Indicate total minorities, total whites, and total employees in each job category in the appropria:e columns. Indicate the date that peak employ• ment is expectad r i L E-29 : DPf:54300454 ' V454. .. ...,.�. ... �'t w.... f:N(+... rP_ . ..... r., ,. .. .. .,... ...«.., ._ .. .,,1+. ,. ,..t'r�.:•-,�4"1r t.:,.. .. at.�. .� ..+. rti..1Yj.'l .L..��f_ State of California—The Resources AQencY OEPART.ME,NT OF PARKS AND RECREATION SUBCOrlJTRACTORS' CERTIFICATION OF IMPLEMENTATION j OF AREA PLAN verifies that: t S�ocontracton 1. it intends•to use Llse foldoviing fisted construction :radas in the work unoer the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for wnich it is eligible under Part I of the Bid Conditions for participation in the Plan, it•milt comply with the —P!an on all construction work (both federal and non•feder3l) in the area suoject to these Bid Conditions, those trades being ano.or (bf as to those trades for which it is required by these Bid Conditions to comply with Part 11 of the aid 1.3ndi- tions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps con:ained in said Part 11 for all construction work (both federal and noo-fed:rall :n the area subject to these Bid Conditions, those trades being: ;nd 3, it will obtain from each of its subcontractors prior to the award of any suncontract under this succontract the subcontractor certification required by the Bid Conditions. iSignature of autnorizLn wpresenfativtt of biocer) 4 In order to ensure that tho said subcontractors'certification becomes a part of all subcontracts under the prime contract, no subcontract shall be executed until att authorized ropresenutive of the (AgLncY1 had determined, ill writinrl, that the said certification has been incorporated in such subcontract, regardless of tier. Any sub- contract executed without such written approval shalt be void. t •Th+s soave not to be uuK3,n ttse foltowlnq Hometown Plan Areas,for which Part I has not been aoPtoved: Los Angeles,North Flay, Santa Cruz , All traaes to be used on orotects in theca areas must be listed in par*Waoh 2(b). _ wil CPR s»s W3,371 , .-. .. .. •.... - .i ... :. _ .,.. ...... .. t�.n, .... • .-..hl... .. . _. l^>.t�1.. ...•�Iw uu M1l a r4I.F ..i DIVISION F. 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 Weaning: Addendum - A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Affirmative Action Ma over Utilization Re ort - A wr tten ocument a y, weekly, or mont ly prepared by the contractor for submission to the County which reports the total number of employees, the total number of min- ority employee:, and the present minority manhours of total man- hours worked on the project. A areement - The written document of agreement, exe- cuted by the County and the Contractor. chitect or Engineer - Shall mean the architect, engineer, in rv ua or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these speci- fications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. C Bidder - Any individual, partnership, corporation, association, o nc venture, or any combination thereof, submitting e proposal for the work, acting directly, or through a duly author- ized representative. Board of SuSu esors - Shall mean the duly elected or appointed owls a�ho constiitute such a Board, who will act for the County in all matters pertaining to the Contract. Ch—an ge_ Order - Is any change in contract time or price and any change �n contract documents not covered by subcontractors Pro ect Inspector, Construction Supervisor, Inlnspector, or Clerk of _tFe Works shall mean the authorized agent of t e bouncy at`tlte ssite of the work. Contract - The contract is comprised of the contract documents. Contract Documents - The contract documents include the agreement, notice to contractors, instructions to bidders, proposal, plans, general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Rev 5/76 . -24- Hilo J DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions: (continued) Contractor - The individual, partnership, corporation, association, oint venture, or any combination thereof, who has entered into a contract with the County. CC�oun��Zy - Shall mean the County of Contra Costa, a political suo' division 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. bee Section 16B) . General Notes - The written instructions, provisions, conditions, or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans - The official drawings including plans, ele- vations, sections, detail drawings, diagrams, general notes, in- formation and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications - The instructions, provisions, condi- tions and detailed requirements pertaining to the methods and man- ner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Subcontractor - An individual, partnership, corporation, association, Joint venture, or any combination thereof, who con- tracts with the Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not include those who supply materials only. Superintendent - The representative of the Contractor who shall be present at the work site at all times during perform- ance of the work, Such Superintendent shall at all times be fully authorized to receive and act upon instructions for the Architect or his authorized agents and to execute and direct the work on be- half of the Contractor. 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, desig- nated, or required by the contract. Rev. 5/76 -25- h DIVISION F. GENERAL CONDITIONS (continued) 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 em- ployees 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 wav 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 uniform Building Code, the State Fire Marshal, the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. The Contractor shall keep copies of Codes on job at all times during construction period. C. Excerpts from Section 6422 of the Labor Code of the State of California are included below. The Contractor shall comply fully with this section of the Labor Code as applicable. "No contract for public works involving an estimated expendtiure in excess of $25,000.00 for the excavation of any trench or trenches five feet or more in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding bode or by a registered civil or structural engineer, employed by the awarding bddy to whom authority to accept has been delegated, in advance of ex- cavation, of a detailed plan showing the design of shoring, brac- ing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. "Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. "The terms 'public works' and 'awarding body' , as used in this section shall have the same meaning as in Labor Code Sec- tions 1720 and 1722 respectively." Rev. 5/76 -26- DIVISION F. GENERAL CONDITIONS (continued) SECTION 3. Patents and Royalties: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates showing the payment of any such licenses or royalties, and per- mits for the use of any patented or copyrighted devices shall be secured and paid for b the Contractor and delivered to the County on completion of the work, if required. SECTION 4. Contractor's Responsibility for Work and Public t Cies: A. The Work: Until the formal acceptance of the work by the County, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the work by the action of the elements or from any other cause 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- ance. 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 or all public utilities. The Con- tractor shall assume all responsibility concerning same for which the County may be liable. b. Enclosing or boxing in, for portection of any public utility equipment, shall be done by the Contractor. Upon comple- tion of the work, the Contractor shall remove all enclosures, fill in all openings in masonry, grouting the same watertight, and leave in a finished condition. c. All connections to public utilities shall be made and maintained in such maintained as not to interfere with the con- tinuing use of same by the County during the entire progress of the work. SECTION 5. Bond and insurance: A. The Contractor to whom tho work is awarded shall within five (5) working days after being notified enter into a contract with the owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications, shall fur- nish and file at the same time labor and material and faithful per- formance bonds as set forth in the advertisement for bids, on a form acceptable to the County. Rev. 5/76 -27- DIVISION F. GENERAL CONDITIONS (cont'd) SECTION 5. Bond and Insurance (contd) • B. Comnensation Insurance: The Contractor shall take out and maintain durinc the life of this Contract, adequate Workman 's Compensation Insurance for all his em- ployees employed at the site of the project, and in case any work is sublet, the Contract shall reouire the subcontractor similarly to provide '.dorkme n 's Compensation Insurance for the latter's employees. unless such employees are covered by the protection afforded by the Contractor. In case any class of emoloyee engaeed in hazardous work under the Contract at the site of the project is not protected under the .dorkmen 's Compensation statute, or in case there is no applicable Workmen 's Compensation statute , the Contractor shall provide , and shall cause each subcontractor to provide , adeouate insurance for the protection of his employees not otherwise protected. C. Public Liability and Prooerty Damage Insurance: The Contractor, at no cost to Public Agency,. shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, in- eluding coverage for owned and non-owned automobiles , with a minimum combined single limit coveraa_e of S500,000 for all damages due to bodily injury, sick- ness or disease, or death to any person , and damage to property, including the loss of use thereon:, arising out of each accident, or occurrence . Con- sultant shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds , and requiring 30 days ' written notice of policy lapse or cancellation. The The Contractor shall submit a Certificate of Liability Insur- ance which shall include the "hold harmless" agreement as required in the Articles to Agreement. D. Fire Insurance: Omitted. • -28- LA0 dp*0 ri ..... ,_..a.7u.i�A.4J.�•ry+..c ►v.Cr:.atiKr,•,'.v . ... .r'�r' r DIVISION F. GENERAL CCN DITIONS Scontinued) SECTION 5. BOND AND 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 be subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain aPProvision that coverage af- forded under the policies will not be cancelled until at least ten days' prior written notice has been given to Contra Costa County. F. PERFORMANCE BOND: One bond shall be in the amount of One Hundred percent (1007.) of the Contract, and shall insure the Owner during the life of the Contract and for the term of one (1) year from the date of acceptance of the work against faulty or improper mater- ials or workmanship that may be discovered during that time. G. PAYMENT BOND: One bond shall be in the amount of fifty percent (507.) 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 6. SUBCONTRACTING: A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recog- nized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the ful- fillment of this contract and shall keep the work under his control. When any subcontractor fails to prosecute a portion of the work in a manner satisfactory to the Architect or Engineer, the Contractor shall remove such subcontractor immediately upon written request of the Architect or Engineer and he shall not again be employed on the work. C. Although the specification sections of this contract may be arranged according to various trades, or general grouping of work, the contractor is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate dis- putes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. Rev. 5176 r29- DIVISION f, GENERAL CONDITIONS (Continued) SECTION 6. Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only fn case of public emergency or necessity, and then only after a finding reduced to writing as public rec- ord of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcontractors must be in accordance with the provisions of the "Subletting and Subcontracting Fair Practices Act" beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject him to penalties which may include cancellation of contract, assessment of 10 percent of the subcontractor's bid, and disciplinary action by the Contractors' State License Board. SECTION 7. TIME OF WORK AND DAMAGES: A. The County will designate the starting day of the con- tract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal (Bid Form) �•`� for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. B. If the work is not completed within the time required, damage will be sustained by the County. It is and will he impract- icable and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay; and it is therefore agreed that the Contractor will pay to the County the sum of money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time pres- cribed. If the Contractor fails to pay such liquidated damages the County may deduct the amount thereof from any money due or that may become due the Contractor under the contract. C. The work shall be regarded as completed upon the date the County has accepted the same in writing. D. Written requests for contract time extensions, along with adequate justification, shall be submitted to the 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. Rev. 5/76 -30- 0�"I�2 DIVISION F. GE:TZBAL CONDITIONS (continued) SECTION i. TIME OF WORK AND DAMAGES: (contineed) F. Should the County, for any cause, authorize a sus- pension of work, the time of such suspension will be added to the time allowed for completion. Suspension of work by order of the County shall not be deemed a waiver of the claim of the County for damages for non-completion of the work after the adjusted time as required above. SECTION 8. PROGRESS SCHEDULE: Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations on a chart form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work, the dates on which he will start each major sub- division of the work, and the contemplated dates of completion of such subdivision. When required by the County, The contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. (Normally a new schedule will be requested when schedule is more than thirty (30) ' days in error.) SECTION 9. TEMPOWY 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 com- pletion of the work shall remove all temporary piping. B. The Contractor, at his own cost, shall furnish and in- stall all meters,ali electric light and power equipment and wiring, all gas meters, gas equipment and piping that is necessary to per form his work and shall remove the saupon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor shall furnish, wire for, install and main- tain temporary electric light wherever it is necessary to provide illumination for the proper performance and/or inspection of the work. The lighting shall provide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read in every place where said work is being performed. This 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. Rev. 5/76 -31- 0 A 0LY DIVISION F. GENERAL CONDITIONS (Continued) SECTION 9. TEMPORARY UTILITIES AND FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men, These facilities shall be of an approved type conformin to the requirements of the County Health Department, and shall be weathertight structures with raised floors. Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall service such facilities daily, maintaining same in a clean and sanitary condition. Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered and/or upon completion of work. E. The County will pear directly to the utility companies connection fees, annex ton tees, permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associ- ated with the temporary services are required they will be paid by the Contractor. The County will not a for water, gas, tele- phone and electricity consumed on the project until after the County makes written request to the utility companies that bil- lings be sent to the County. (Normally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for Variations to the above requirements. SECTION 10. PERMITS: A. The Contractor shall make application for all permits, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders, of any body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is not required to pay any charges associated with per- mits. (It is noc the present policy of the County to pay fees to the incorporated cities for permits.) SECTION 11. CONDUCT OF WORK: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Con- tract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of proper quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the.time agreed. Rev. 5/76 -32- DIVISION F. GENERAL COMITIONS (Continued) SECTION X11. CONDUCT OF WORK: C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all time until the job is accepted by the County. This superintenoent shall be empowered to act in all matters pertaining to the work. D. Daily Manpower Reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the site ready for the construction. He shall verify dimensions and scale of plot plans, and shall check all dimensions, levels, and construction. F. Where work of one trade joins, or is on other work, there shall be no discrepancy or incomplete portions when the total project is complete. In engaging one kind of work with another, marring or damaging same will not be permitted. Should improper work of any trade be covered by another which results in damage, or defects, the whole work affected shall be made good by the Contractor without expense to the County. G. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and set at proper times. 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. I. 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. SFSTION 12. RESPOND BIS,LITY FOR SITE CONDITIONS-- 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 Rev. 5/76 -33- DIVISJON F. GENERAL CONDITIONS (Continued) SECTION__12. RESPONSIBILITY FOR SITE (continued) promptly notify the County in writing. Where necessary for the work of the contract, the County shall issue a written order to the Contractor to make such adjustment, rearrangement, repair, removal, alteration, or special handling of such utility, including repair of the damaged utility, For the purposes of the foregoing, "active" shall mean other than abandoned, and "utility installations" shall include the following: Steam, petroleum products, air, chemical, water, sewer, storm water, gas, alectric, and telephone pipe lines or conduits. The Contractor shall perform the work described in such written order and compensation therefor will be made in accord- ance with Section 21, relating to changes in the work. Except for the items of cost specified in such Sections, the Contractor shall receive no compensation for any other cost, damage or delay to him due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter acts with- out instructions from the County, then he shall be liable for any or all damage to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof, and he shall repair and make good such damage at his own cost. ( B. If the contract requires excavation or other work to a stated limit of excavation beneath the surface, and if during the course of the work the County orders a change of depth or dimen- sions of such subsurface work due to discovery of unsuitable bearing material or for any other cause, then adjustment to con- tract price for such change will be made in accordance with Sec- tion 21. Except for the items of cost specified therein, the Con- tractor shall receive no compensation for any other cost, damage, or delay to him due to the presence of such unsuitable bearing material or other obstruction. SSECTI09 13,- INSPECTION: A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or anyy part thereof and the shops where work is in preparation. This obli- gation shall include maintaining proper facilities and safe access for such inspection. Where the contract requires work to be tested, it shall not be covered up until inspected and approved by the County, and the Contractor shall be solely responsible for notify- ing Che Counry where and when such work is in readiness for inspec- tion and testing. Should any such work be covered without such test and approval, it shall be uncovered at the Contractor's ex- pense. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County ,jch intention at least two working days prior to performing such work, or such other period as may be speci- fied, so that the County may make necessary arrangements. Rev. 5/76 -34- 00 RJ O DIVISION F. CE:'ERAL CONDITIONS (Continued) SECTION 113. 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. REJECTIONS 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 shall promptly replace and reexecuce his own work in accordance with the Contract and without expense to the County and shall bear the expense of making gcod all work of other Contractors destroyed or damaged by such removal. B. If the Contractor does not remove such condemned work and materials within reasonable time. fixed by written notice, the County may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expenses of such removal within ten (10) days thereafter, the County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net pro- ceeds tho!reof after deducting all costs and expenses that should have been borne by the Contractor. SECTION 15. INTERPRETATION OF CONTRACT REQUIREMENTS: A. Correlation: The contract documents shall be interpreted as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operation. Any require- ment occurring in any one of the documents is as binding as through occurring in all. B. Conflicts in the Contract Documents: In the event of conflict in the contract documents the priorities stated in sub- divisions 1, 2, 3, and 4 below shafl govern: 1. Addenda shall govern over all other contract doucments, except the County s Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifi- cations, the specifications shall govern. 3. Conflict within the Plans: a. Schedules, when identified as such, shall govern over all other portions of the plans. b. Specific Notes, shall govern ever all other notes and all ether portions of the plans. c. Larger scale drawings shall govern over smaller sale drawings, -35- Rev 5/7hc i • L 001A61 DIVISICN F. GEt:--?AL CCNDITICNS (Con't.) SECTION 15, I?rrEPPP.ETATION OF CO`iTPAcT ?EOUIREME4T5: (:on't.) 4. Conflicts within the Specifications: a. The "General Conditions of the Contract" .-;hall 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 complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts, materials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. "Minor detail" shall include the concept of substantially Identical components, where the price of each such component Is small even though the a-gregate cost or Importance is substantial, and shall include a sinale 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. lite, and profile of the parts or materials otherwise set forth in the contract documents. SECTION 16. gLARLrICAT10NS AND ADDITIONAL INSTRUCTION: A. Notification by Contractor: Should the Contractor discover any conflicts, omissions, or errors In the contract documents or have any question concerning interpretation or clarification of the contract documents, or if it appears to him chat the work to be done or any matters relative there- to are not sufficiently detailed or explained in the contract docrr.+ents, then. before proceeding with the work affected, he shall Immediately notify the County in writing through the Construction Supervisor, and request interpreta- tion, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of Instructions from the County, he shall remove and replace or adjust any work which is not In accordance therewith and he shall be responsible for any resultant damage. defect or added cost. B. Field Urders: During the course of the work the Arcnitect and/or Engineer Tay issue Field Orders regarding the work. These Field Orders will supplement the Pians 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 'cime or price. Performance, partially or in full. of a Field Order shall constitute a waiver of claim for a change in contract time or price for the work covered by the Field Order, unless a Change Order has been issued. C. Change Orders: See Section 21, this Division. Rev.1.2/72 —36- 103 DIVISION F . GENERAL CONDITIONS (Coa't.) SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. SECTION 18. 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 4180 et seq., of the Government Code, State of California. B. Mechanical equipment, fixtures and material shall be delivered in original shipping crates to the job site and the County shall be notified of the receipt of such equipment, fixtures and material before uncrating. The County will, when desired, inspect such equipment, fixtures or material to determine any damage or deviation from that specified. Items damaged during delivery shall be 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 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 Rev. 12/72 -37- )Nk 11 . e GV:Q.AL V;'DITION (Can't.) _�':Ttt`; 13, "AT 'IA'_5, ARTICLES, AtM EQUIPMENT: (Con':.) that specified. 3equest for substitution shall bu made In ample time for tt.,e County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material, testing laboratory reports on material or process, manufacturer's specification data. field reports on product's approval and use by other public agencies, material costs. and installation costs and -+aintenance 3rovir-lonq and experience or other data as required by the County. Tye County's decision concerning the refusal or acceptance of proposed vibstitute 'or that soecifled shall be accepted as final. Request, 'or substitution will only be considered when offered by the Contractor with the reason for substitution. "rliitre to suhmit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. The Contractor shall Include n notice of change in contract prices, if substitution is approved. D. All materials shall be delivered so as to Insure a speedy and uninterrupted progress of tt�e work. Same shall be stored so as to cause no obstruction. and so as to prevent overloading of any portion of the structure. and the Contractor shall be entirely responsible for damage or loss by weat"er or other cause. E. Within fifteen (15) days_after the slaning of the Contract, the Contractor shall submit for nobrovai to the County a complete Fist of all materials it Is grog used to use under this Contract, which differ In any respect +/ from -tateriais specified. This lint shall include all materials which are \ nroposed by the subcontractors as well 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 materials which are submitted for approval or substitution, together with the figures In bid form of the speciflad material or materials for which substitutions are Proposed, in case a substitute Is offered and accepted as approved equal to materials 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 benefits may be derived from the substitution. Failure to propose the substitution of any article within thirty-five (35) days after the sixnin¢ of the Contract may be deemed sufficient cause for the dental of request for substitution. iEcriox ig, SHOP DRAwms. DESCRIPTIVE DATA. SAKPLES. ALTERNATIVES: A. The Contractor shall submit promptly to the County, so as to cause no delay In the work, all shop drawings, descriptive data and samples for the various trades as required by the specifications, and offers of alter- natives, If any, Such submittals Ghali be checked and coordinated by the Contractor with the work of other trades involved before they are submitted to the County for examination. Rev. 12/72 -38- cyo= ` i� DIVISION f . GMERAL CONDITIONS (Con't.) SECTION 19. SHOP DRAWINGS, DESCRIPTIVE DATA, SAMPLES. ALTERNATIVES: (Con't.) B. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schedule, or five (5) 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 work be installed before same becomes apparent, as approval by the County covers general layout only. Fabrication, details and inspection shall conform to approved Contract Drawings. - C. Descriptive Data: Submit sets of manufacturer's brochures or other data required by the specifications in the number of copies an required in submittal schedule, or five (5) copies if no schedule is included in these documents. The County will examine such submittals, noting thereon corrections, and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles, materials or equipment as required by the specifications. The work shall be In accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option, will become the property of the County or will be removed or disposed of by the County at Contractor's expense. • E. Alternatives: For convenience in designation on the plans 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 shall 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- ment shall be upon the Contractor. The County shall be the sole judge ds to such matters. In the event that the County rejects the use of such alternative materials, articles, or equipment, then one of the particular products designated by brand nave shall be furnished. Rev. L2i'72 -39- o�ZAI'�3 L � r... DiVISIC`iF. GENEIAl. CV,'4JITILNS (Con't.) SECT to: 19, ;HuP DRAWINGS, DESCRIPTIVE DATA, SAMPLES, A1TEANATIVEi: (Con't.) The County will examine. with reasonable promptness, such submittals, and return of submittals to the Contractor shall not relieve the Contractor from responsibility 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 identifv 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 art required for the proper installation and fit of alternative materials. articles, or equipment, or because ofdeviations 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 A01D 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 test required by the County shall be at Contractor's expense. Unless otherwise directed, all samples for testing will be taken by the County from tho materials. articles or equipment delivered, or from work performed, and tests will be under the super- vision of, or directed by, end at such places as may be convenient to the County. `Materials, articles, and equipment requiring tests shall be delivered in amp1P time before intended use to allow for testing, and none may be used before receipt of written approval by the County. Any sample delivered to the County or to the premises for examination, Including testing. shall be disposed of by the Contractor at his own expense within not more than ten (10) days after the Contractor acquires knowledge that such examination is concluded, unless otherwise directed by the County. SECTION 21. CHANCE ORDERS: The County reserves the right to order in writing changes in the plans and specifications, without voiding the contract, and the Contractor shall comply with such order. No change or deviation from the plans and specifications will be made without authority in writing from the County. s 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 costa. Rev. 12/72 -40- c; 'W'A -'4. �CS...*t.+a+.ada.- ...c1.,..f. ..on+F.•. r....)r^..•..« n.. ♦`1+..+.t+Ya�...1N�G.h..ti '+.CQii►ii.�'J�}I..yMef'wy: A fl. -.:�- • � er DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 21. CHANGE ORDERS: (Con't.) (2) On a unit price basis. (3) On a coat-plus basis in accordance with the following conditions: (a) MARK-UPS: 1. For work performed by the General Contractor an amount equal to the direct cost (as defined herein) of the work • plus 15% of the direct coats for overhead and profit. 2. For work performed by a sub-contractor an amount equal to the direct costs (aa defined herein) of the work plus 20% of the direct costs for overhead and profit. (Suggested breakdown: 15% to the sub-contractor, 5% to General Contractor.) 3. For work performed by a sub-sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 25% of the direct costa for overhead and profit. (Suggested breakdown: 15% to sub-sub-contractor, 5% to sub-contractor, 5% to General Contractor.) 4. In no case will the total mark-up be greater than 25% of the direct costs notwithstanding the number of contract tiara actually existing. yti 5. For deleted work the mark-up shall be 10% of the direct • coats or the agreed upon estimate thereof. (b) DIRECT COSTS: 1. Labor: The costa for labor shall include any employer payments to or on behalf of the workmen for health and welfare, pension, vacation and similar purposes. Labor rates will not be recognized when in excess of those prevailing in the locality and time the work is being performed. 2. Materials: The actual cost to the Contractor for the materials directly required for the performance of the changed work. Such cost of materials may include the cost of procurement, transportation and delivery if necessarily incurred. 'If a trade discount by the actual supplier is available to r 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. Rev. 12/72 Rev. -41- OX, na.�';: v:."f'.•�`.rw+ta... ?a..,.,Spo-+L,� .. .. x.,y•�,i.✓aG.is�... DIVISION F. GENERAL CONDITIONS (Con't.) SECTIOU 21. CHANCE ORDERS: (Con't.) 2. Materials: (Con's.) 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 case the cost of the materials shall be deemed to be the lowest current wholesale price at which similar materials are �t available in the quantities required. The County reserves the right to furnish such materials as it deems advisable, and the Contractor shall have no claims for costs or profits on material furnished by the County. 3. Equipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any time less than 30 minutes shall be considered one-half hour. No payment will be made for time while equipment is inoperative due to breakdowns or for non-working days. In addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be paid in lieu of rental time therefor. However, neither moving time nor loading and transportation costs will be paid if the equipment is used on the project in any other way than upon the changed work. Individual pieces of equipment having a replacement value of S1,000 or less shall be considered to be tools or small equipment, and no avp .mens will be made therefor. For equipment owned, furnished, or rented by the Contractor, no cost therefor shall be recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance 'of any kind, depreciation, storage, insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. (c) ALLQWABLE TIME EXTENSIONS: For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. Each estimate for a change in the work submitted by the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. Rev. 12/72 —42— co .., „w^,-.•..w ....'," ,.� ;R>�i�7.: .^.u.: ....n, .'. .l; ,. '':t .z v._*'•~. ..• .:� ., .�. .N� u.'.. .. _J:.a ..L,�...rt�l a.3.�.. .dw.,M..:. !u......w. .ya"a .. .. a DIVISION F. GENERAL CONDITIONS (Coni.) SECTION 21. CHANGE ORDERS: (Con't.) (d) RECORDS AND SUPPORTIVE INFORMATION: (1) The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of extra work paid for on a coat-plus basis and the costs of other ' operations. (2) Contractor shall maintain daily records showing man hours and material quantities required for cost plus work. The Contractor - shall use a form approved or provided by the County. The forms will be filled out in duplicate and the County's inspector will review and attach his approving signature to the form on the day the work is performed. (3) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (4) The contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAILURE TO AGREE AS TO COST: Notwithstanding the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contractor, upon written order from the County, shall proceed immediately with the changed work. Daily job records shall be kept as indicated in Paragraph (d) above and when agreed to by the Contractor and the construction inspector, it shall become the basis for payment of the changed work. Agreement and execution of the daily job record by the construction inspector shall not preclude subsequent adjustment based upon a later audit by the County. Rev. 12/72 -43-. t.Yi.,. ..c a.� Ar.a t:..r ':r.�l. ,:C..r.•�r.'.'t+:�it�+v. .. t. ',.. _ .,. n - -;• .- j i DIVISION F. GENERAL CONDITIONS (Can't.) SECTION 22, LABOR: Every part of the work sRall be accomplished by workmen, laborers, or mechanics especially skilled in the class of work required and workmanship shall be the best. SECTICN 23, OCC'_PANCY BY THE COUNTY PRIGR TO ACCEPTANCE: The County reserves the right to occupy all or any part of the project prior to completion of the work, upon written order there:or. in such event, the Contractor will be relieved of responsibility for any injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof, nor will It relieve the Contractor of responsibility for correcting defective work or materials found at any time before the acceptance of the work as set forth in Section 26 or during the guaranty period after such acceptance, as set forth In Section 26. SECTION 24, PREiERVATION AND CLEANING: A. The Contractor shall protect and preserve the work from all damage or accident, providing any temporary roofs, window and door coverings, boxings or other construction as required by the County. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed during construction, rubbish shall be removed, and at completion the whole work shall be cleaned and all temporary construction, equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to Che County. SECTION 25 PAYNEIJr OF FEDERAL OR STATE TAXES: Any Federal, State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and paid by the Contractor. The County will furnish Excise Tax Exemption Certificates to the Contractor for any articles which are required to be furnished under the Rev. 12/72 —44— DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 25. PAY:JENT OF FEDERAL OR STATE TAXES: (Con't) Contract and which are exempt frcm Federal Excise Tax. SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it s shall have been completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. , B. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any necessary arrangements for fire insurance and extended coverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings - all as required by the contract documents. SECTION 27, FINAL PAYMENT AND WAIVER TO CLAIMS: After the official acceptance of the work.by the County, the Contractor shall submit to the County, on a form acceptable to the County, a request for payment in full in accordance with the contract. The form "Statement to Accompany Final Payment" (Page u�) shall be completed, signed by the Contractor, and submitted to the County with the final payment request. SECTION 28. GUARANTEE: 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 replrce 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 guar- antee 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 calen- dar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any Rev. 5/76 -45- �4 DIVISION F. GENERAL CONDITIONS (Con't) SECTION 28. GUARANTEE (con't.) 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 de- mand. The County shall be entitled to all costs, including reasonable attorney's fees, necessarily incurred upon the con- tractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to the health or safety of the County's employees, property, or licen- sees, the County may undertake at the Contractor's expense with- out 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 general contractor and each of the listed sub- contractors shall execute and furnish the County with the standard guarantee form. (See Page Rev. 5/76 -46- 004IAi8 • GUARANTEE FOR CONTRA COSTA COUNTY BUILDING MARTINEZ, CALIFORNIA We hereby guarantee to the County of Contra Costa the (Type of Work) which we have installed in the (Name of Building) California, for year (s) use from date of filing of the completion notice in the Office of the County Recorder, we agree to repair or replace to the satisfaction of the County any or all such work that may prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect 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 costa and charges therefore immediately upon demand. This guarantee covers and includes • any special terms, including time periods, specified for this work or materials in the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: (Affix Corporate Seal) GENERAL CONTRACTOR Date: (Affix Corporate 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. Rev. 12/72 . -47- FORM STATEMENT TO ACCOMPANY FINAL PAYMENT To: Contra Costa County Public 'corks 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 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. Rev. 12/72 -48- 1 00�180 DIVISION G SPECIAL CONDITIONS & SUPPLEMENTARY GENERAL CONDITIONS G-1 INSPECTING THE SITE The site and existing building will be available for inspection at anytime during working hours. Additional assistance, if needed, may be obtained through the Building Design & Construction Section, Telephone Number (415) 372-2146. G-2 EXISTING FACILITIES The existing Fire Station, Fire College, Apparatus Maintenance Building, Building B, Rooms Q, R, S, T, (Building A) and all other existing facilities will remain in operation throughout the construction period. All work under this Contract shall be scheduled and executed so as not to interrupt these facilities and work shall be conducted to cause the least nuisance possible. Coordinate construction and use of premises with the Owner. Notify Owner two working days in advance of disruption of any utility service. All parking by the Contractor and his employees shall be on-site where directed by the Owner on a space available basis. Existing drives and parking areas shall remain available to existing operations. G-3 REFERENCES TO AUTHORITY All references to "Owner's Representative" , "Board", "Architect" , "County "Owner" shall mean the County as defined under Section 1, Definitions, of the General Conditions. G-4 FURNISHINGS & EQUIPMENT FLOOR PLAN Refer to the "Furnishings and Equipment Floor Plan" in the Drawings for items to be furnished and installed by the Owner and for items to be furnished by the Owner but installed by the Contractor. This is not intended to be a com- plete description of items furnished and or installed by the Owner but only as a general description of equipment and furnishings locations. The Contractor shall be responsible for noting similiarly Owner provided items throughout the Drawings and Specifications. G-5 OWNER INSTALLED EQUIPMENT (Section 16) Contractor will co-ordinate with the Owner and advise him at least ten working day., in advance when installation of Owner installed equipment is to be made. This will be co-ordinated to avoid delay to the construction schedule. Any work covered up or made inaccessible will be removed and refinished at the Contractors expense.. A. Fire Protection System: Owner will provide and install all portions of the system. B. Intrusion Alarm System: Owner will provide and install all portions of the system. C. Communication System (radio and inter-communication system) : Owner will provide and install all portions of the system. Inter-communication will be conducted through the telephone system. Owner will provide and install cable thru existing underground communication conduit to station IO. D. Telephone System: Contractor shall provide and install conduit, junction boxes and pull wires. Owner will provide and install all other portions of the system. ��82 DIVISION H SCHEDULE OF DRAWINGS ARCHITECTURAL Sheet No. • Existing Floor Plan, Site Plan 1 Existing Exterior Elevations 2 Revised Floor Plan, Room Finish Schedule 3 Building Furnishings & Equipment Floor Plan, Door Schedule 4 Revised Exterior Elevations Building A 5 Wall Sections 6 Wall Sections 7 Roof Plan, 8 Cabinet Details 9 Interior Elevations 10 STRUCTURAL Floor Framing Plan, Foundation Plan SS Roof Framing Plan & Sections Structural Sections & Details S3 Structural Details S4 Typical Structural Details S5 PLUMBING Floor Plan, Schedules & Details P1 MECHANICAL Floor Plan, Schedules & Details M1 MECHANICAL-ELECTRICAL Mechanical & Electrical Site Plans ME1 ELECTRICAL Power Plan & Schedules E1 Lighting Plan & Schedules E2 Telephone, Communications & Fire Protection Plan E3 DIVISION 1 GENERAL REQUIREMENTS SECTION 1A STANt)ING REQUIREMENTS *1A- 1. INCLUSION OF GENERAL CONDITIONS A. The General Conditions and following General Requirements are hereby made a part of this Specification which, together with Addenda, accompanying drawings , and change orders are hereby made a part of the contract documents. The General Conditions as set forth in full apply to all sections of the Specifications as if restated in full . IA- 2, DRAWINGS AND SPECIFICATIONS: A. Drawings which form a part of Contract Documents accompany these specifications. B. Specifications which form a part of Contract Documents consist of sections as listed in Table of Contents in forepart of these specifications. C. Addenda to Specifications: Instructions issued by Owner covering changes in or special interpretations of, drawings or specifications , are incorporated in Contract Documents by means of Addenda to Specifi- cations , before executing contract. Verify that changes and interpre- tations covered by such instructions have been correctly listed and described in the related Addenda. D. The Contractor shall check each set of drawings and specifications and • verify that each and all sheets are included as scheduled or indexed. Be responsible in notifying the Owner of any sheets which may not be included. 1A- 3. EXAMINATION OF THE SITE: A. Data in these specifications and on the drawings are as accurate as possible, but are not guaranteed. The Contractor shall verify locations , levels , dimensions and features of the site and related improvements that may affect the work. No allowance will be made in his behalf for any extra expense resulting from failure or neglect in determining the con- ditions under which the work is to be performed. 1A- 4. SUBCONTRACTS A. Subcontractors shall consult with those doing other work to ascertain locations of various materials and to familiarize them with his own material locations, making such changes as may be required to obtain best results in opinion of Owner whose decision shall be final . B. Subcontractors shall schedule work and cooperate with those doing other work to avoid delays , interferences and unnecessary work conforming to schedule of operations , making installation when and where directed. C. Separate Contract Items: As indicated, cooperate with Contractors in- stalling such items so as to facilitate their satisfactory installation. 00116 1 Fire College Standing Requirements 1A - 1 1A- 5. MAINTENANCE OF EXISTING IMPROVEMENTS AND UTILITIES A. The-Contractor shall be responsible for securing his equipment and mat- erials , during construction, against vandalism or weather damage. B. The removal and/or replacing of any existing improvements, pipes, conduits, pavement, etc. , necessary for the proper completion of any work herein specified shall be performed by the Contractor, and no claim for extra work shall be made for such removal and replacement. 1. In case it shall be necessary to remove or relocate any water pipes , electrical conduits or underground utilities or structures of any character, or any portion thereof, the Owner or his agent or super- intendents shall be notified by the Contractor and the Contractor shall make the necessary arrangements for such removal . The right is re- served to the Gas, Water, Telephone, and Electrical Power Transmission companies to enter upon the work for the purpose of making repairs and changes that have become necessary by reason of the work specified herein. 2. The Contractor shall thoroughly investigate all existing wires , pipes and conduits above and below ground, and shall provide for the main- tenance or replacement of same in good condition. Refer to Mechanical Work, DIVISION 15 and Electrical Work, DIVISION 16. IA- 6. PROTECTION OF WORK AND PROPERTY A. Contractor will be held responsible for care and preservation of existing trees, landscaping, utilities , walks , streets and parking areas which are to remain, and coterminous property. He shall repair, replace or clean , at his own expense and to Owner's satisfaction, parts of them injured, • damaged or disturbed because of his work. B. The work shall include such temporary fences, barricades , lights, covers and other safety devices necessary for the protection of life or property and to prevent accidents . Existing facilities that interfere with the work shall be re-routed or boxed in or otherwise protected and maintained in service. Provide dust barriers where necessary. C. The County or the Owner will not be held responsible for the security, loss or damage to materials , equipment, tools , etc. , stored within the building or premises. 1A- 7. INTENT OF DOCUMENTS A. Contract documents are intended to include everything necessary for proper execution of project. Every item necessarily required may not be specifi- cally mentioned or shown. Unless expressly stated otherwise, systems and equipment shall be complete and operable. IA- 8. CONFLICTS BETWEEN DOCUMENTS A. Drawings indicate general arrangement and location of such items as piping, conduit, ductwork, apparatus and equipment. Contractor shall , if necessary, deviate from arrangement or location shown in order to meet structural or architectural conditions or because of interference with other work, after notifying the Owner without expense to Owner. Fire College Standing Requi remeni 1A- 9. CODES & STANDARDS A. Contractor shall conform to all local , city, County and state building and sanitary laws , rules and regulations, and industrial safety laws . In the absence of definite requirements on the drawings , the provisions of such rules and regulations shall be observed by the Contractor. In case of conflict,. the most strict requirement shall govern. B. Unless otherwise noted, all manufactured materials , products, processes , equipment or the like shall be installed in accordance with manufacturer's printed instructions or specifications. C. Specified manufactured products , brand names and assemblies are to establish standards of quality and utility. Substitutions of equal quality and utility acceptable, subject to approval by the Owner. Refer to General Conditions, Section 19 and 20. D. In the specifications following, certain industry, association, State and/or Federal Government Standard Specification documents are referred to, to establish minimum requirements for materials and/or workmanship. Copies of each are on file with the Owner. Copies may be obtained by the Contractor by applying to the respective industry, association, State and/or Federal Government department. 1. "F.S." refers to Federal Specifications of the respective numbers established by the procurement Division of the United States Government, of the latest editions including Amendments thereto but not including War Emergency Amendments. 2. '"C.S." refers to Commercial Standards of the respective number by U.S. Department of Commerce. 3. "A.S.T.M. " refers to tentative specifications , standard specifications, standard methods or standard methods of testing, of the respective serial number issued by the American Society for Testing Materials . 4. "U.B.C. " or "I .C.B.O." refers to Uniform Building Code by International Conference of Building Officials, of Edition as adopted and amended as a local ordinance. 1A-10. MANUFACTURERS' INSTRUCTIONS A. With exceptions as specified or indicated on the drawings , apply, install , connect, erect, use, perform, clean, and condition all manufactured articles, materials, and equipment in accordance with manufacturers ' current printed recommendations. Keep all copies of such printed recommendations at the job site and make available to the Owner or his representative. 1A-11. INSPECTION OF MATERIALS A. Contractor shall make close inspection of materials as delivered. He shall promptly reject and return defective materials without waiting for rejection by Owner. t�i,�'�.��J Fire College Standing Requirements 1A - 3 1A-12. WORKMANSHIP A. Contractor shall inspect work in progress to insure that it is of highest possible quality. Workmanship will be subject to approval of Owner; defective or substandard work shall be removed and corrected to his satisfaction. 1A-13. MATERIALS, SERVICES AND, FACILITIES A. Materials for construction operation shall be brought in, unless otherwise noted, and work conducted so as to avoid interference with concurrent con- struction by others or necessary field operations relative to future work. Materials shall be stored on site where directed by the Owner. 1A-14. PERMITS, FEES, AND REGULATIONS A. The Owner will secure and pay for all building permits and fees and any other permits as necessary or 'required by governmental agencies to complete the work. Refer to Mechanical , DIVISION 15 and Electrical , DIVISION 16. B. If Contractor observes that Drawings and Specifications are at variance ,,w.ith codes , he shall notify Owner in writing at once. 1A-15. UTILITIES A. Gas , water and electrical power are available at the site and will be paid for by the Owner. 1A-16. ACCURACY OF DATA FOR PLUMBING AND MECHANICAL WORK A. The drawings indicate the general arrangement and location of piping, and locations of apparatus and equipment. Should it be necessary to deviate from arrangement or location shown in order to meet structural or archi- tecural conditions or because of interference with other work, such deviation shall be made without expense to the Owner. B. Extreme accuracy of the data given in the specifications and on the draw- ings is not guaranteed. The drawings and the specifications are for the assistance and guidance of the Contractor, and exact locations , distances and levels will be governed by the building site and actual building conditions . 1A-17. FORM OF SPECIFICATIONS A. Specifications are of the abbreviated type and include simplified and incomplete sentences. Omissions of words or phrases such as "the Contractor shall" , "in conformity with". "shall be" . "as noted on the drawings", "according to the drawings", "an" , 'Ithe" , "ail" , etc. , are intentional . Omitted words and phrases shall be supplied by inference. These abbrevia- tions shall in no way change the intent or meaning of this specification. IN Fire College Standing Requirements 1A - 4 1A-18. CONTRACTOR 'S SUPERINTENDENCE AND SUPERVISION A. The Contractor, s Superintendent shall represent the Contractor in his absence and all directions given him shall be as binding as if given to the Contractor. The Owner shall not be responsible for the acts or omissions of the Superintendent or,his assistants. ' B. The Contractor and his superintendent shall give efficient supervision to the work, using his best skill and attention. They shall carefully study and compare all Drawings , Specifications and other instructions and shall at once report to the Owner any error, inconsistency or omission which he may discover. C. The Contractor shall furnish the name of his superintendent to the Owner at the preconstruction conference. If any change is made during the pro- gress of the work, the Owner shall be notified in writing. 1A-19. SEASONAL LIMITS A. No utilities shall be constructed or installed and no pavement nor fill material shall be placed, spread or rolled during unfavorable weather conditions. When the work is interrupted by heavy rain, fill operations shall not be resumed until field tests by the Owner's representative indicates the moisture content and density of the fill are as specified in these specifications. IA-20. PREREQUISITES TO FINAL ACCEPTANCE: A. Before final acceptance of the work is authorized, the following require- ments of the contract documents shall be complete and approved. This shall include but is not limited to the following: 1. Submission to Owner, required written guaranteei . Each and every subcontractor performing work or furnishing material incorporated in this project shall submit a written ouarantee of the work or material , use standard guarantee form, Page 41, General Conditions. 2. Satisfactory completion of all construction work. 3. Provide Owner with a complete list of subcontractors and principal vendors , including addresses and telephone numbers. 4. Deliver to Owner a complete file of Operation & Maintenance Manuals of equipment and materials used in the work, and a complete parts list. 5. As Built Drawings: Refer to Section 1B, "Procedures", IB-5 "Drawings of Record" . Fire College Standing Requirement DIVISION 1 GENERAL REQUIREMENTS SECTION 1B PROCEDURES 1B- 1. PRE-CONSTRUCTION CONFERENCE A conference will be arranged prior to the start of work which shall be attended by the Contractor and the Owner. The purpose shall be to reach agreement on the timing and method of all procedures related to the smooth progress of the work and contract and discussion of any other items that may require clarification. Also, the procedure and distribution of all documents and correspondence related to the contract shall be established. 1B- 2. CONTRACTORS OPERATIONS A. Premises , buildings , grounds and utilities serving them not particularly assigned to Contractor shall not be used for Contractor's convenience nor used without express permit to do so, arranged for in advance with Owner. B. Contractor shall maintain and protect existing facilities encountered in or near vicinity of work or operations under the Contract, including on grade, above grade, and below grade structures , utilities , construction and improvements, whether existing or newly placed under the Contract. C. No service shall be shut down, transferred or otherwise interrupted without first giving the County Inspector 2 working days advance notice. The County Inspector will schedule all utility shutdowns . D. When utilities are accidentally or inadvertently interrupted, they shall be immediately restored to service prior to continuation of any other • work under the Contract, regardless. of the hour of occurrence. E. The Contractor shall store materials to be used for the project in the area so designated on the plans or as directed by the Owner. F. The Contractor shall maintain a clean and protected operation. Protection of adjacent areas will be provided by the Contractor as necessary. Floors shall be broom clean, and all debris and waste shall be collected and removed at the end of each working day. The Contractor shall provide his own trash box. G. The Contractor shall take proper measures to prevent tracking of debris onto City streets, roads or drives . All egress from the site shall be maintained in a clean condition, and any debris tracked onto streets , roads and drives shall be immediately removed and the affected area- cleaned. The Owner may order such work at any time as the conditions warrant. H. The Contractor shall deliver to the Project Inspector each week a com- pleted copy of the Weekly Manpower Report. Report forms will be furnished by Contra Costa County. 1B- 3. PROJECT COST BREAKDOWN Before starting the work the Contractor shall submit to the Owner a complete project cost breakdown and separate Progress Schedule for purposes of assess- ing his applications for payment by the Owner. The breakdown sha , P, typed and shall be in a form acceptable to the Owner. ��� Fire College Procedures 1B - 1 1B- 4. RECORDS OF INVESTIGATION A. The following records of investigations and documents are available to the Contractor for reference: Contract Documents describing previous improvements made on the site "Soil Investigation, Apparatus Repair Shop, Fire College" by Harding-Lawson Associates ; Previous Fire College plans. B. The Contractor shall promptly, and before such condition is disturbed, notify the Architect in writing of soil or subsurface conditions which differ materially from those conditions shown in the contract documents or in the records of investigations of soil or subsurface conditions referred to above. 1B- 5. DRAWINGS OF RECORD Contractor shall maintain as-built drawings of work continuously as job pro- gresses. Separate set of prints , for this purpose only, shall be kept at job site. These drawings shall be up-to-date and so certified by Owner's repre- sentative at time each progress bill is submitted. Refer to Mechanical , DIVISION 15 and Electrical , DIVISION 16 for "As Built Drawings" requirements. Upon completion of work, Drawings shall be turned over to the Owner, who has the original tracings on file. As built drawings shall be convenient at all times and Progress Payments will not be approved unless as built drawings are up to date. 1B- 6. PUBLICITY RELEASES Contractor shall not release any information, story, photograph, plan or drawing relating to project to anyone including press or other public communi- cations media, except as submitted and approved for release by the Owner. 1B- 7. CONFERENCES The Owner shall have authority, at any time during the progress of work, to require Contractor and Subcontractors to attend conference of those engaged on work. Notice of such conference shall be duly observed and complied with by Contractor and Subcontractors . 1B- 8. NOTICE FOR ROOFING INSPECTION ' The Contractor shall notify the Owner, in writing, 7 days in advance, when the building will be ready for roofing. The Owner may then request inspection from the manufacturer of the roofing materials. 1B- 9. CLEANUP & BROKEN GLASS A. Section 24 of the General Conditions entitled"Preservation & Cleaning" is supplimented as follows: 1. Cleaning of Glass: The Contractor shall wash & polish all glass and remove paint and putty stains. 2. Cleaning of Fixtures and Equipment: The Contractor shall remove all stains , paint and dirt from all fixtures and equipment. 3. Cleaning and Polishing Hardware: The Contractor shall remove stains , paint and dirt and he shall polish all hardware for all trades on completion. 4. Cleaning Painted, Stained and Decorated Work: The Contractor shall remove all stains, dirt and other soil from all painted, stained and decorated work. 5. Cleaning and Polishing Waxed Woodwork: The Contractor shall clean and polish all waxed woodwork upon completion. B. Broken Glass : The Contractor shall , at his own expense, re damaged, scratched or broken glass. q. �Y� Fire College Procedures IB - 2 DIVISION I GENERAL REQUIREMENTS SECTION IC SCOPE OF WORK AND CONSTRUCTION SCHEDULE 1C- 1. SCOPE OF WORK A. The work required of this contract includes furnishing of labor, materials , appliances , tools, equipment, transportation, services and performing all operations for and properly incidental to the construction and proper completion of the project as shown and noted on the drawings and as speci- fied in these Specifications. Items furnished and installed by the Owner are N.I.C. or "by others". Items furnished by the Owner but installed by the Contractor as part of the work are so indicated on the Drawings. B. The Contractor shall furnish all materials , transportation, labor and services necessary for and incidental to the completion of the work. C. The work shall include all sitework described in the Contract Documents including all concrete sidewalks, steps and terracing, etc. 1C- 2. CONSTRUCTION SCHEDULE A. The Contractor shall prepare a sequence of construction and time schedule for Owner's review. No work shall commence before approval of said schedules by the Owner. kit Fire College Scope of Work & Construction Sched. 1C 1 DIVISION 1 GENERAL REQUIREMENTS SECTION ID TEMPORARY FACILITIES 1D- 1. GENERAL A. Contractor shall provide, maintain and remove upon completion of work temporary rigging; scaffolding; hoisting equipment; rubbish chutes ; barricades around reserved areas, openings and excavations; fences and other temporary work as required. B. Temporary work shall conform to requirements of State and local authorities and underwriters which pertain to operation, safety and fire hazard. Contractor shall furnish and install items necessary for conformity with such requirements , whether called for under separate divisions of specifications or not. Furnish lighting at hazardous locations if required by job conditions or Owner. 1D- 2. TEMPORARY JOB OFFICES, TELEPHONES & TOILET FACILITIES A. The Contractor shall provide and maintain a temporary weatherproof office space for himself and for use by the Owner's representatives. The space shall contain a 3' x 7' plan table, space for a file cabinet, 51 shelf, and a telephone. The space shall be adequately lighted. Provide locks for doors and furnish 3 sets of keys to the Owner. B. The Contractor shall provide, maintain, and pay all costs until final acceptance of the project, for private line telephone services in the temporary offices, for use of the Contractors and the Owner's represen- tatives . Pay telephone service will not be acceptable. C. The Contractor and his forces may use the existing toilet facilities in Building "B". If during the work, the Contractor or his forces mar, damage or deface the Owners property, such shall be cleaned, repaired or otherwise restored by the Contractor at no additional cost to the Owner. The existing toilet facilities shall be left thoroughly cleaned upon completion of the work. ID- 3. TEMPORARY STORAGE FACILITIES A. Provide temporary storage as required at site for safe and proper storage of tools, materials , etc. Construct such facilities only in approved locations, so as not to interfere with proper installation and completion of work. Remove such facilities within three days of receipt of notices from Owner that removal is necessary. J (J2 01, Fire College Temporary Facilities 1D - 1 DIVISION 2 SITEWORK SECTION 2A SITE PREPARATION 2A- 1. GENERAL The General Conditions and General Requirements are a part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 2A- 2. SCOPE Under this heading the Contractor shall provide all materials and equipment and perform all labor and services required or necessary, including that reasonably inferred for site clearance and preparation for work shown on the Drawings . 2A- 3. RELATED WORK IN OTHER SECTIONS A. Eathwork Section 2B. B. For Mechanical and Electrical Sitework see DIVISIONS 15 and 16. 2A- 4. LAYOUT AND SURVEY A. The Contractor shall lay out work from monuments, building, bench marks, levels, and dimensions given on Drawings . If ,conditions on the site deviate from Drawings sufficiently to warrant adjustments of elevations and locations, such deviations shall be brought to the attention of the Owner before proceeding with any work affected by the deviations. Stake out road and walkway alignments, walls, paved areas, and all other major elements. 2A- 5. SITE CLEARANCE AND PREPARATION A. All debris, and gross vegetative ground covers shall be cleared from areas to receive construction and removed from the site. 2A- 6. REMOVAL AND DISPOSAL OF MATERIALS A. All materials removed in the process of site clearance shall be removed from the site. 2A- 7. EXISTING UTILITY LINES A. Refer to Mechanical and Electrical , DIVISIONS 15 and 16 and existing site improvement drawings for locations of existing underground utility lines and plumbing lines . 2A- 8. EXISTING PLANTING TO REMAIN A. All planting outside areas to be re-graded or disturbed shall be retained and protected. Fire College Site Preparation 2A 1 DIVISION 2 SITEWORK SECTION 2B EARTHWORK 2B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 2B- 2. SCOPE Earthwork shall include all stripping, excavation, removal of all excavated earth material including top soil , backfilling necessary to bring existing grades to the finished grades shown by elevations and contours on the Drawings, and all excavating, filling, compacting, backfilling and grading work necessary to complete the building and all other work indicated on the Drawings and specified herein. 2B- 3. RELATED WORK IN OTHER SECTIONS A. Site Preparation, Section 2A. B. For Mechanical and Electrical Sitework, see DIVISIONS 15 and 16. C. Site Utilities, Section 15A. 2B- 4. RECORDS OF INVESTIGATION A. Refer to DIVISION 1, Section IB-4 "Records of Investigation" for Soils study and existing building Contract Documents. 2B- 5. CODES AND STANDARDS A. All work included in this section shall conform to the applicable re- quirements of the following codes and standards: 1. "Uniform Building Code", 1973 Edition, Vol I, Chapter 70. B. All compaction expressed in percentages in this section refers to the maximum dry density established by the ASTM D 1557-70 compaction test method. 28- 6. STAKING AND GRADES A. Contractor shall lay out all his work, establish all necessary markers, bench marks, grading stakes, and other stakes as required. Contractor shall be responsible for the accuracy of all the above surveying. B. Any inconsistency in elevations on the drawings shall be brought to the attention of the Owner in writing prior to commencement of construction, the Contractor will be held responsible for the proper location and elevation of all work. 001794.1 0 17( ., 4 Fire College Earthwork 2B - 1 2B- 7. STRIPPING AND GRUBBING A. Perform all stripping and grubbing as may be necessary to remove all objectionable material from the building site. Remove a minimum of 2 inches of topsoil and whatever additional topsoil is deemed necessary to remove all vegetation, organic matter, or other objectionable material from building and paved areas. Contractor shall be responsible for re- moval to a greater depth, when necessary to remove all vegetation and deleterious material encountered. B. All debris shall be the property of the Contractor and shall be removed and disposed of in a legal manner off the Owner's property. Location of dump and length of haul shall be the Contractor's responsibility. 2B- 8. EXCAVATION A. Excavate for foundations, trenches, footings , concrete walks, etc. , to the lines and levels required, shown on the Drawings and/or specified herein, and provide any and all shoring, bracing, cribbing, pumping, and planking required. The bottom of all footing trenches shall be level , tamped firm, clean and free from all debris or foreign matter. B. Excavations shall be kept free from water at all times. Adequate de- watering equipment shall be made available to the site and any and all emergencies shall be anticipated. C. All excavated earth material including top soil shall be removed from the site. D. Abandoned sewers, piping, and other utilities encountered in the progress of the excavating, shall have ends plugged. Refer to Mechanical Division 15. E. Active sewers, crater and gas pipes, electric power, light, communication, burglar or telephone poles, conduits, or wires, and any other active utility lines encountered, shall be immediately reported to the Owner and authorities involved. Owner and proper authorities shall be allowed free access to take what measures they deem necessary to repair, relocate, or remove the obstruction as determined by the Owner. F. Where unsuitable materials are encountered below the specified depth of stripping, they shall be removed when so directed by the Owner's repre- sentative. G. All existing pipes shall be adequately protected or replaced by the Contractor without additional cost to the Owner. st J Fire College Earthwork 28 - 2 H. Preparation of Subgrade for Exterior Concrete Flatwork; Excavate to subgrade to produce line-and-grade shown on Contract Drawings. 1. Compact the subgrade soils using such approved standard methods as to obtain a uniformly prepared surface and a relative average com- paction of 90 percent. Check for grade and cross section. 2B- 9. PROTECTION A. Protect open excavations, trenches , and the like with fences, covers, and railings as required to maintain safe pedestrian and vehicular traffic passage. Prevent erosion of freshly graded areas during construction. 2B-10. SEASONAL LIMITS A. No utilities shall be constructed or installed and no pavement nor fill material shall be placed, spread or rolled during unfavorable weather conditions. When the work is interrupted by heavy rain, fill operations shall not be resumed until field test by the Owner's repre- sentative indicates that the moisture content and density of the fill are as specified in these specifications. 2B-11. DRAINAGE SLOPES Slope and pitch all finish grades to drain as indicated on plan. Slope shall provide positive drainage with no low spots . All finish grades shall slope away from the building. • 2B-12. CLEANUP During the progress of the work, the Contractor shall keep the site in a reasonably neat and clean condition, and free from the accumulation of waste material . Upon the completion of the work, the Contractor shall promptly remove all of his equipment, dispose of all waste, refuse, or debris resulting from his work, and leave the premises in a neat and clean condition. 00193 Fire College Earthwork 2B - 3 DIVISION 2 SITEWORK SECTION 2F LANDSCAPE CONCRETE 2F- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 2F- 2. SCOPE Work under this heading includes but is not limited to all materials, equip- ment, transportation, labor and services necessary to complete all concrete sidewalks, terracing, steps, ramp, curbs, installation of miscellaneous concrete work shown on the Drawings and specified herein. For concrete formwork, reinforcing steel and concrete specifications, refer to Division 3, Concrete. 2F- 3. RELATED WORK IN OTHER DIVISIONS A. Concrete Formwork Section 3A. B. Concrete Steel Section 3B. C. Concrete Section 3C. D. Catch Basins, sleeves under sidewalks , Division 15. 2F- 4. COOPERATION A. The Contractor shall obtain all necessary information and instructions from other contractors and suppliers in order to coordinate the related work. He shall schedule the installation of items furnished by others to be embedded in concrete. Notify other contractors in ample time so that provisions for their work can be made without delaying the project, and take all precautions to maintain alignment and prevent damage of the above items during placement of concrete. B. Cutting and/or patching made necessary by failure or delay in complying with these requirements shall be at the expense of this Contractor. All cuts shall be saw cut. 2F- 5. LAYING OUT OF WORK All work shall be laid out by the Contractor to the grades and dimensions shown on the Drawings. In case of discrepancy the Contractor shall call it to the attention of the Owner prior to proceeding. 2F- 6. CONCRETE FORMS A. Forms shall .be 5/8" plywood or douglas fir #2 boards and studs and shall be accurately and rigidly constructed of ample strength to withstand any pressures that may be exerted against them. Maximum stud spacing shall be 16" o.c. Form material for tight radius curves shall be approved by the Owner prior to installation. t4U� � r Fire College Landscape Concrete 2F - 1 B. All forms shall conform to the lines and dimensions shown. Form ties and similar accessories shall be such that when forms are stripped all metal will be at least 1 " from the surface. C. Forms that are warped or that do not have a smooth, straight upper edge shall not be used. Forms shall be set with the upper edge true to line and grade and shall be staked rigidly in place with stakes set not more than four feet (4' ) apart so as to remain immovable throughout the construction. All forms shall be approved by the Gwn'er before placing concrete, D. All forms shall be correct for position to within 1/8-inch and shall be parallel within 1/8-inch to a wire stretched on the true line. All lines and edges shall be truly vertical , horizontal , inclined or curved as shown on the Drawings. E. Prior to placing concrete, remove any foreign matter and wet wood form sufficiently to prevent the form lumber from absorbing water out of the concrete. F. Concrete poured in any one day shall be placed in forms which shall have been set to grade, checked and the subgrades watered and rolled and/or compacted one day in advance of the pour. G. Reinforcement shall be secured in position and shall be accurately located in the forms against displacement. 2F-7. MATERIALS A. Concrete, refer to Section 3C, Concrete. B. Concrete aggregates, refer to Section 3C, Concrete. C. Reinforcing, refer to Section 3B, Reinforcing Steel . 2F-8. PROTECTION A. Proper care shall be taken in removing forms to prevent chipping and damaging of corners and edges. 2F-9. PATCHING AND CLEANING A. Clean exposed concrete surfaces and adjoining work stained by the leakage of concrete, to meet the approval of the Inspector. After forms are removed, the Inspector shall inspect concrete surfaces. After this inspection, projecting fins, bolts, form ties, nails, etc not necessary for the work shall be removed or cut back one inch (1"; from the surface and patched in an inconspicuous manner using cement and sand mortar to match adjoining concrete. Joint marks, fins and other irregularities in exposed work shall be smoothed off and cleaned promptly. Particular care shall be taken in patching and cleaning so that textured surfaces are not defaced. Patching must be accomplished within 24 hours of form stripping. ON( "I J T)b Fire College Landscape Concrete 2F - 2 2F-10. EXPANSION JOINTS A. Expansion joints shall be weakened plane joints in accordance with County Standards. 2F-11. EXTERIOR CONCRETE FLATWORM. A. Check subgrade (see "Preparation of Subgrade for Exterior Concrete Flatwork", Section 2B) , lines , levels, and edge boards and dividers and report irregularities to Owner, so repairs may be made before placing. Wet base and forms before placing concrete. B. Place and strike off to proper section, and finish with wood float. C. Finish for all concrete sidewalks, ramp & adjoining terrace, shall match existing adjoining finish. Tool Joints and edges along form work. Place concrete and finish with hardner-sealer as specified in Section 3C. Finish for all new concrete steps & flatwork at doorways shall be revealed aggregate. 2F-12. DEFECTIVE FINISH A. Any flatwork showing a greater variation than the specified one-eighth of one inch (1/8") and/or showing voids or separation of the aggregates , shall be deemed defective and the entire slab to expansion joints or headers as shown on the Drawings, shall be removed and replaced with concrete acceptable to the Owner. Removal and replacing defective work shall be at the Contractor's expense. B. All finished concrete flatwork shall be barricaded to pedestrian traffic for three (3) days. Barricades shall be placed immediately after con- crete finishing. The Contractor shall furnish, place, and remove all of his own barricades. The Contractor shall be responsible for any damage to new construction and replacement or repair of the work shall be made without added cost to the Owner. Mliz)zj Fire College Landscape Concrete 2F - 3 DIVISION 2 SITEWORK SECTION 2H DEMOLITION 2H-1 . GENERAL The General Conditions and General Requirements are a part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 2H-2. SCOPE Under this division is included the furnishing of all labor, materials, tools, services and equipment for or incidental to the general removal and disposal of all existing structure and incidental materials in the way of, or as required for, new construction, remodeling and additions to the exist- ing building as shown on the drawings and specifications. Also included in this division is the removal and disposal away from the site of all waste materials and materials and items which are to be replaced except for those items which are to be salvaged and stored on the site for the Owner to remove. Refer to Drawings for sitework demolition. 2H-3. RELATED WORK IN OTHER SECTIONS A. Mechanical Demolition, refer to Division 15 & Special Conditions, Division H. B. Electrical Demolition, refer to Division 16 C. Sitework, refer to Division 2 2H- 4. WORK INCLUDED IN THIS SECTION A. The work in this section shall include (but is not limited to) the following: 1. Remove all exterior wood siding (except plywood sheathing) where shown removed on Drawings . 2. Remove all facias and roof overhangs where shown on drawings. 3. Remove allinterior walls indicated on Drawings to be removed. 4. Remove interior floor, wall & ceiling finish materials where indicated. 5. Remove framing members indicated on Drawings to be removed. 6. Remove existing wood & concrete ramp and concrete terracing where shown on drawings. �.fc • 4� Fire College Demolition 2H - 1 B. Investigation of Site and Drawings 1 . Intending bidders shall visit the site, inspect it and thoroughly familiarize themselves with existing conditions. The submitting of a bid shall be considered acknowledgement on the part of the bidder of familiarity with conditions at the site. 2. The intending bidder shall study the Drawings and thoroughly familiarize himself with each portion of the work. Any questions concerning the intent or scope of the work to be performed shall be submitted to the Architect prior to the opening of bids for clarification. 3. No consideration will be given by the Owner to requests for pay- ment for additional work which has not been requested by the Owner. 2H-5. PREPARATION A. Before starting of any of the work in any part of the site or structure provide adequate protection for the existing parts against damage which might result from the prosecution of this work. B. Provide, install and maintain barriers as required around areas in- volved in this work to entirely block traffic from encroaching in these areas during the progress of this work. 2H-6. PROSECUTION OF THE WORK • A. Structural elements whose support is shown to be removed shall be supported and braced until new supports are in place. 1 . Any damages resulting from removal work shall be satisfactorily repaired or properly replaced at Contractor's expense. 2. Provide adequate shoring under all load bearing beams, walls, and structural framing members before starting removal work. 3. Before removing any existing shear walls the Contractor shall provide all temporary braces necessary to adequately resist any loads imposed on the existing structure during construction. B. Protect all existing surfaces to remain from damage with tarpaulin or other suitable material . C. Concrete work removal shall be restricted to the areas shown and to allow the installation of new work. Avoid excess removal of concrete at existing footings. Saw cut all edges of concrete to he removed from contiguous concrete surfaces. E oOl Fire College Demolition 2H - 2 E. In general , the work shall be performed to leave all surfaces clean and-free of. all projections (i.e. , bolts, conduit, vent piping) , leaving all areas ready for the installation of work which is included in other Divisions. 2H-7. SALVAGE A. The following items (which shall remain the property of the Owner) shall be carefully removed, stored and protected on the site for re- moval by the Owner: I. All light fixtures, cabinets, fixed equipment & accessories. 2. All doors and door hardware. 3. All aluminum sash, screens, and sash hardware. 4. Existing fire extinguishers. 2H-8. RE-USE OF EXISTING MATERIALS A. Old lumber removed from the existing building may be used for blockings, fillers, nailers, etc. , provided it is in undamaged condition. Use of old lumber for other framing shall be subject to the approval of the Architect. Store and protect existing items to be re-used. 2H-9. DISPOSAL A. All materials resulting from this work, except as noted above, shall be removed and disposed of away from this site. B. Temporary storage of materials prior to removal from this site shall be limited to the areas approved. Fire College Demolition 2H 3 DIVISION 3 CONCRETE SECTION 3A CONCRETE FORMWORK • 3A- 1 . GENERAL - The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 3A- 2. SCOPE Work included in this Section of the Specifications includes installation and removal of forms for poured-in-place concrete and form coatings. 3A- 3. RELATED WORK IN OTHER SECTIONS A. Earthwork, refer to Section 28. B. Landscape Concrete, refer to Section 2F. C. Mechanical and Electrical work refer to Divisions 15 and 16. D. Dampproofing and waterproofing, refer to Section 7C. E. Setting of Anchor bolts, refer to Section 5A. F. Rough Hardware, refer to Division 6. G. Concrete Reinforcing steel , refer to Section 3B. H. Concrete, refer to Section 3C. 3A- 4. GENERAL REQUIREMENTS Verify dimensions in the drawings with field conditions. Inspect related work and adjacent surfaces. Report in writing to the Owner all condi- tions which prevent proper execution of this work. Applicable notes in the drawings are part of this work. 3A- 5. MATERIALS A. Form Lumber: 1 . Exposed concrete not otherwise noted: PLYFORM CLASS I B-B, EXT. DFPA, each piece grade marked. 2. Unexposed concrete not otherwise specified: Of sufficient design and strength to hold concrete properly in place and alignment. 3. Framing: Douglas Fir, "Standard" grade, or better. B. Form Coatings: 1 . Mill Oiled Forms: Mineral oil compatible with original material . 2. Non-Oiled Forms: BURKE "Form Sealer" or NOXCRETE COMPANY Ohl_ XC,,�V:3E.liUse for all exposed concrete surfaces. Fire College Concrete Formwork 3A 1 C. Form Ties: Metal , of type acting as spreaders and leaving no metal within I " of concrete face. No wire ties permitted. 3A- 6. WORKMANSHIP A. General : Comply with the applicable requirements of ACI 347 except as otherwise noted or indicated. B. Vertical and Horizontal Controls: Establish and maintain all necessary bench marks, lines or controls throughout construction. Forms and shor- ing shall be to final elevations compatible with finished floor eleva- tions and form material . C. Thoroughly clean forms and recoat with sealer before each re-use. Do not re-use any form which cannot be restored to "like new" condition. Discard any forms considered unsatisfactory by Owner..; D. Fabrication: 1 . Conform accurately to concrete details, dimensions, tolerances and alignments indicated on the drawings. 2. Construct wood forms of sound lumber, straight and rigid, thoroughly braced, and of such strength that the pressure of concrete and the movement of men and equipment will not displace them. Space studs at 16" maximum O.C. Visible waves in exposed concrete surface after stripping of forms will result in rejection of that portion of the concrete. 3. Make joints in forms sufficiently tight to prevent leakage of mortar. 4. Construct forms no higher than 12" above the -top of a pour or con- struction joint. 5. Apply coating to all forms before placing reinforcing steel . 6. Uniformly space all exposed form ties. Spacers shall not project through exposed concrete surfaces. 7. Provide cleanouts along bottom of walls and columns or elsewhere as required to permit effective cleaning of all loose dirt, debris, and waste materials. 8. Arrange forms to allow proper erection sequence and to permit form removal without damage to concrete. 9. Secure information and provide for all openings, sleeves, chases, reglets, pipes, recesses, nailers, anchors, ties, inserts, etc. , before pouring. 10. Prior to pouring, remove all dirt, debris, water, etc. , from forms. Leave no wood in concrete except nailers . 11 . Provide a surfaced pouring strip where construction joints intersect exposed plywood formed surfaces to provide straight line at joints. Just prior to subsequent, pour, remove strip and tighten forms to conceal shrinkage. Fire College Concrete Formwork 3A - 2 3A- 7. CONCRETE AGAINST EARTH EXCAVATION A. Contrete for footings and foundation beams may be placed directly against the sides of the excavation, provided the soil will stand without caving. The sides of the bank shall be maintained with a neat cut. Where un- formed footings are substituted for form footings, they shall be l" wider than the formed dimension shown. Concrete which is to be exposed to view shall be formed to a depth of not less than 6 inches below finished grade. 3A- 8. REMOVAL OF FORMS A. All forms and shoring shall be removed only after approval of Owner is given, and may be required to be left in place for a longer time than herein specified. B. After concrete is placed, a minimum period of 3 days shall elapse before the removal of forms. C. After removal of forms, all bolts, wires, clamps, rods, ties, etc. , not necessary for subsequent work shall be removed to a minimum of 1 inch from the surfaces. Fire College Concrete Formwork 3A - 3 0 A 01070 DIVISION 3 CONCRETE SECTION 3B REINFORCING STEEL 3B- 1 . GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 3B- 2. SCOPE The work in this Section shall include all steel reinforcement for concrete, ties, chairs and supports for reinforcement and dowels to existing concrete. 3B- 3. RELATED WORK IN OTHER SECTIONS A. Landscape Concrete, refer to Section 2F. B. Mechanical & Electrical Work, refer to DIVISIONS 15 and 16. C. Dampproofing and waterproofing, refer to Section 7C. D. Setting of Anchor Bolts, refer to Section 5A. E. Rough Hardware, refer to DIVISION 6. F. Concrete Formwork, refer to Section 3A. G. Concrete, refer to Section 3C. 3B- 4. GENERAL REQUIREMENTS A. Verify dimensions on the drawings with field conditions. Inspect related work and adjacent surfaces . Report in writing to the Owner all con- ditions which prevent proper execution of this work. B. Store to prevent rusting or fouling with any substance which will reduce bond. Segregate to maintain indentification after bundles are broken. Do not use damaged, reworked or deteriorated materials. C. Applicable Notes in the Drawings are part of this work. D. Shop Drawings, 4 copies of, showing details, sizes, bends, dimensions and splice locations shall be submitted to the Owner for approval before fabrication. 3B- 5. MATERIALS A. Reinforcing Bars: 1 . Refer to Notes in Drawings. 2. Bars to be new, free of loose rust. • 3. All Bars: ASTM A-15, billet steel , intermediate grade, 40,000 psi yield point. EA0 Cl0 Fire College Reinforcing Steel 3B - 1 4. All bars except No. 2 to be deformed. B. Tie Wire: #16 black, annealed, minimum. 3B- 6. F#BRICATION A. Where specific details are not noted, do all detailing, fabrication and placing as per requirements of "Manual of Standard Practice for Detailing Reinforced Concrete Structures", published by American Concrete Institute, latest edition. B. Clean bars of loose rust, loose mill scale and any substance which may decrease bond. Bend bars cold as per approved shop drawings. C. Shop fabricate all reinforcing. 3B- 7. PLACING A. Space bars no closer than 1 1/2 diameters of the larger of two adjacent bars; 1 1/3 times maximum aggregate size; 1 1/2 inches minimum. Where reinforcing is placed in two or more layers, space the layers minimum 1 inch clear. Place bars in upper layer directly above those in bottom layer. B. Wherever conduits , piping, inserts, sleeves , etc. , interfere with placing of reinforcing steel , obtain Owner's approval of procedure before pouring any concrete. Bending of bars around openings or sleeves not permitted. C. Splicing: 1 . Bars: Make splices as noted on drawings. Avoid splices at points of maximum tensile stress. Separate bars when spliced at points of support. Stagger splice of adjacent bars where possible. D. Support reinforcement on ground with precast concrete blocks sufficiently spaced to prevent sagging, one every 3611 o.c. both ways, staggered, height as required to maintain reinforcing proper position as indicated on Plans. E. Before placing concrete, clean all reinforcing free of loose rust and scale oil , dirt, or other coatings having deleterious effect on concrete or bond. Fire College Reinforcing Steel 3B(A)i)( I DIVISION 3 .CONCRETE SECTION X CONCRETE 3C- 1 . GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 3C- 2. SCOPE The work in this Section of the Specifications includes poured-in-place concrete, cement finishing, and setting dowels. For Landscape Concrete, . refer to Section 2F. 3C- 3. RELATED WORK IN OTHER SECTIONS A. Landscape Concrete, refer to Section 2F. B. Mechanical and Electrical Work, refer to DIVISIONS 15 and 16. C. Dampproofing and Waterproofing, refer to Section 7C. D. Setting of anchor bolts, refer to Section 5A. E. Rough Hardware, refer to DIVISION 6. F. Concrete demolition, refer to Section 2H. G. Concrete Formwork, refer to Section 3A. H. Reinforcing Steel , refer to Section 3C. 3C- 4. GENERAL REQUIREMENTS A. Verify dimensions in the drawings with field conditions. Inspect re- lated work and adjacent surfaces. Report in writing to the Owner all conditions which prevent proper execution of this work. B. Applicable Notes in the Drawings are part of this work. C. Depressed or sloped slabs*: as noted on drawings . 3C- 5. MATERIALS A. Cement: ASTM C-150, Type I or II. Cement brand shall have proven history of successful use with proposed aggregates and shall be of same brand and source throughout project. B. Aggregates: for general concrete work. 1 . For all concrete ASTM C-33. 2. All aggregate from constant source unless 10 days prior notice is submitted for approval after recheck of mix design. Sources shall have proven history of successful use. 0 - otik) Fire College Concrete 3C 1 3C- 5. MATERIALS (continued) 3. Fine Aggregates: Natural sand, well graded from coarse to fine. 4. Coarse Aggregates : Fine grain, sound crushed stone or gravel . C. Water: Potable, free of impurities detrimental to concrete. D. Curing Paper: ASTM C-171, type I , non-staining. E. Hardner-Sealer: "Kolorblen Sealer V", clear, Conrad Sovig Co. F. Screeds: Screed pins shall be adjusted metal-type threaded into a base plate. 3C- 6. MIXES A. Concrete strength - 3000 psi minimum 28 day strength. B. All mix design shall be submitted to the Owner's representative for approval . C. Contractor shall furnish all mix designs sufficiently in advance for approval before placing concrete. 3C- 7. TESTING A. The Contractor shall furnish all materials including test cylinders required for the Owner to take samples and prepare specimens. Specimen preparation and testing will be conducted and paid for by the Owner. The Contractor shall notify the Owner at least 2 working days before pouring concrete. Concrete shall not be pourEd untill inspection of forms and items to be embedded have been placed and pours shall be made only when the inspector is present. 3C- 8. DEFECTIVE CONCRETE Concrete which fails to show the required compressive strength assumed in the design shall be removed and replaced or adequately strengthened in a manner acceptable to the Owner at no extra cost to the Owner. 3C- 9. MIXING AND PLACING CONCRETE A. Mixing: 1. Use transit mix concrete throughout, except that job mix concrete may be permitted subject to Owner approval of detailed methods and equipment proposed for use. 2. Conform to ASTM C-94 for all transit mixed concrete. Concrete shall be mixed for a minimum of 5 minutes after arrival at job site. 00 IL "V Fire College Concrete 3C - 2 B. Placing: 1'` All forms except sealed plywood forms shall be thoroughly wet down before concrete is placed. 2. Placing of concrete shall be done immediately after mixing. No concrete shall be placed or used after it has begun to set and no retempering will be allowed. The method used in placing shall be such that concrete is conveyed and deposited without separation of the ingredients . No concrete shall be placed with a free uncon- fined fall in excess of 5 feet. Do not support runways on reinforc- ing steel . 3. No concrete shall be placed in any portion until all reinforcing for same is fastened in place, nor until forms are completed. No concrete shall be placed before all work that is to be embedded has been set. Notify other crafts so that they may deliver anchors for their work to be embedded in ample time and also notify them when their assis- tance in setting is required. Reinforcing or other materials that have been set- in place shall not be disturbed. 4. Remove all debris and water from places to receive concrete. 5. Place no concrete in water unless written permission has been obtained from the Owner. 6. Notify Owner 2 working days prior to placing any concrete. 3C-10. CONSTRUCTION JOINTS A. Placement of construction joints and the manner in which they are provided for shall be only as approved by Owner. Construction joints shall be as few as possible. B. All construction joints including keys shall be cleaned and roughened by removing the surface and exposing clean, solidly-embedded aggregate by means of sandblasting, chipping or other approved methods . Forms and reinforcing shall be clean of drippings and debris. 3C-11. MECHANICAL VIBRATORS All concrete shall be thoroughly compacted by means of mechanical vibra- tors . Under no condition shall vibrator be placed against reinforcing steel or forms . Use no vibrators to transport material . 3C-12. CURING A. Protect fresh concrete from drying winds, rain, damage or soiling. S Fire College Concrete �3�C�-A 3C-13. PATCHING Immediately after stripping forms, and before concrete is thoroughly dry, patch minor defects , form tie holes, honey combed areas , etc. Remove ledges and bulges. Repair gravel pockets by cutting out to full solid surface; form key and thoroughly wet before placing patching mortar con- sisting of one part cement to two parts fine sand; compact into place and neatly finish. On exposed concrete, mix patching mortar using cement mixture of white and regular types as required to match finish concrete color. Finish to match surface texture. Grid or fill all concrete sur- faces to produce level , true planes. Patching of honeycombed areas or gravel pockets which, in the Owner's opinion, are too large and unsatis- factory for mortar patching as described above, are to be cut out to solid surface, keyed and packed solid with concrete to produce firm bond and surface. 3C-14. WEAKENED PLANE JOINTS Weakened plane joints shall be located where shown on the Drawings and shall conform to C.C.C. Standards , or where directed by Owner. 3C-15. EQUIPMENT BASES Verify sizes and shapes required by items specified elsewhere. 3C-16. FINISHES A. Tolerances : Exposed Concrete:- 1/4" in 10 feet with maximum high and loan variance not ocurring in less than 16 feet and with 1/16" tolerance in any one running foot. B. Finishes: 1. Exterior foundation wall : exposed aggregate finish. Tool joints and edges along formwork. When set hard enough, remove forms and expose aggregates by washing with fine spray and scrubbing with stiff broom. Continue until a uniformly exposed surface texture is achieved. Flush surface clean and keep wet for at least the first day after placing. Make 24" square sample panel for Owners approval . Finish work shall match sample. Exposed aggregate foundation walls shall match exterior foundation walls of adjoining Apparatus Maintenance Building. 00611 Fire College Concrete 3C - 4 • DIVISION 5 METALS SECTION 5A STRUCTURAL & MISCELLANEOUS METALS 5A- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 5A- 2. SCOPE The work includes , but is not necessarily limited to, the furnishing and installing of all miscellaneous metal work as indicated on the drawings and specified herein. Furnishing of straps , plates , angles, floor anchors, and all items fabricated from steel . 5A- 3. RELATED WORK IN OTHER SECTIONS A. Concrete Reinforcing Steel , refer to Section 3B. B. Aluminum Doors,refer to Section 8A. C. Rough Hardware for Carpentry Work, refer to Division 6. D. Sheetmetal work, refer to Section 7B. E. Aluminum Sash, refer to Section 8A. F. Metal Doors & Frames, refer to Section 88. • 5A- 4. MATERIALS A. Anchors, Bolts and Fastenings: as per ASTM A-307. B. Paint: one coat TNEMEC No. 99 red metal primer, or approved equal . 5A- 5. MISFITS, ALTERATIONS AND REJECTS Any material found missing, or material rejected because of misfits or faults of material or workmanship, shall be supplied forthwith by the Contractor. Misfits or errors discovered during sorting or erection shall be corrected, or new fabricated material shall be furnished by the Contractor. Defective work and fasteners shall be replaced at the expense of Contractor. r) Fire College Structural & Miscellan "6als 5A - 1 DIVISION 6 CARPENTRY SECTION 6A ROUGH CARPENTRY 6A- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 6A- 2. SCOPE Includes all labor, materials, equipment and services required to perform all operations in connection with the installation of rough carpentry and rough hardware, complete in strict accordance with this section of the specifications and the applicable drawings. 6A- 3. RELATED WORK IN OTHER SECTIONS A. Furnishing of miscellaneous metalwork, straps, plates, angles, Section 5A. B. Concrete formwork, refer to Section 3A. C. Finish Carpentry, refer to Section 68. D. Sheetmetal , refer to Section 78. E. Building Insulation, refer to Section 70. F. Sealants, Section 7E. 6A- 4. COORDINATION OF WORK Coordinate all work under this Section with that specified elsewhere. 6A- 5. LUMBER GRADING, DRESSING, MOISTURE CONTENT A. Grading Rules: Lumber and plywood shall be graded, under the current grading rules of the following Associations, and shall be grade stamped: 1. Douglas Fir: "Standard Grading and Dressing Rules No. 15", West Coast Lumber Inspection Bureau. 2. Redwood: "Standard Specifications for Grades of California Redwood Lumber", Redwood Inspection Service. 3. Plywood: U.S. Product Standard PS 1-66, latest edition, stamped with DFPA grade trademarks. B. Dressing: All lumber shall be S4S of standard dimensions and all sizes specified or indicated are nominal dimensions unless otherwise noted. C. Moisture Content: Moisture content of lumber shall not exceed 19% at time of installation. 6A- 6. MATERIALS A. Lumber, grades and kinds: 1. Sills on concrete: Foundation Grade Redwood, graded at mill . 2. Structural Mullions, Posts: Select Structural Douglas Fire College Rough Carpentry 6A - 1 3. Studs, Small Posts, Cripples: Construction Grade, Douglas Fir. 4. Joists and Beams (not over 4" thick) : Construction Grade, Douglas Fir. 5. Beams (over 4" thick) : Select Structural , Douglas Fir. 6. Floor & Roof Sheathing: Plywood (Structural Sheathing) Exterior glue, Structural "1", Type C-C, Plywood is to be grade stamped by D.F.P.A. 7. Wall Sheathing (Exterior and Interior) Plywood, (Structural Sheathing) Exterior glue, Structural "1"' Type C-C, Grade Stamped. 8. All other framing members: Construction Grade, Douglas Fir. B. Materials Other Than Lumber: 1. Water-repellent pentachlorophenol wood preservative for non-pressure methods: Meet Fed. Spec. TT-W-572, Type I or II , Composition A. 2. Caulking compound: Refer to Sealants , Section 7E. 3. Exterior Gypsum Sheathing: U.S. . Gypsum Co. , or'approved equal , 1/2" "Fire Code" tongue & groove edges. 4. Building Papers a. Felt: Asphalt saturated 15# rag felt. b. Waterproof: Sisalkraft Orange label . 5. Rough Hardware: Galvanize all items wholly or partially exposed to weather. Refer to Structural Drawings for rough hardware notes. a. Nails: Common wire. . Galvanized nails for exposed locations on exterior. b. Bolts: Standard mild steel , square head machine bolts with square nuts and malleable iron or steel square plate washers. c. Clips, ties, plates, etc. : stock steel shaped as indicated. d. Expansion Shields:"Wedjet" or approved equal . e. Framing anchors: "Universal", Timber Fasteners Inc. , or approved equal . 6A- 7. DELIVERY AND STORAGE OF MATERIALS A. Delivery: Order framing lumber, as soon as possible after work is begun. Season lumber at the site. Deliver materials and finished assemblies in an undamaged condition. Deliver manufactured materials in suitable con- tainers clearly marked with brand and manufacturer's name. B. Storage: Store to preclude damage. Pile lumber on skids and sticking to ensure proper ventilation and drainage. Cover stored plywood to protect it from weather. Store to afford access for inspection and 'diftcation. Damaged or deteriorated material will be rejected. 4 0 MIA Fire College Rough Carpentry 6A - 2 6A- 8. WOOD PRESERVATIVE TREATMENT (except redwood) A. Treat all wood in direct contact with or embedded in concrete, by dipping for a minimum of 15 minutes or by applying two heavy brush coats of pre- servative. Apply second brushed coat no sooner than one hour after appli- cation of first coat. Flood oil over wood, fill every check and depres- sion. Complete treatment at least two hours prior to incorporation of treated item into the work. Touch up cut areas and locations where film is broken with two heavy brush coats applied one hour apart. 6A- 9. WORKMANSHIP A. General : Prior to commencing work, compare and check all architectural , mechanical , plumbing, electrical and structural drawings, each with the other that in any way affect the location or extent of the work to ,be executed. Size and relative positions of different units of the work are shown on the drawings and any part not particularly set forth shall be the same as similar parts. Lay out work in strict accordance with the drawings. If conditions deviate from the drawings sufficiently to warrant adjustment of elevations and/or locations, such deviations shall be brought to the attention of the Owner- before proceeding with any work affected by the deviations. Cut, fit and patch to accommodate work specified under other sections. Set all wood bucks , nailing blocks, anchors, grounds, plates, backing and furring, as required for installa- tion of materials and as required by other trades. B. Protection: The building shall be closed in with permanent sash and doors as soon as possible. All sills and stools, exposed mullions, frames, and projecting trim shall be protected from damage during construction. C. Fastening: It is the intent of the drawings to show number and spacing size of nails, bolts, and other fastenings required for structural strength. Fastenings not shown for a particular joint shall be provided to the extent indicated for a similar joint and as directed. Provide additional fastenings as directed, whether or not shown on drawings or specifications if required to produce normal , stout, rigid framing and to prevent warping, sagging, buckling and other defects. Meet requirements of U.B.C. latest edition. 0. Framing and Rough Carpentry: fit closely and accurately to required lines and levels and secure rigidly in place. Set inclined and horizontal members with crown edge up. Structural members shall provide full contact at all bearing surfaces. 1. Sills: set on 1/2" thick full bed of 1:3 cement grout using only enough water for workability. Anchor as indicated. 2. Nailing Schedule: See Structural Drawings for "Nailing Schedule". 3. Rough Hardware: Provide and install as indicated or required, including anchor bolts, clips, hangers, ties, plates for connecting wood framing members to wood, concrete or steel . 4. Blocking: including grounds, bucks, backings, furring, nailing strips, hangers, frames, curbs,,cants, special framing, etc. , to be furnished as indicated or required to complete work in best and most workmanlike 00ala Fire College Rough Carpentry 6A - 3 manner and as required for proper installation of materials and equipment of the various other trades. 5. Plywood Sheathing: Apply and nail as indicated on Structural Drawings. 6. Studs shall be spaced at 16" centers with not less than three (3) studs at all corners and wall intersections. 7. Install one stud and cripple each side of openings with header supported on cripples. 8. Install solid blocking between studs same width as studs in walls or partitions spaced as required to receive finish materials shown on Drawings . Block all walls at mid point. 9. Pipe in bearing or shear walls shall be placed in the center of plates and shall not exceed 1/3 of the plate width in bearing or shear walls unless adequate provision is made by the use of steel straps or other methods to preserve the structural value of the wall . 10. Structural mullions shall rest on sole plate and extend to top plates. 11. Install all furring as required for pipes and equipment. 12. Note use of patent framing anchors . 13. Install fire stops in accordance with Uniform Building Code, latest edition. 14. Top Plates: All top plates to be doubled and lapped at each inter- section with walls or partitions. Joints in the upper and lower members of the top plate shall be staggered not less than 4 feet, except where specifically detailed on Plans. 15. Joists shall be of uniform width, sizes and spacings as noted. 16. Joists shall have a minimum bearing of 2" unless supported on 1" x4l' let-in ribbon and lapped width of stud. 17. Cutting of wood girders , beams or joists shall be limited to cuts and bored holes not deeper than 1/5 of the beam depth from the top, located not further from the beam end than three (3) times the beam depth. 18. Install 2" thick backing for all plumbing fixtures. Provide backing at all joints of plywood and end joints of gypsum board where applied across studs. Provide backing where required for dispensers and other equipment which require backing for proper installation. Cutting, patching, and blocking all wood members where required for the work of the various trades shall be done by carpenters . Install cant strips at intersections of roof with vertical surfaces and where indicated on the drawings. Supply 2 x backing for all door stnns. install ,? x vertical ftill height) backinq behind all wall shelf standards , and behind fixed furnishings to be installed by the Owner (where directed by Owner). 0r 't fv Fire College Rough Carpentry 6A 4 E. Caulking: (refer to "Sealants" Section 7E) I. Preparation: Clean out all spaces to receive caulking and remove. all plaster, dust and other debris and remove greasy substances with appropriate solvent where necessary. Mask-off surrounding surfaces which will be exposed to view in the finish work. 2. Caulking: Use caulking gun where possible. Apply specified com- pound where indicated on drawings or where specified. Completely fill caulking grooves and fully cover contact surfaces. Caulk around the perimeter of all doors , windows and other openings in exterior walls. Apply as directed to leave a smooth bead and as required for complete weather tightness. F. Building Paper: Install as required and where indicated for backing behind exterior and interior finish materials . Paper to extend full height of facia, under roof soffits, and down full height of exterior walls (See "Lathing & Plastering" for sheathing paper for stucco work. ) Lap sides 4" to shed water and ends 8". Apply behind all exterior wood siding and over exterior plywood sheathing. G. Preparation for Finish Materials: Provide blocking and backing as indicated and required for proper installation of finish materials and equipment. Install 9" flashing strips around all openings, turn- ing up under sills . Fire College Rough Carpentry 6A - 5 DIVISION 6 CARPENTRY SECTION 6B FLNISH CARPENTRY & MILLWORK 6B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 6B- 2. SCOPE The work includes the furnishing and installing of all Finish Carpentry and Millwork, complete as shown on the Drawings or specified herein. It includes: A. All Millwork and Cabinets. B. Plastic counter tops. C. Installation of Finish Hardware, except for hardware for metal doors and frames (refer to Section 8B). D. Installation of Building Specialties furnished under Section 10B not specified to be installed under other Sections. E. All work not included to be installed under other Divisions of these Specifications. 6B- 3. RELATED WORK IN OTHER SECTIONS A. Sealants, refer to Section 7E. B. Metal Doors & Frames, refer to Section 8B. C. Installation of Electrical equipment, refer to Division 16. D. Installation of Mechanical equipment, refer to Division 15. E. Furnishing and installation of Asbestos Cement Sheets, Section 9B. F. Rough Carpentry, refer to Section 6A. G. Furnishing and installation of Toilet Compartments , refer to Section 10A. H. Concrete Formwork, refer to Section 3A. I . Furnishing and installation of gypsum board, refer to Section 9C. J. Aluminum Doors , Frames & Windows, refer to Section 8A. K. Furnishing and installation of glass and glazing, refer to Section 8E. 6B- 4. CODES AND STANDARDS The following publications are hereby made a direct part of this specifica- tion, and all work included in this section shall comply with the applicable requirements therein except as specified otherwise. 1. "American Plywood Association Standards" . 2. "Standard Dressing and Grading Rules #15 of the West Coast Lumber Inspection Bureau" (WCLIB) 3. "Standard Specifications for Grades of California Redwood Lumber" (CRA) . • 4. "Manual of Millwork", Woodwork Institute of California current edition herein after referred to as "W.I.C. " 0ti��p I Fire College Finish Carpentry & Millwork 6B - 1 6B- 5. SHOP DRAWINGS Shop-drawings shall be furnished for all millwork and fabricated items. Prepare shop drawings in conformity with working drawing details except for approved substitutions. Submit 2 sets for preliminary approval and 5 sets for final approval before fabricating any work. 6B- 6. MATERIALS A. General : 1. Moisture Content: Dry all interior finish lumber and trim to a moisture content not exceeding 12%. All exterior woodwork shall be thoroughly air seasoned and dry. 2. Dressing: All finish materials shall be S4S and sanded except that unexposed portions need not be sanded. Surfaces which are to be re- sawn need not be sanded. 3. Delivery and Storage: Building shall be in proper condition and arrangements made to properly handle, store, prime and protect the work and materials before millwork is delivered. Do not install any interior millwork until ] exterior openings are closed up and glazed. 4. Measurements : Verify all measurements at site and consult with others doing adjoining work. Contractor responsible for proper fitting and working out of trim and millwork details. B. Millwork: 1. Exterior Redwood finish, trim, and siding: Clear All Heart Redwood. All redwood shall be smooth face except vertical exterior siding which shall have exposed faces resawn. a. Exterior boards to be re-sawn all exposed faces. Sizes as indicated on Drawings . Boards shall be TSG for blind nailing. b. Exterior redwood trim to be grade indicated above S4S and of sizes and shapes indicated on the Drawings. 2. Interior trim, including window trim, frame and stools, base trim, and all other interior trim, except where specified otherwise, shall be "B" or Better Douglas Fir. All wood trim is to be painted,(cabinet work is to be stained) . C. Cabinet Work : 1. Casework shall be "Flush Overlay" construction and shall comply with "Custom Grade" specifications and requirements of W.I.C. Contractor shall furnish a W.I .C. Certificate of Compliance. The cabinet manu- facturer shall install door hinges, and all cabinet hardware, refer to "Finish Hardware" Section 8D. Refer to details for material thick- ness and details. Run all grain vertically. Cabinet materials shall be as follows: a. Counter Top, Formica, solid color (as selected by Owner) of sufficient length to extend full counter length where possible. Counters over 121in length shall have joints where approved by Architect. Self edge all edges. Apply to plywood backing as recommended by W.I.C. T0.5, Fire College Finish Carpentry & Millwork 6B - 2 b. Cabinets: (1) Exposed sides, edges & cabinet doors, V.G.D. F. plywood, interior grade, A-B faces. (2) Countertop, edges & splash with plastic laminate finish, Exterior grade D.F. plywood with B-C faces. (3) Backing, interior grade D.F. plywood, A-D faces . (4) Semi-exposed & concealed portions, D.F. as recommended by W. I.C. (5) Cabinet Shelves : Interior grade V.G.D.F. plywood A-B faces . c. Adjustable Shelf Hardware shall be Knape & Vogt No. 255 Standards with No. 256 Supports. Standards to be let-in flush. 2. Cases, so far as practicable for handling and for moving through open- ings , shall be fabricated complete as a unit in the shop. The frames and structure of all cases shall be sufficient to provide rigidity, to maintain opening sizes , and to support heavy loads. Joints shall be invisible, when possible; and glued, tenoned, etc. , in accordance with the best practice of the craft. 3. Counter tops and backs where plastic is called for shall have plastic shop glued to 3/4" exterior grade plywood in a unit under pressure with contact cement. Splash edges and front edges of counters and splashes shall have plastic faces as detailed. Vertical intersections with countertops shall be neatly and tightly made. Fasten counter tops securely to cabinets with concealed fastenings and cement at all joints where necessary. 4. All shelves , except where otherwise shown, shall be adjustable on metal shelf supports. Materials for trim, shelves, etc. , shall , in general , be not less than 3/4" thick , of the necessary.width, or shall be thicker where so detailed or necessary for its particular use. 5. All movable parts - doors, movable shelves , etc. , - shall be fitted to have the minimum working clearances that are suitable for good appear- ance and proper operation. 6. Hardware, refer to Section 8D. D. Miscellaneous Items: 1. Plastic Laminate: Formica, or approved equal . Color to be solid color, black, white or other as selected by the Owner. 2. Contact Bond Cement: Weldwood, Miracle, or other approved for adhering plastic laminate to plywood panels. 3. Miscellaneous Metal Work: Provide as necessary for assembly and install- ation of items in this section, such as brackets, clips, plates, not furnished under other sections of the work. 4. Caulking Compound: refer to Sealants, Section 7E. 5. Waterproof Sealer: Thompson's Water Seal , manuf. by By-(hJ IPro- ducts Co. , Western Merchandise Mart, S.F. , or approved equal . Fire College Finish Carpentry & Millwork 6B - 3 6B- 7. CAULKING AND SEALING (refer to Sealants, Section 7E) A.. Completely seal with caulking compound joints indicated as "Mastic" on details. B. Apply caulking compound under all window sills and around frames and wherever necessary to make watertight joints. Caulking shall be applied with a gun. C. All joints shall be thoroughly clean and dry. All joints shall be solidly filled with caulking compound. D. All caulking and sealing shall be done before adjacent work is given final coat of paint and plaster. E. The method of caulking shall be by means of a pressure caulking gun. F. After joints have been solidly filled, all excess compound shall be removed and surfaces left neat and clean. 6B- 8. INSTALLATION A. General : Finish carpentry included herein comprises, in the main, the installation of all "Millwork" including hardware and related items. B. Installation of Finish Carpentry and Millwork: After delivery of Mill- work to the site, the responsibility for storage, protection, and placing of such millwork shall be assumed hereunder. Repair or replace damaged parts as directed. Prime concealed sides of millwork as specified under "Painting" before installing. All work must be clean and free of soil , dirt, grease, or tool marks . Install all work plumb, true and square with corners neatly mitered and splices made with 45 degree cuts. Blind nail in so far as is possible and set surface nails . Securely nail , screw or bolt items to adjacent backing. Provide miscellaneous molds, trim, fillers , etc. , as indicated or required for first class finish work. Z. Installation of Exterior Trim, Siding, etc. : a. Refer to "Aluminum Doors , Frames & Windows" (Section BA) and "Metal Doors & Frames" (Section 8B) and "Wood Doors" (Section 8C) for installation requirements for these items. b. Exterior trim and splices , not otherwise detailed, shall be level splices . c. All joints shall be made up with white lead paste. d. Nails for all exterior work shall be hot dipped galvanized. e. Priming of frames and trim shall be done under "Painting" before setting material in place. f., Install 9" wide flashing strips around all openings (See "Rough Carpentry") . Fire College Finish Carpentry & Millwork 6B 4 g. Exterior board siding shall be in full length pieces. Adjustments shall be made so that no narrow boards occur. The siding shall pre- sent an appearance of uniform board widths. All boards shall be blind nailed. Wood shall be primed (see "Painting") before install- ation. Cut ends shall be primed while laying up. Boards to be placed bark side out. Replace all split or damaged boards. Back prime all redwood. h. Redwood trim, mouldings, shall be installed in as long lengths as practicable. (All vertical pieces shall be one piece, full length. } Miter corners and make splices with 45 degree cuts. Drive all mem- bers up tight and securely nail not over 12" on centers. Pre-drill and countersink all surface nails for putty stopping. Take special care to align and match with adjoining trim at 90 degrees. i . Set thresholds for exterior doors in waterproof mastic. Secure with Rawl plugs and machine screws. 2. Installation of Interior Trim and Finish: a. Wood finish and trim in contact with plaster shall be primed before placing (see "Painting") , shall be sanded smooth and left in proper condition to receive paint finish. Nail with finish or casing nails set for putty stopping. All casings shall be mitered. b. Cabinet cases shall be installed with toe space, tops level and to line. Scribe to neat fit at wall . c. Install items specified under "Building Specialties" . See locations on interior elevations and plans for Toilet Room accessories . d. Window Frames installed under this section, to be milled to indi- cated details. Rabbet jambs into heads. Double wedge block at butts and at corresponding points on lock jamb. Secure with three finish nails per bearing. C. Installation of Finish Hardware: Accurately and securely, without marks or defacements of any kind and left in perfect working order, without bind- ing, and free from paint or damage of any kind. Knobs and handles shall be protected with heavy paper wrappers until completion of building. Knobs and handles shall be removed before painting, then reinstalled. Fire College Finish Carpentry & Millwork 6B 5 0 A 0 DIVISION 7 MOISTURE PROTECTION SECTION 7A BUILT UP ROOFING • 7A- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 7A- 2. SCOPE The work includes , but is not necessarily limited to the furnishing and in- stalling of all built-up roofing as shown and noted on the drawings and spec- ified herein. Include supervision of installation of sheet metal work in connection with roofing work. Refer to Mechanical work for overflow drains and roof drains. 7A- 3. RELATED WORK IN OTHER SECTIONS A. Sheetmetal , refer to Section 7B. B. Dampproofing & Waterproofing, refer to Section 7C. C. For Mechanical work refer to DIVISION 15. 7A- 4. ROOF TYPE AND MATERIALS MANUFACTURER A. Built-up roofing, base flashing, counterflashing, and flashing to meta' . work and roof penetrations shall all conform to an approved manufacturer' s 20-year bond specificaticn and flashing endorsement suitable for this specific application. Roof bond and flashing endorsement are not re- quired. Roofing materials and application shall be Flintkote Specification No. 415-AW, Class B fire retardent or approved equal , for aoplicat'on over nailable wood deck , and corresponding flashing specifications suitable for 20 year endorsement. Provide 4" Flintkote "Golden Kote" fibred cant strips. B. Roofing shall be Class B Underwriters ' Laboratories Approved. C. Roofing materials snall be furnished by a nationally recognized ma%- facturer specializing in the manufacture of roofing materials. Contractor shall receive approval for substitution from the Owner before pur- chasing any materials. D. Roofing Subcontractor must be approved by the manufacturer who furnishes the materials. Contractor shall submit proof of this to the Owner before starting roofing application. E. Manufacturer shall inspect and approve all roofing installation , and work shall be done under his direction. 7A- 5. PREPARATION OF SURFACES A. General : Materials specified in this section are standard products of Flintkote, unless stated otherwise. Quantities and weights specified are minimum per 100 square feet. Corresponding products (equal or better) of other approved nationally recognized roofing materials manufacturers may be substituted for those specified upon written approval from the Owner. Materials shall conform to the latest applicable ASTM Standards. Fire College Built-up Roofing 7Ar_1J-0tj 7A- 6. EQUIPMENT A. Equipment shall be in first class condition. Equip kettle with therro- • static temperature control with automatic shutoff. Any work done with overheated asphalt may be rejected by the -Owner. 7A- 7. SUMMARY OF MATERIALS PER 100 SQUARE FEET H.M.P. Asphalt sprinkle mopping . . . . . . . . . . . . . . . . 15 lbs. No. 15 Asbestos Felt (4 layers) . . . . . 60 lbs . N.M. P. Asphalt moppings between layers (3 @ 25�lbs. each) 75 lbs. Protective Coating C-13-C4 Asphalt Emulsion (3 gallon) . . . . . 30 lbs . Sta-Kool Aluminum Reflective Coating (1 gallon) . . . . . . . . . 10 lbs . Approximate Total ;;eight 190 lbs . 7A- 8. APPLICATION A. Inspection: Examine roof decks and other surfaces to receive roofing. Cover large cracks or knotholes with metal and sweep surface clean. Roofs shall be dry and free of defects or irregularities that may jeopardize the quality of the work and no roofing work shall be done on the affected areas until suitable corrections have been made. Check also to see that roof will drain properly. Inspect and approve the installation of all sheet metalwork in connection with roofing . Roofinq shall not be applied until roof deck has been inspected and approved by the Owner and roofing materials manufacturer. i B. Responsibility: Nothing in the drawings and specifications shall be construed as relieving the Contractor of responsibility for the water- proof quality of the roofing work. 7A- 9. GENERAL INSTALLATION A. Asphalt: Apply asphalt at a temperature between 3750 and 4500 F. Do not heat to temperature higher than 4500 F. B. Sheet Metal Work: All metal flashings shall be primed with asphalt primer and allowed to dry before roofing materials are applied. C. Outlets: Set drain outlets below roof deck surface to permit free flow of water and to prevent forming water dams at rims. Seal roofing around drains and fill metal base of ring-type drains with flashing compound. After roofing is applied, install ring and tighten. D. Vent Pipe Flashing: Set flange in asphalt on first layer of felt. Nail flange 4" on center and seal with a 6" strip of YELLOW JACKET Glass Fabric, set in asphalt. Follow with a collar of felt to fit around vents and overlap the flanges 6" on all sides applied in asphalt. After felts are applied, form a cant of plastic cement around base of vent. E. Flashing Pan: Where projections extend through the roof surface, install . minimum 4" high collar with 6" flange. Install flange on top layer of base felt in flashing compound, nail 4" on center. Seal with 6" wide strip of YELLOW JACKET Glass Fabric set in asphalt. Cut 2 collars of 005-24 Fire College Built-up Roofing 7A - 2 felt to fit snugly around collar and extend 6" and 12" beyond edge of flange applied in asphalt. Fill the inside of collar with flashing comvound. Cant the flashing compound around projection above the level of outside rim. F. Parapet Wall : Coat the inside & top of walls evenly with C-13-C4 Asphalt Emulsion. Apply with spray or soft-fibered brush using 3 gallons per 100 square feet. G. Extending new roofing under existing shingles: to tie new roofing into existing shingles, remove existing shingles carefully and extend new roofing as detailed and replace shingles upon completion of membrane roofing Replace damaged shingles with new shingles (match existing materiais) . 7A-10. INSTALLATION OF MATERIALS A. Base Felts: Sprinkle moo the plywood deck with asphalt and embed 4 layers of No. 15 Asbestos Felt, applied shingle method lapping 271-," on sides and 411 on ends, with end laps not less than 3' apart. Apply all felts in lengths not exceeding 18' . Longer lenoths will be permitted when rolled and broomed into place, or when laying machine is used. Nail every other layer of felt in two rows , stacgered one inch and 10" down from top edge 12" on center. Mop between layers with asphalt. All layers shall be turned up and mopped to cant strip and trimmed at vertical walls. B. Base Flashing: On parapet walls and other vertical surfaces , install an Asbestos Base Flashing consisting of one layer of No. 15 Asbestos Base Sheet and one layer of No. 38 Double Ply applied in asphalt. 'Na i 1 top edge 12" on center through tindiscs. Apply a 3-Course Flashing System at top edge of base flashing. C. Protective Coating: Sweep roof clean to provide proper adhesion, removing all dust and surplus materials. Coat the entire roof and base flashing evenly with Protective Coating C-13-C4 Asphalt Emulsion spraying or brush- ing into the laps using not less than 3 gallons per 100 square Teet. D. Reflective Coating: Surface must be cry and clean, free of dirt, dust, oil , grease or foreign matter. Surface should be walkable without damaging protective coating. Apply without dillution with brush, spray or roller in a continuous film of uniform thickness. 7A-11. CLEAN UP The Roofing Contractor shall at all times keep the premises free of roofing waste materials, rubbish, unused tools and equipment. 0 52, Fire College Built-up Roofing 7A 3 7A-12. MANUFACTURER'S SUPERVISION A. Not less than seventy-two (72) hours prior to the start of roofing application, Contractor shall request an authorized representative of the manufacturer of the materials to be applied to inspect the surfaces to be roofed. Apply no roofing until the manufacturer's representative approves the surfaces and conditions. 7A-13. GUARANTEE Contractor shall furnish to the Owner a written guarantee that roofing and flashing installations are guaranteed to be watertight and free from defects of materials and workmanship for a period of two years after the date of acceptance of the building by the Owner. Bulging or wrinkling of built-up roof surfaces shall be interpreted as a defect. All defects shall be corrected by the Contractor without cost to the Owner. Fire College Built-up Roofing 7A - 4 00i.: J DIVISION 7 MOISTURE PROTECTION SECTION 7B SHEETMETAL 1. • 7B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 7B- 2. SCOPE Includes all labor, materials, equipment and services required to perform all operations in connection with the furnishing and installation of Sheet- metal work complete in accordance with this section of the specifications and the applicable drawings. Includes furnishing sheetmetal items specifi- cally noted elsewhere to be installed by others . It includes : All galvan- ized iron roof flashing (Mechanical , Plumbing and Electrical flashing fur- nished under Divisions 15 and 16) , furnishing and installing galvanized pier caps as detailed, all sheetmetal required for the completion of the work not specified to be furnished by others. 7B- 3. RELATED WORK IN OTHER SECTIONS A. Miscellaneous metal work is specified in Section 5A. B. Aluminum Doors , Frames & Windows , refer to Section 8A. C. Roofing is specified in Section 7A. D. Metal doors & frames , Section 8B. . E. Lathing and plastering, Section 9A. F. Toilet Compartments refer to Section 10A. G. Plumbing, Mechanical and Electrical flashing are specified under Divisions 15 and 16. H. Sealants, refer to Section 7E. 1B- 4. SHOP DRAWINGS Submit for all specially fabricated items . Show details , dimensions , weights , connections, finishes, etc. Shop drawing shall conform to work- ing drawing details. Submit 2 sets for preliminary approval and 5 sets for final approval before fabricating any work. 78- 5. REFERENCES AND STANDARDS Sheetmetal work shall be fabricated and installed in accordance with the "Architectural Sheet Metal Manual ", A. I.A. File No. 12-L, of the Sheet Metal and Air Conditioning Contractors ' National Association, Inc. , First Edition, 1965, unless detailed otherwise. 7B- 6. MATERIALS A. General : All materials shall be new and of the following quality. 1. Galvanized Sheet Metal : ASTM 527 phosphate film applied to hot dipped zinc coated steel . Zincgrip, Paintgrip, Paintbond, Tufkote or approved equal , 24 gauge, unless noted otherwise. Fire College Sheetmetal 7B - 1 2. Solder: ASTM B 32-60 gT; 50 percent block tin and 50% pig lead. 3. Butyl Sealer. "DAP" Butyl Gutter and Lap Sealer, "Hapco 600", or approved equal . Use as per manufacturer's specifications. 4. Metal Primer: For galvanized surfaces, 221-14 Zinc dust and zinc oxide primer; for ungalvanized surfaces, 121-00 "CHEX-RUST" primer W.P. Fuller Co. 5. Rough Hardware: Nails, screws, bolts, etc. , to be galvanized for galvanized steel . Nails shall be barbed, of best types for intended purpose and that will not support galvanic action. 6. Supports and reinforcements: Galvanized for galvanized steel to be furnished as necessary to provide strength. 7. Galvanizing: Hot dip galvanize all ferrous metal items wholly or partially exposed to weather. Standard commercial grade galvanizing. Galvanize after fabrication. 7B-7. STORAGE A. Storage of materials at the site shall be done so as to protect materials from damage. Materials which are scored, abraded, creased or otherwise damaged shall not be used in this work. 7B-8. WORKMANSHIP A. All work shall be in cooperation with other trades and shall be performed by experienced workmen with ability to install and complete the work in a neat and workmanlike manner. Fabrication and installation shall be as detailed on the drawings. Confirm measurements with job conditions. B. Backing Surfaces: Shall be smooth, even, sound, clean and dry, and free from all defects that might affect application. Notify Owner of conditions preventing proper execution of the work. Work started without such notification shall be construed as acceptance of preceding work and the Contractor shall properly replace all work required to be changed because of such defects without additional cost to the Owner. C. General : Materials furnished under this section but installed by others shall be delivered in time to avoid delays to construction pro- gress. Cutting, fitting, etc. , required for work of other trades shall be performed under this section including all accessories essential to complete sheetmetal installation though not specifically shown or specified. Where sheetmetal abuts or members into adjacent materials, the juncture shall be executed in manner satisfactory to the Owner. Provide waterproofing paper as an underlayment for all sheetmetal linings or coverings. Gauge of nonferrous sheetmetal : Brown and Sharpe (B&S) , and for ferrous sheetmetal : manufacturers standard guage. D. Assembly: Secure and assemble with locked seams, soldered and made watertight. Verify all measurements at site before fabricating any work. Make sections uniform with true, straight breaks, accurately fitted and Fire College Sheetmetal 7B - 2 rigidly secured. Miter corner and angle joints. Fit metal closely and neatly to backing and solder, bead, or return exposed edges as required for strength and appearance. Provide ribs, cleats, sleeves, stiffeners or other reinforce^,ents required to make sections rigid and substantial . Provide expansion joints as indicated or required but not over 24 feet apart on continuous runs. Fabricate shop work in units requiring minimum field work. Seams, of type where indicated or required shall be standing (one inch high minimum) , flat lock (not less than 3/4" wide) , soldered lap (not less than one inch wide) . All seams made in direction of flow. Pier caps shall be one piece with turned down edges soldered tight at corners. E. Cleating: Provide cleats for sheetmetal work where required and spaced 12 inches on center. Cleats not less than 2 inches wide by 3 inches long of same material and weight as the sheet metal being installed, or heavier if indicated. One end of cleat secured with two nails and the edge folded back over the nail heads. The other end locked into seam. Cleats for soldered seams - pre-tinned. F. Soldering: Tin each sheet over the full area of contact and fill the seams completely with solder. Mallet double locked seams flat. Solder- ing shall be done slowly with well-heated coppers, so as to thoroughly heat the sheet and completely sweat the solder through the full width of seam. Ample solder shall be used to completely fill the joint. Wipe excess solder from exposed surfaces. G. This Contractor shall insure a watertight installation and provide a shop coat of asphaltum paint on all exposed and concealed surfaces before installation (except finished aluminum exposed surfaces) . Allow for expansion and contraction in all cases. • 7B-9. FLASHING COUNTER FLASHING: Shall be 24 gauge hot dipped zinc coated steel applied as indicated and at all points likely to leak whether or not indicated or specified ;ncluding around items which pass through roof or walls (for mechanical or electrical flashing refer to Divisions 15 and 16) . Set metal flash flanges in hot asphalt in cooperation with roofer and nail at 12" O.C. Lap at ends 6" and seal lap with plastic cement full width of lap. Accurately align all work. Flashing over projecting end walls to be one piece and of shape indicated on drawings. 7B-10. MISCELLANEOUS SHEET METAL AND METAL WORK Sheet metal and metal items not covered elsewhere in this section: as indicated on the drawings and as required to provide a watertight installa- tion. Includes sheetmetal and metal work required for miscellaneous clips , anchors required for installation of items and equipment specified here in and indicated on drawings. Where not indicated otherwise, sheetmetal to be 24 ga. hot dipped zinc coated steel . A. Foundation Vents: Simpson Co. No. 27F. �4)57:429 Fire College Sheetmetal 7B - 3 DIVISION 7 MOISTURE PROTECTION SECTION 7D BUILDING INSULATION 7D- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 7D- 2. SCOPE The work includes, but is not necessarily limited to, the furnishing and installing of all building insulation complete, as shown and noted on the drawings and specified herein. 7D- 3. RELATED WORK IN OTHER SECTIONS A. Insulation of plumbing- and mechanical work is specified under Division 15. B. Refer to Electrical and mechanical work Divisions 15 and 16. 7D- 4. MATERIALS BUILDING "A" (Wali and Roof Insulation) A. Building Insulation: Fiberglas Kraft - faced building insulation with vapor barrier and nailing flanges , (31-2 inch full thick for walls, 6" for roof insulation) fiberglass batts in roll batt form, as manufactured or distributed by Owens-Corning Fiberglas Corporation, Johns-Manville Corp. , or approved equal . All materials shall be delivered to the job in ori- ginal packages. Insulation in walls shall provide a thermal value of R-11. Insulation between roof joists shall provide a thermal value of R-19. Insulation between floor joists shall provide a thermal value of R-11. 7D- 5. INSTALLATION BUILDING "A" A. Insulation shall be placed between all studs in all new exterior walls and between all new roof joists over interior spaces . All insulation shall be installed in accordance with the manuf's installation instructions and recommendations. All stapling flanges shall be secured to sides of framing members to produce air space on interior side of batts. Install insulation between all new floor joints. B. Install insulation after all piping and wiring is in place. C. Install between studs, fitted between (not over) braces, and solid blocking. D. Insulation shall be installed tautly without sagging. E. Existing insulation between ceiling joists in attic shall remain. i Fire College Building Insulation 7D - f���c � DIVISION 7 MOISTURE PROTECTION SECTION 7E SEALANTS 7E- 1. GENERAL- The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 7E- 2. SCOPE The work includes, but is not necessarily limited to, the furnishing and applying all building sealant materials as shown on drawings and/or speci- fied herein to render the building waterproof. 7E- 3. RELATED WORK IN OTHER SECTIONS A. Caulking under Class and Glazing, Section 8E. B. Caulking under Flashing and Sheet Metal , Section 7B. 7E- 4. MATERIALS A. Caulking Compound (Mastic) : Synthetic rubber-base, one-component, non- sag type, chemically curing, conforming to specification TT-S-00230C, supplied in a ready-to-use form. Under normal application conditions , including adequate ventilation, compounds shall be non-toxic. Caulking shall be Dap I Part Flexiseal or approved equal . B. Primer: Non-staining sealer, to type and consistency recommended by the caulking manufacturer for each specific surface material . C. Backstops: Closed-cell neoprene butyl , polyurethane, vinyl or poly- ethylene foams free from oil or other staining elements . Oakum, and other types of absorptive materials , shall not be used as backstops. D. Bond Preventive Material : Polyethylene tape with pressure-sensitive adhesive, aluminum foil , or waxed paper. 7E- 5. GENERAL REQUIREMENTS A. Provide caulking in all open joints exposed to the weather, as indicated or specified, and in all areas normally requiring sealing with caulking material to provide watertight and weathertight construction. All porous surfaces, (stucco, wood, etc. ) to receive caulking shall be primed. B. Deliver materials to the job in the manufacturers ' original unopened containers , with the brands , date of manufacture, and name clearly marked thereon. Carefully handle and store materials to prevent inclusion of foreign materials, or subjection to temperatures exceeding 90 degrees F. Caulking compound or components more than six months old shall not be used. Color of caulking compound shall be selected by the Owner's repre- sentative from full line of manufacturer's color samples. Fire College Sealants 7E - 1 7E- 6. APPLICATION A. Surface preparation: Surfaces against which primer and caulking are to be applied shall be clean, dry to the touch, free from frost, moisture, grease, oil , wax, lacquer, paint, or other foreign matter. All joints shall be cleaned out to the depth indicated. Clean out all loose par- ticles of mortar just prior to caulking. B. Primer: Provide on all surfaces as recommended by the caulking manu- facturer. Primer shall not be applied to surfaces which will be exposed after caulking is completed. C. Backstops : Pack the back or bottom of joints over 1/2" in depth tightly with an approved backstop material to the depth indicated. 0. Bond preventive material : Shall be provided at back or bottom of joint cavities in which no backstop material is required; it shall cover the full width and length of the joint cavities. E. Protection and cleaning: Protect areas adjacent to joints to be caulked from smearing; paper masking tape may be used for this purpose if removed 5 to 10 minutes after the joint section is filled. F. Upon completion of caulking, all remaining smears , stains , and other soiling resulting there from shall be removed and work left in a clean • and neat condition. G. Apply in accordance with the manufacturer's printed instructions , using a gun with nozzle of proper size to fit the joint width. Force compound into grooves with sufficient pressure to fill the grooves solidly. Caulk- ing shall be uniformly smooth and free of wrinkles , and unless indicated otherwise, shall be tooled and left sufficiently convex to result in a flush joint when dry. Where the use of gun is impractical , approved hand tools may be used. The caulking compound shall not be applied to joints when the air temperature is below 50 degrees F. or when it appears probable that temperatures below 50 degrees F. will be encountered before the caulking has set. Modification of the caulking compound by addition of liquids, solvents , or powders shall not be permitted. Caulking around openings shall include the entire perimeter of each opening. ZJ c3t1 i. Fire College Sealants 7E - 2 DIVISION 8 DOORS, WINDOWS & GLASS SECTION 8A ALUMINUM DOORS & FRAMES & WINDOWS 8A- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 8A- 2. SCOPE Includes all labor, materials, equipment and services required to perform all operations in connection with the installation of the aluminum doors and frames and sash complete in strict accordance with this Section of the Spec- ificitions and the applicable Drawings, and includes the installation of finish hardware. 8A- 3. RELATED WORK IN OTHER SECTIONS A. Finish Hardware, refer to Section 8D. B. Gla,s & Glazing, refer to Section 8E. 8A- 4. ALUMINUM DOORS & FRAMES A. Aluminum doors, TRIFAB "450" frames and related items specified in this section shall be as manufactured by Kawneer Company, or approved equal . Doors shall be Kawneer Flush Aluminum Door, Style 350. B. Materials: Extruded from 6063-T5 aluminum alloy (A.S.T.M. , 8221-54T alloy GS 1OA-T5) . C. Construction: Vertical stiles shall be 3 17/32", and bottom rail 6 17/32". Corner construction shall consist of both sigma deep penetration weld and mechanical fastening. Glazing stops shall be snap-in type with neoprene bulb-type glazing. No exposed screws shall be required to secure stops. Stops on exterior side shall be lock-in tamper proof type. D. Weatherstripping: Door shall be weatherstripped on three sides with metal-backed pile cloth installed in the door and/or frame. A weather- ed adjustable astragal with stainless steel backing shall be provided at the meeting stiles of a pair of doors. (Bottom will be weathered with a pile sweep strip applied to door rail ) . E. Finish: Doors, frames & all exposed members, including face sheets shall receive Dark Bronze #40 Class 1 Anodic Coating with Integral Color. Provide finish Certification. Provide finish sample before fabrication. F. Caulking Compound: "Hunts", "A.C. Horn's", or equal , gray butyl caulking compound, gun grade. Fire College Alum. Doors, Frames & Windows 8A - 1 01Ora"'33 G. Hardware: Except for items specified in Section 8D, "Finish Hardware" all other hardware specified herein shall be furnished by the door manufacturer. All hardware, including items furnished in Section 8D, "Finish Hardware" and items specified herein shall be installed in the doors by the door manufacturer. Hardware to be furnished by the door manufacturer shall include: 1. Pull Hardware, style T, match door finish. 2. Push Hardware, style U, match door finish. 3. Closer (concealed in door frame head) SAM II 4. Flush bolt (inactive leaf) match door finish. 5. Threshold, Pemko, match door finish. 6. Aluminum glass stops , square edge (for double glazing) match door finish. 7. Butts , 1 1/2 pair per door, match door finish. H. Erection: Shall be done by a representative authorized by the door manu- facturer. Securely anchor all items in place to provide a straight, plumb and level condition. Thoroughly and neatly bed all materials in caulking compound at all exterior contacts with supporting surfaces . After glazing , check and re-adjust all items, including floor check of operating hardware as required for proper operation. Before installation this Contractor shall determine that all backing elements are plumb and securely fastened in place. Doors shall be single acting (provide alum. stops) . 8A- 5. ALUMINUM SASH A. Materials: Sash, screens and sash hardware shall be as manufactured by Kawneer Co. Inc. , Viking Industries Inc. (Series 1600) , or approved equal . 1. Extrusions shall be 6063-T5 alloy. Exposed aluminum sheet to receive anodic finish shall be 5005 alloy to match extrusions . All sections formed true to detail and free from defects impairing appearance, strength or durability. Exposed fasteners shall be aluminum to match finish. Unexposed fasteners may be cadmium or zinc plated steel in accordance with ASTM Spec. A165-55. Anchors shall be aluminum or steel , providing the steel is properly insulated from the aluminum. 2. Sash hardware shall be white bronze and shall be noncorrosive and non- staining to windows. Fasten as recommended by manufacturer. Friction shoes shall be self-lubricating nylon. Provide 3 extra sets of all hardware for future replacement. B. Construction: All corners of ventilators shall be mitered, flash welded and uniformly machine trimmed. Welds shall not be discolored after finish- ing. Frame corners shall be double tenon jointed, mechanically forged and made permanently leakproof. Sash shall be 1 1/2" deep. Glazing ti� Fire College Alum. Doors, Frames & Windows 8A - 2 bead shall be aluminum snap-in type with no exposed fasteners and shall be finished to match sash finish. Black Elastromeric weather stripping . shall be applied to full perimeter of ventilator. C. Finish: All exposed window members shall receive Dark Bronze #40 class 1 Anodic Coating with Integral Color. D. Screens: Provide screens constructed with Roll Form Aluminum frames rigid- ly ,joined at corners. Screen cloth shall be 18 x 16 mesh aluminum. Clean to provide a uniform color. Screen frames shall match sash finish. Splines shall be extruded vinyl , removable to permit re-screening. E. Hardware: Provide 1 - Spring catch each sash. Provide 1 - pole each room. Install pole hanger bracket each room where directed. F. Installation: Anchor substantially in place, plumb and true in proper alignment in accordance with manuf's. instructions. The installation shall be entirely weathertight. Maintain protection and provide final cleaning. G. Guarantee: This Contractor shall guarantee his work against defective materials or workmanship for a period of one year following acceptance of the materials by Owner. Fire College Alum. Doors , Frames & Windows 8A - 3 x'50035) DIVISION 8 DOORS, WINDOWS & GLASS SECTION 8B METAL DOORS & FRAMES 8B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 8B- 2. SCOPE This Contractor shall coordinate the furnishing of metal doors and frames and corresponding Finish Hardware (Section 8D) for the complete installation of all doors and metal frames. See Drawings for locations of label doors and frames. 8B- 3. RELATED WORK IN OTHER SECTIONS A. Miscellaneous metals, Section 5A. B. Sheet metal work, Section 7B. C. Finish painting, Section 9D. D. Furnishing of finish hardware, Section 8D. E. Glazing, Section 8E. F. Rough Carpentry, Section 6A. 8B- 4. REFERENCES AND STANDARDS Doors and frames shall be manufactured in accordance with the latest applicable standards and specifications of the Steel Door Institute. All doors and frames shall be guaranteed in accordance with this standard. 8B- 5. SHOP DRAWINGS Submit fully detailed shop drawings of all metal doors and frames included in this section, and include a complete schedule of all doors and frames to be furnished under this section, to the Owner for approval . No manufacture or fabrication shall be commenced until the shop drawings have been approved and returned to the Contractor. 8B- 6. METAL DOORS AND FRAMES A. Materials: Metal Doors and Frames shall be as manufactured by the Ceco Corporation, Fenestra Corp. , or approved equal . Doors and Frames shall be hot dipped galvanized. B. Metal Door Frames: 1. Exterior Door Frames shall be Series SF (except full welded.) Interior Door Frames shall be Series DW (except full welded. ) 2. Door Frames : Shall be as detailed on the drawin s . Frames shall be full welded unit type. Integral stops (rabbets} shall be not less than 5/8 inches in depth. 3. Steel : Steel for frames shall be cold-rolled, low-carbon type, pickled and annealed, and stretcher leveled, with clean, smooth surfaces. Concealed reinforcing members shall be well finished structuralsteel shapes, or formed sheet metal sections. 0;�U Fire College Metal Doors 6 Frames 8B - 1 4. Gauges of Metal : Frames shall be fabricated from 16 gauge steel , un- less otherwise noted. Reinforcements for hardware shall be not less than 7 gauge for mortised hardware, and 3/16" thick for surface applied hardware. The gauges specified are the minimum required; heavier gauges may be provided. 5. Workmanship and Design: The finished work shall be strong and rigid, square, plumb, and true, free from defects, warp, or buckle. Corner joints shall be welded and in true alignment. Fastenings shall be concealed where possible. Frames shall be without weld or fabrica- tion marks. 6. Provisions for Hardware: Door frames shall be prepared at the factory for the installation of template hardware. Frames shall be cut, reinforced, drilled, and tapped to templates to receive all hardware specified. Cover boxes shall be provided in back of all hardware cutouts . Door frames shall be punched to receive three rubber or vinyl door silencers on lock side of single doors. Lock strikes shall be set out to provide clearance for silencers. 7. Anchors : Anchors on jambs of door frames shall be formed to shapes and sizes necessary for the adjoining type of wall construction. The design of anchors shall be standard with the manufacturer and shall be formed from metal of the same gauge as the frame. Jamb anchors shall be located near the top and bottom of each jamb and at intermediate points not over 24 inches apart. 8. Shipment: Frames shall have temporary steel spreaders welded at the open ends of frames . Where construction will permit, spreaders shall be left in place and concealed. Where they cannot be concealed, they shall be left in place until the frames are set and anchored. 9. Coordinate door frame dimensions with finished' wall thickness . C. Metal Doors: 1. All doors shall be "Regent" doors . Door sizes and style shall be as indicated on Drawings . 2. All doors shall be 16 gauge. Provide minimum 3/16" metal backing for all hardware. D. Shop Finish: All metal doors and frames shall be cleaned thoroughly, treated to assure maximum paint adherence, and given a factory dip or spray coat of rust inhibitive paint conforming to ASTM Specification D-2247 on all concealed and exposed surfaces . Exposed surfaces of all frames and doors shall be given a second prime coat. Doors and frames shall then be sanded smooth and given an additional coat of metallic oxide or synthetic resin primer. Each coat of paint shall be baked separately or oven dried in accordance with the manufacturer's standard practice. Finish field painting is specified under "Painting", Sec- tion 9E. 00031 Fire College Metal Doors & Frames 8B - 2 E. Installation: 1. Frames: Frames shall be set accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. The bottom of the frames shall be anchored securely to floors with expansion bolts or with power-driven fasteners. Wall anchors shall be built-in or secured to adjoining constructions as indicated or required by adjoining con- struction. Where frames require ceiling struts or other structural overhead bracing, they shall be anchored securely to structure above, as required. 2. Hanging Doors: Doors shall fit snug against all stops and hang free from hinge bind with uniform clearance of 3/32" at heads and jambs. Finish Hardware shall be installed as follows: (includes hanging wood b metal doors) Location dimensions are from floor to center line unless otherwise noted: Knobs: 38" to 42" Pull Grip: 42" Push Plate 50" Cylinder dead lock: 52" Butts: Top Butt, top edge 5" to7" from top of door. Bottom Butt, bottom edge 6" to 10" from door bottom. Center Butt, 1/2 way between top and bottom butts. A Fire College Metal Doors & Frames 88 3 DIVISION 8 DOORS, WINDOWS & GLASS SECTION 8C WOOD DOORS 8C- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 8C- 2. SCOPE The work includes, but is not necessarily limited to, the furnishing, but not installing, of all wood doors which are to be installed in metal frames. 8C- 3. RELATED WORK IN OTHER SECTIONS A. Finish Hardware, refer to Section 8D. B. Metal Door Frames , and installation of wood doors in metal frames, includ- ing corresponding finish hardware, refer to Section 88. C. Furnishing and installing of Aluminum Doors and Frames and corresponding hardware, refer to Section 8A. D. Glass and Glazing, refer to Section 8E. E. Painting, refer to Division 9. 8C- 4. SAMPLES Submit sample wood species of doors to the Architect for approval . Samples of flush doors shall be 8" x 10" corner section of door. Doors shall not be ordered for fabrication until the Architect has approved the samples. 8C- 5. REFERENCES AND STANDARDS All doors shall be manufactured in accordance with the applicable standards and specifications of the Woodwork Institute of California, "Manual of Millwork", current edition. All doors shall be guaranteed in accordance with this standard and as hereinafter specified. 8C- 6. DOORS A. General : All doors shall be solid core, flush, W.I.C. "Custom Grade" Vertical Grain Douglas Fir intended for a stain finish. Vertical Grain Douglas Fir finish for both labeled and unlabeled doors shall match. Doors shall conform to the drawings and Door Schedule and shall be of the size, thickness, and type indicated. Door with Vision Light shall have glass set in metal frame. Provide matching edge banding on vertical edges securely glued, under pressure to a block core. B. Fire-Rated Doors: Shall be as scheduled and shall bear Fire Marshall 's stamp of approval . Doors shall be constructed in accordance with U.L. procedure manual . Doors shall be as manufactured by Weyerhaeuser, or approved equal . Doors shall be edge banded to match finish and shall conform to W.I .C. "Custom" Grade Doors. Finish shall be Vertical Grain Douglas Fir. Fire College Wood Doors 8C - 1 c.° i C. Workmanship: The finished work shall be strong and rigid, free from defects, waves, scratches, cuts, dents, ridges, holes, warp, or buckle. Joints shah be dressed smooth. D. Door Grilles: Where scheduled shall be Air Louvers Ltd. , door louvers Series 1900-A with fusible link, approved by State Fire Marshal .. a s Fire College Wood Doors 8C - 2 DIVISION 8 DOORS, WINDOWS & GLASS SECTION 8D FINISH HARDWARE 8D- 1. GENERAL • The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 8D- 2. SCOPE Furnish all finish hardware required to complete the work as indicated on the Drawings and herein specified, and as necessary to complete, but not limited to the following principal items . A. Hardware for doors listed in schedule. B. Key cylinders and padlocks. C. Key control system. D. Cabinet hardware. 8D- 3. RELATED WORK IN OTHER SECTIONS A. Installation of hardware, refer to Section 6B. B. Casework adjustable shelf hardware, Section 68. C. Toilet Partition hardware, Section 10A. D. Toilet Room Accessories, Section 108. E. Metal Doors & Frames , Section 8B. • F. Alum. Doors, Frames & Windows, refer to Section 8A. 8D- 4. CODES All hardware shall comply with applicable building codes. All hardware shall comply with Building Security Code Requirements of the City of Concord. 8D- 5. MANUFACTURER Manufacturers indicated herein establish a "Standard" . Substitutions must be approved by the Owner. Substitutions shall be requested for investigation in ample time, so as to cause no delay in the progress of the work. Refer to Section 18 of the General Conditions. 8D- 6. GENERAL REQUIREMENTS A. The supplier furnishing finish hardware under this section shall have an organization having technical experience and competence to correctly interpret the Drawings, Details and Specifications, to furnish appropriate and complete finish hardware and to be prepared to promptly provide an efficient builders ' hardware specialist regularly employed by such organ- ization. Such specialists shall be available to the Owner until the com- pletion of the job and acceptance thereof; to inspect the material and installation of goods furnished and to report, before final payment is made, all adjustments necessary to make the hardware function properly. Any member in good standing of the American Society of Architectural Hardware Consultants shall be considered to meet these requirements. 00 Fire College Finish Hardware 8D - 1 B. All hardware shall be furnished packed complete with the correct type, finish and number of screws , bolts, expansion shields, etc. , for secur- ing the hardware. C. The Contractor will be held to have examined the general specifications , all plans and detailed drawings ; to provide hardware for any and all openings (whether listed in this specification or not) , in conformity with all local and State building codes. The Contractor will assume responsibility that all hardware will properly fit the material to which it is attached. D. Where the size or shape of members to be equipped with hardware prevents or makes unsuitable the use of exact types specified, suitable types having as nearly as practicable the same operation, function and quality, shall be furnished. E. Sizes of all articles of hardware in all instances shall be adequate for the service to which the individual items of hardware will be subjected in the course of normal usage. F. Finish hardware shall not be installed until painting is completed. 8D- 7. PACKING & MARKING Each item of hardware when delivered to the job shall be plainly marked with the corresponding item number from the hardware schedule and with • door number taken from the Architectural floor plan and with Set key numbers if locks and hardware are keyed. 8D- 8. HARDWARE SCHEDULE ' A. Two copies of the preliminary hardware schedule shall be delivered to the C.C.C. Building Design & Construction Section for review and comments . One schedule with our corrections marked in red will be returned to the hardware supplier. When the new final hardware schedule is compiled, three copies shall be forwarded to the building project. This will enable the Owner to prepare a keying schedule which will be forwarded through channels to the hardware supplier prior to ordering hardware. B. The successful hardware bidder shall contact the lock company's repre- sentative as soon as possible and have him meet with the Owner to assist in reviewing the hardware and keying schedule prior to the forwarding of the hardware order to the factory. 8D- 9. KEYING A. All keyed locks shall be passed by the existing C.C.C. Fire District Great Grand Master Key. All lock cylinders are to be Grand Mastered, Sub-Mastered, Building-Mastered, and set keyed, as directed by Owner. B. Allow for future expansion under each Master or Set. 42 Fire College Finish Hardware 8D - 2 C. Keys: 1. Furnish three keys per lock with an additional ten keys for each set; ten keys for each Sub-Master; ten keys for each Building Master; and 100 stamped key blanks in the Job Keyway. 2. All keys are to be tagged with the hardware item number, door number, and room number from plans and delivered directly to the C.C.C. Fire District by the hardware supplier. 3. Upon receipt of the locksets and cylinders from the factory, the hardware supplier shall notify the C.C.C. Fire District that the keyed locks and cylinders are ready to be checked for the keying requirements set forth in the keying schedule. After the keyed locks and cylinders have been checked against the keying schedule and corrections made, the Owner will accept the keys for the job, and the keyed locks will be delivered to the job. 8D-10. TEMPLATES In order to insure proper placement and fit, all hardware shall be made to template. Templates, or physical hardware items , shall be furnished to supplier concerned sufficiently in advance to avoid delay in the work. 8D-11. SAMPLES OF SUBSTITUTIONS Before preparing the hardware schedule, the Contractor shall submit one physical sample of each item of hardware (if other than the manufactur- ers listed in hardware sets specified) upon request from the Owner. Fire College Finish Hardware 8D - 3 8D-12. HARDWARE SCHEDULE Hardware Group I, Doors 1 1 Deadlock MS1850A 10B Adam Rite 2 Cylinders 41 10B Sargent Hardware Group II, Doors 2 1k Pr. Butts TA2314 4� x 4Z 10B NRP McKinney 1 Lockset 14-7745 GR 10B Sargent 1 Closer 154PS EB Sargent 1 Kick Plate 10 x 1h L.D.W. 10B Quality 1 Threshold 224AD Bronze Pemko 1 Thresholder 450SL Bronze Pemko Hardware Group III , Doors 3, 4, 5, 6, 27 Re-use existing hardware Hardware Group IV, Doors 7, 8, 9, 10, 11, 19, 20, 21 1h Pr. Butts TA2714 4h x 4h 10B McKinney 1 Lockset 28-8G05 GR 10B Sargent 1 Closer 153-0 EB Sargent 1 Wall Bumper 302TB or 331ES 10B Quality Hardware Group V, Doors 13, 14, 15, 16, 17. 1� Pr. Butts TA2714 4h x 4h 10B McKinney 1 Latchset 28-8U15 GR 10B Sargent 1 Stop 331ES 10B Quality Hardware Group VI, Doors 18 3 Pr. Butts TA2714 4k x 4h 10B McKinney 1 Lockset 28-8G05 GR 10B Sargent 1 Electro-magnetic Closer 9-2500 EB Sargent 1 Electro-magnetic Closer 12-2500 EB Sargent 1 Flush Bolts, set 456 10B Ives 1 Coordinator 469 10B Ives 1 Strike 487 x 489 10B Ives 2 Kick Plates 10 x 1h 10B Quality 2 Stops 331ES 10B 0"1aa� Fire College Finish Hardware 8D - 4 Hardware Group VII , Doors 23, 24. • 12 Pr. Butts TA2714 41 x 4Z 10B McKinney 1 Lockset 8G37 GR 10B Sargent 1 Closer 154PS EB Sargent 1 Kick Plate 10 x 1h" L.D.W. 10B Quality Hardware Group VIII , Doors 22 lz Pr. Butts TA2714 4� x 4h 10B McKinney 1 Lockset 8G05 GR 10B Sargent 1 Stop 331ES 10B Quality Hardware Group IX, Doors 25, 26 1h Pr. Butts TA2314 4;2- x 4h 10B McKinney 1 Lockset Reuse existing 1 Closer 153-0 EB Sargent Hardware Group X, Cabinet Hardware Hinges 2834 10B McKinney Catches 32 10B Quality Pulls 1162 10B Quality Fire College Finish Hardwart f$j�l 5 DIVISION 8 DOORS, WINDOWS & GLASS SECTION 8E GLASS & GLAZING 8E- I. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 8E- 2. SCOPE The work includes, but is not necessarily limited to, the furnishing and installing of all glass work complete as shown and noted on the drawings and specified herein. 8E- 3. RELATED WORK IN OTHER SECTIONS A. Aluminum Doors, Frames & Windows, refer to Section 8A. B. Metal Doors & Frames, refer to Section 8B. C. Finish Carpentry, refer to Section 6B. D. Wood Doors, refer to Section 8C. E. Mirrors, refer to Section 1OB. 8E- 4. CODES AND STANDARDS All glazing compounds and methods of glazing shall be in accordance with the applicable portions of the Flat Glass Jobbers Association "Glazing Manual", latest edition. Glass and glazing shall also conform with the applicable re- quirements of the "Uniform Building Code", 1973 Edition, Vol . I , Chapter 54. SE- 5. MATERIALS A. General : All glass shall conform to Federal Specification DD-G-451a (1) . Glass shall be of the types and thicknesses shown on the drawings. Glass subject to human impact shall comply with current Federal requirements for architectural glazing. B. Clear Glass: Shall be Libbey-Owens-Ford float clear plate glass, glazing quality, or approved equal . C. Double Glazing: Shall be plate (5/8" units) L.O.F. , "Thermopane", Viking or approved equal . Glass shall be tempered where shown on drawings. Units shall be factory built and delivered to the site. D. Tempered Glass: Shall be Libbey-Owens-Ford Tuf-Flex or equal , complying with Fed. Spec. DD-G-14038 and ANSI 297.1-1972, fabricated from clear plate glass. Size and thicknesses as shown on drawings. E. Glazing Seal : For interior glass in wood stops, Dap Sealing Tape, 1/8" minimum thick, or approved equal . Fire College Glass & Glazing vU F. Setting Blocks: Shall be semi-hard neoprene or vinyl rubber, of the sizes required for the installations. 8E- 6. SPECIAL REQUIREMENTS A. Manufacturer's labels, showing strength, grade, thickness, type and quality will be required on each piece of glass. Labels must remain on glass until it has been set, inspected, and approved. B. Sizes indicated on the drawings are approximate. Actual sizes shall be determined by measuring in the field. This Contractor is responsible for correct sizes. C. Stops or beads for glazed openings will be provided under other sections for -use under this section. D. Deliver glazing compounds in manufacturer's sealed containers . E. Rabbets and applied stops must have been prime painted on the surfaces to receive glazing compound before any glass is installed. 8E- 7. GLAZING A. General : Conform to applicable portions of Flat Glass Jobbers Associa- tion "Glazing Manual" . Perform no work at temperatures below 50 degrees F. Check dimensions of openings to be sure that adequate clearances are maintained on all four sides at perimeter. Shop cut all glass; cut clean, straight edges, free from chips and fissures. Fixed stops , glass edges, and applied stops shall be cleaned of all dust, dirt, oil , or other debris before glazing. Aluminum sash and metal doors shall be glazed in accor- dance with manufacturers recommendations. B. Preparation: All doors hung and adjusted before glazing. Glaze in closed position. All wood properly sealed or primed before glazing. Rabbets clean, dry, and dust free. C. Glazing of Windows and Doors: Run glazing compounds in alignment with edge of stops with corners carefully made and surface smooth and even. Provide setting blocks and spacer blocks when setting glass over 24" wide. Use of blocks on smaller lights is optional . Remove and re- place stops carefully to avoid marking or defacing any portion of frames or stops. Glazing seal shall be applied in accordance with manuf's specifications. Accurately set glass to frames, allowing proper play with equal bearing for entire width of pane. Well bed glass in speci- fied glazing compound and set stop. Make all edges smooth with no sharp or ragged edges . Set glass with furnished-stops. Set stops in compound leaving 1/16" of compound between stops and glass . Trim off excess neatly. Glass in wood stops: bed glass in glazing seal (back, edges and front) and secure with wood stops. 005A Ftre College Glass b Glazing 8E - 2 • 8E- 8. REPLACEMENT AND CLEANING Upon completion of the building, all glass surfaces shall be thoroughly cleaned, and all labels, paint spots, and other defacements shall be re- moved. Cleaning solution shall not etch or stain painted or finished surfaces or affect the glazing compound. Cracked, broken, and imperfect glass shall be replaced at no additional cost to the Owner. The Contractor is responsible for any breakage until acceptance of all work in building in contract. Responsibility of Contractor shall extend to all damage whether caused by construction operations or other causes. �IJC-74� Fire College Glass & Glazing ,8E 3 DIVISION 9 FINISHES SECTION 9A LAT.HING & PLASTERING 9A- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 9A- 2. SCOPE The work includes, but is not necessarily limited to furnishing all material , equipment and labor to complete the integrally colored Exterior Portland Cement-Lime Stucco System; includes Exterior Portland Cement-Lime Stucco and Stucco Mesh Systems , Exterior Stucco Metal Trims , Metal Flashings and acces- sories (install only, supplied by others) , coordination of work with all other trades; in accordance with these specifications and as detailed and scheduled on the drawings. 9A- 3. RELATED WORK IN OTHER SECTIONS A. Wood frame is specified in Division 6 Carpentry. B. Metal Doors & Frames , Section 8B. C. Sheetmetal , refer to Section 7B . D. Gypsum Board, refer to Section 9C. E. Aluminum Sash, Section SA. 9A- 4. ENVIRONMENTAL CONDITIONS Stucco shall not be applied during freezing weather or to surfaces that contain frost. Stucco shall be kept at or above a temperature of 50 degrees Fahrenheit during and for a period of 48 hours after application. 9A- 5. REQUIREMENTS & REGULATORY AGENCIES . A. Metal Lath Association Technical Bulletin No. 9. B. California Lathing & Plastering Reference Specifications. C. USG Redbook of Lathing & Plastering 27th Edition. D. Uniform Building Code Section 47. 9A- 6. MATERIALS Materials and accessories specified herein shall be as manufactured by United States Gypsum Co. , Western Metal Lath Co. , or approved equal . Application of all materials shall be in accordance with manufacturers instructions. A. For Portland Cement-Lime Stucco Systems: 1. Portland Cement : ASTM C-150 Type 111 2. plastic Cement : ASTM C-150 3. Aggregate : ASTM C-144 Table 1 4. Water : Potable, clean, suitable for domestic use. . 5. Metal Mesh : IV galvanized mesh, 1.42 p.s .y. 6. Felt Underlayment : Asphalt Saturated Felt No. 15. ASTM DD-226. o00119 Fire College Lathing & Plastering 9A - 1 7. Nails : 1-1/2" Galvanized furring type. 8. Finish Stucco Coat : USG Oriental or Peerless , factory color mixed. 9. Metal casing beads : No. 66X expanded flange square edge casing, 26 ga. galv. steel . 10. Metal corner beads : "Stucco LOK Corner reinforcing." 26 ga. galv. Steel with expanded flange. 11. Metal Expansion Joints: No. 15 "Expanded flange expansion joint" , 26 ga. galv. steel . 12. Drip Screed No. 36, Drip Screed, 26 ga. galv. steel . 9A- 7. APPLICATION OF ACCESSORIES A. Application of Asphalt Felt: No. 15 Asphalt Saturated Felt shall be placed in horizontal layers over the sheathing, with strip overlapping the strip below 3 inches. B. Application of Mesh, Lath and Expansion Joints (For additional accessories refer to Sheetmetal Section 7B) . 1. Mesh shall be applied with the long dimension at right angles to the framing members. Lap sides and ends one full diamond. Mesh shall be spaced 1/4" out from the backing using furring devices or furring nails. Mesh shall be attached to framing members not less than 6" o.c. Lath shall be side tied at 6" o.c. along the sides between the supports. 2. Install USG Control Joint No. 093 where indicated on the drawings (expansion joints) . Back control joints with 9" wide No. 15 asphalt felt strips stapled to the sheathing. Install joints with flanges under self furring lath and attach with Bostitch 9/16" G Staples or equal , spaced 6" apart on each flange. Break supporting members and sheathing behind control joints. Apply sealant at all splices, inter- sections and terminals. 3. Install Sheetmetal pier caps furnished under Sheetmetal, Section 7B. 4. Install drip screed to accomodate concrete foundation as detailed. 9A- 8. PLASTER MIXES A. Portland Cement Stucco: 1. Scratch & Brown Coats: Portland cement: . . . . .1 part Plastic Cement. . . . .. .1 part Aggregate. . . . . . . . . . . .1 to 4 mix, scratch coat I to 5 mix, brown coat Water: as required to produce proper fluidity 2. Finish Coat: Oriental Stucco Finish requires only the addition of enough water to produce the required fluidity for application 9A- 9. SYSTEMS DESCRIPTION Exterior Stucco Walls: _ Sha1.1 be 7/8" Portland Cement-Lime stucco integral color finish, 1.42. psy galv. - Metal Stucco Mesh and 15# Asphalt Saturated Felt over a sheathed wood frame structure. "Shovel measures" will not be allowed during mixing. 000,50 Fire College Lathing & Plastering 9A - 2 9A-10. PLASTERING A. Exterior Plastering: 1. On frame walls with wire mesh: a. Scratch Coat: proportion of 1 volume Portland cement to 32 volumes of sand and 1/10 volume of masons hydrated lime. Firmly press in place and key to lath, scratch in both directions to a rough surface; minimum thickness 1/2". Wet down for at least 2 days after appli- cation and allow to cure and dry for 2 days minimum before applying brown coat. b. Brown Coat: Same proportion as scratch coat. Rod to true surface and leave rough to receive finish coat, minimum thickness 3/8" . Wet down for at least 2 days after application and allow to cure and dry for 14 days minimum before applying finish coat. c. Finish Coat: Finish Coat shall be mixed and applied as recommended by manufacturer. Color of finish coat shall be as selected by Owner. Finish to be exterior dash. Finish coat shall cover bottom exposed leg of drip screed. Mask to prevent stucco from contacting founda- tion walls. 9A-11. PATCHING Remove faulty plaster work and repair to satisfaction of the Owner at no extra cost to the Owner. 9A-12. SCAFFOLDING Furnish and maintain as required in compliance with regulations of State Industrial Accident Commission. 9A-13. CLEANUP Remove from site all plaster bags , excess sand and plaster and other debris caused by the plastering and clean all spilled plaster from adjacent surfaces. 9A-14. PROTECTION OF ADJOINING SURFACES Care shall be taken to protect all adjoining surfaces from plaster waste and damage. Contractor shall mask-off all adjoining finishes before start- ing work. Stucco on adjoining surfaces shall be removed by this Contractor without cost to the Owner. Fire College Lathing & Plastering 9A - 3 DIVISION 9 FINISHES SECTION 9B CEMENT ASBESTOS BOARD 9B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 9B- 2. SCOPE Includes all labor, materials , equipment and services required to perform all operations in connection with the installation of architectural asbestos board panel wainscot where scheduled, complete, in strict accordance with this section of the specifications and as noted on the drawings. 9B- 3. MATERIALS A. Cement Asbestos Board; "Permatone S" , "Flexboard" , 4' x 8' x 1/8" thick, as manufactured by Johns-Manville, color as selected by Owner. B. Adhesive; 3M brand CTA-11 adhesive. C. Moldings : Extruded aluminum moldings supplied by Johns-Manville. Provide cap moldings at tops and bottoms of sheets . Provide moldings at inside and outside corners and divider moldings . Moldings shall be color as selected by Owner. D. Fastenings: Cadmium plated screws . 9B- 4. RELATED WORK IN OTHER SECTIONS A. Carpentry & Framing, Division 6. S. Gypsum Board (backing) , Section 9C. 9B- 5. SUBMITTALS A. Sample: Submit samples of materials specified in this Section for approval . B. Shop Drawings: Submit shop drawings of assemblies and components showing in detail methods of attachment, fabrication, jointing, thicknesses , sizes and colors. 9B- 6. PRODUCT HANDLING Deliver materials in manufacturers' standard packages , clearly labeled for contents . Store on site where directed, protected from weather and construc- tion activities. 9B- 7. EXECUTION A. Condition of Surfaces : 1. Inspect backing surface (gypsum board) before starting work. (Backing surface should be taped and mudded smooth) . Starting the work shall imply acceptance of backing and replacement of defective work shall be done at no additional cost to the Owner. 2. Examine substrates and adjoining construction, and conditions under which work will be installed. Do not proceed with work until unsatisfactory conditions detrimental to proper and timely completion of work have been corrected. Fire College Cement Asbestos Board 9B - 1 B. Preparation 1. Verify dimensions before proceeding with work and obtain measurements a.t job site for work required to be accurately fitted to other con struction. The Contractor shall be responsible for accuracy of such measurements and precise fitting and assembly of finished products. 2. Coordinate work with that of other trades affected by this instal- lation. Give particular attention to providing of wood grounds, nailers and blocking so as not to delay job progress. 3. Surfaces to receive architectural panels shall be-plumb, true and properly spaced. C. Installation 1. All materials shall be applied in strict accordance with manufacturers instructions and recommendations. 2. Panels shall be installed with adhesive. Flood coat adhesive over entire surface of contact side. Provide temporary bracing until ad- hesive has set. 3. All edges , joints shall be true and plumb. Refer to drawings for trim details. Place joints in equal panels between walls. 4. Coordinate work with other trades affected by this installation. 5. Cut panels to sizes shown or required. Drill or punch in shop or field where required for nails, screws or other fasteners . 6. Where trim moldings are shown, secure molding to back in perfect alignment, true and level . Install panels with 1/8 inch clearance on all sides . 7. After installation, exposed surfaces shall be free from broken corners and surface defects. When edges are concealed, they may be rough as approved by the Owner. Replace all panels with surface defects. D. Cleaning: Clean face of panels where required with mild detergent. Clean mold- ings and battens from traces of mastic or sealant. 9B- 8. GUARANTEE Submit a guarantee in a form approved by the Owner, covering replacement or repair of architectural panels , covering the following conditions : 1. Panels shall be free from defects in materials with respect to structural integrity for the life of the structure. 2. Interior panels shall be non-fading for the life of the structure. i Fire College Cement Asbes tosIQu 053 - 2 DIVISION 9 FINISHES SECTION 9C GYPSUM BOARD 9C- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 9C- 2. SCOPE Furnish all labor, material and services necessary to install Gypsum Wall- board as a finish surface for interior wood frame walls, ceilings and partitions. Verify all wiring by Owner is completed before installing wall board. 9C- 3. RELATED WORK IN OTHER SECTIONS A. Wood framing, refer to Division 6. B. Painting, refer to Section 9D. 9C- 4. ENVIRONMENTAL CONDITIONS During the application of gypsum wallboard the temperature within the build- ing shall be maintained at a range of 55 to 70 degrees F. Adequate ventila- tion shall be provided to carry off the excess moisture. 9C- 5. REQUIREMENTS & REGULATORY AGENCIES A. ANSI Specification A-97.1 B. UBC Chapter 47 C. ICBG Research Recommendation No. 1602 D. USG Handbook of Drywall Construction 6th Edition 9C- 6. MATERIALS Materials and accessories specified in this Section of the Specifications shall be as manufactured by United States Gypsum Co*. , or approved equal . Application of all materials shall be in accordance with manuf's instructions. A. Gypsum Board Materials: 1. Face Panels: USG regular face panels, 48" wide, thickness as shown on drawings. B. Metal Trim Accessories: 1. Corner Beads : USG #900, 11j" Expanded Metal Flanges. 2. Edge Trims : USG #200 Series , Electro-galvanized. 3. Control Joints : USG #093 Roll formed zinc, tape protected. C. Fasteners: Nails Cooler or Parker Dri-Tite (size as recommended by UBC, Chapter 47) D. Caulking & Insulation: Acoustical Tape: Lowery '7110 1/811 9C- 7. SYSTEMS DESCRIPTION Sheetrock gypsum panels, with finished joints. Apply panels horizontally directly to wood framing. Installation shall be paint finish interior walls. Attach gypsum panels with nails (size and spacing as recommended by UBC', Chapter 47). Fire Collette Gypsum Board 9C - 1 0000-1 9C- 8. INSTALLATION A. Gyps-um Wallboard: 1. General ProcedUres: a. Use maximum board length possible to minimize end joints. b. Begin attachment by driving fasteners in the center of the panel first and work toward- the edges, holding the panel in firm contact with the framing. c. Drive Fasteners flush with the panel face without breaking the face paper. * d. Drive nails not less than 3/8" from ends or edges of gypsum panels to provide uniform dimple not over 1/32" deep. e. All panel ends shall occur over framing members. f. Arrange joints on opposite side of partition to occur at different studs. g. Arrange direction of installation so that lead edges of panel are attached to the open end of the stud flange first. h. Bring ends and edges into firm contact, but do not force. i . Cut and fit board around pipes and openings neatly. Knock outs will not be allowed. B. Metal Trim Application: 1. Control Joints : Shall be installed where the partitions abutt a structural element or dissimular wall surface, where construction changes plane, in partitions exceeding 30 feet in length and where wings of L, U, and T shaped section of building join. 2. Corner Bead: Shall be installed on all external corners. 3. Trim Beads: Shall be installed at all terminations of wallboard where a finish edge is required. 4. Corner beads and trim items shall be applied over the face of the wall board, in a straight true line and plane and stapled to the wall board through the flanges at 6" o.c. Flanges shall be covered and finished as specified in Section on Wallboard Joint Finishing. 9C- 9. FINISH TREATMENT A. Materials: Pre-fill material , joint reinforcement, embedding material , topping material , grout shall be as recommended by manufacturer. B. Execution: 1. Mixing: Joint Compounds shall be mixed as directed by the manu- facturers instructions. Caution should be used to prevent over mixing, or use of extremely cold water or compound. 2. Taping: All flat and interior angles shall be reinforced with PERF-A-TAPE Reinforcement. Joint compound shall be applied with a suitable tool in a thin uniform layer to all joint and angles to be reinforced. Reinforcement tape shall be applied immediately and centered over the joint and sealed into the compound. A skim coat shall be immediately applied following the tape embedment. Fire College Gypsum Board 9C - 2 0 rl- 3. Embedding: Taping Compound shall be applied over the embedding coat, filling the board tape flush with the surface. On joints with tape, the fill coat shall cover the tape and feather out at least 4" on either side of the tape. No fill coat is necessary on interior angles. 4. Topping: Topping Compound shall be spread evenly over and extended slightly beyond the fill coat on all joints and feathered to a smooth uniform finish. On tapered joints, the finish coat shall not protrude beyond the plane of the surface. All taped angles shall receive a finish coat to cover the tape and taping compound, providing a true angle. When necessary, sanding shall occur between coats and following the final application to provide a smooth surface to receive decoration. 5. Finishing of Fastener Depressions: Cover the fastener depressions with one coat of taping compound and two coats of topping compound, leaving all depressions level with the plane of the surface. 6. Finishing Beads and Trims : Finish bead and trim flanges with two fill coats using taping grade compound and one finish coat using topping grade compound. Each coat shall be feathered from the ground of the trim to the plane of the surface. Sand as required to provide smooth surface, ready for painting. T. Drying: In all application steps the coat shall be dry before the application of the next coat. Fire College Gypsum Board 9C - 3 � r - 050 C-- n X050 a DIVISION 9 FINISHES SECTION 9D PAINTING 9D- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. • 90- 2. SCOPE The work includes, but is not necessarily limited to, the furnishing of all materials and equipment and the completion of all painting and painters finish on all new exposed exterior and interior surfaces as required to complete the finishing of the building as shown on the drawings and specified herein. In general the work includes the following: A. All new interior and exterior finish woodwork. B. All new exposed gypsum board. C. All new exterior and interior exposed metal , including piping, mechanical and electrical equipment, sheetmetal ducts, metal doors and frames. D. Re-finishing all existing surfaces which have been damaged during construction. Re-finish to match like adjacent surfaces. E. Painted signs. F. New casework and shelving finishing. G. Furnishing of drop cloths, scaffolds , masking, etc. , necessary to execute work under this contract or to protect work in this job. • H. Samples of paint and stain colors and finishes. 90- 3. RELATED WORK IN OTHER SECTIONS A. Shop painting of all structural steel , miscellaneous metals as refered to in Section 5A. - B. Shop painting metal doors & frames , refer to Section 88. C. Painting or priming of factory finished articles and equipment. D. Painting or priming of Electrical or Mechanical equipment, refer to Divisions 15 and 16. E. Caulking, sealing, refer to respective Sections & Section 7E. F. Gypsum Board Taping and treatment, refer to Section 9C. 9D- 4. SURFACES NOT TO BE PAINTED A. All concrete work - B. Aluminum Sash and Door. C. Stucco Work. D. Laminated plastic surfaces. E. All non-ferrous metal surfaces. F. Pre-finished asbestos cement panels. G. All hardware. H. Plumbing fixtures and trim. I . Toilet compartments. J. Existing surfaces which have not been damaged during construction. Fire College Painting 9D 1 Mr-57 9D- 5. PROTECTION The Paitnter shall protect the work of all other trades against damage or injury by his employees or by his materials , tools , or utensils used in . connection with this contract. Any damage done by him shall be repaired at his own expense, without any additional compensation. 9D- 6. SAMPLES AND COLORS Samples, approximately 4" x 4" of all colors , stains or other finishes shall be submitted to the Owner for his approval prior to commencing work. They shall be submitted in sufficient time and quantities so as to not delay the progress and completion of the work in general . Additional samples shall be submitted, until in the opinion of the Owner, the desired finish is attained. 90- 7. STORAGE OF MATERIAL Materials shall be stored at the site only where directed. Oily rags , waste and empty cans shall be removed from the site every night and shall under no circumstances be left in unventilated rooms or allowed to accumu- late. The Painter shall properly protect the premises by appropriate means . 90- 8. WORKMANSHIP A. Workmanship throughout shall be of the best practice and strictly first class. All finish work shall be applied by none but skilled mechanics. B. All materials shall be evenly spread and flowed on smoothly, and shall be free from runs , sags , and no paint, stain, varnish or enamel shall be applied until preceding coat is thoroughly dry and hard. C. No exterior painting shall be done in rainy, damp or frosty weather or if the temperature is below 50 degrees F, or until' the surface is thoroughly- dry. horoughlydry. D. In general , unless otherwise specified or recommended, enamels and exterior oil paints shall be allowed to dry at least forty-eight (48) hours between coats and interior paints shall be allowed to dry at least twenty-four (24) hours between coats. E. All woodwork and metal surfaces shall be sanded lightly between coats with No. 2/0 sandpaper and dusted before succeeding coat is applied to produce an even smooth surface. F. All damaged work or defective work shall be repainted as directed by the Owner. No patching will be. permitted. G. Each coat of paint shall be of .slightly different tone from preceding coat to prevent skipping. H. Prime gypsum board to prevent flatting of finished coats. I . Tops , bottoms and edges of all doors shall be treated same as facing surfaces, after fitting. Fire College Painting6�v�t$ J. All adjacent surfaces , fixtures and materials shall be protected. K. Do not reduce paints or apply paint materials except as herein specified or as recommended by manufacturer. L. Where coverage is incomplete or not uniform in the opinion of the Owner, an additional coat shall be applied at no extra cost to the Owner. . M. Paint all exposed surfaces of every member. Where surfaces are inaccess- able after installation, paint before installation. N. Finish hardware shall be removed before painting adjoining surfaces . O. All exterior finish woodwork shall be primed on all surfaces after cutting and before installation. P. Do not paint over Underwriters Labels , or fusible links . Q. No spray painting will be allowed, unless given permission by Owner. 9D- 9. PREPARATION OF SURFACES A. All surfaces to be painted shall be examined by the Painter and any sur- face after sanding, still unsuitable for painting, shall be called to the attention of the Owner for proper adjustments and Painter shall not paint thereon until the surface is rendered suitable and when directed by the Owner to proceed. .� B. All sappy spots or knots shall be given one coat of shellac at least ten (10) hours before painting. Repeat if necessary. C. Puttying of all nail hales , cracks, and blemishes shall be done after priming coats have become hard and dry and before second coat is applied. The putty shall match the color of the finish .coa t. D. All greasy or oily surfaces shall be cleaned with turpentine or benzine before painting. All scale or rusts shall be removed by scraping, wire brushing or sandblasting. E. All wood surfaces to receive finish shall be sanded smooth and brushed free of dust and dirt before applying paint or stains. Remove all mildew or grade stamps from wood surfaces to be stained. F. Field bolts and rivets, abrasions to the shop coat, and other surfaces where paint has been scuffed off shall be spot painted with the material used for shop coat or its equivalent and all objectionable foreign matter shall be removed before generai. field painting. G. All materials to receive paint shall be- thoroughly dry. N. Metal Surfaces: Clean free of dirt, oil , grease, rust, scale and other foreign matter, using wire brushes, sand paper, where necessary, Wash both galvanized and' ungalvanized metal with benzine and wipe dry. .(cont.) M Fire College Painting 9D - 3 U00UJ H. Metal Surfaces: (continued) Galvanized sheetmetal flashings, louvers, etc. , shall be prime coated upon delivery to the job before installation. Damaged shop coats shall be spot painted before application of finish coats. I . Redwood Trim: sand smooth with fine paper (except re-sawn surfaces) . Prime all surfaces before installation and after curing. Putty all nail holes with tinted filler after priming and installing and before finish coat. J. All interior finish and trim which will be in contact with plaster sur- faces shall be back primed before placing. 90-10. MATERIALS A. General : All materials shall be delivered to the job in the manufacturers original containers with labels intact and seals unbroken. All colors used shall be selected for their permanence and non-fading qualities. Paint shall be plant mixed. B. Materials: Paint and finish materials shall be as manufactured by Fuller Paints, Pratt & Lambert Inc. , Glidden Paint Co. , Olympic Paint Co, or approved equals. Materials shall be highest quality. 1. Redwood Filler (Nail Holes) • DAP colored putty, Cabots Redwood Putty as manuf. by Samuel Cabots Co. , or approved equal . Filler shall be tinted to match finished redwood. Apply according to manufacturers recommendations . Information regarding these materials may be obtained through the Calif. Redwood Assoc. , San Francisco. 2. Redwood Finish Exterior: "Pentaseal " as manuf. by Zehrung Chemical Co. , "Woodlife" as manuf. by Protection Products Mfg. Co. Information re- garding these materials may be obtained through Calif. Redwood Assoc. , San Francisco. 3. For additional material descriptions, refer to the "Painting Schedule" 9D-11. 4. The Owner reserves the right to take a representative sample of any paint material brought to the job and have it tested by an approved testing laboratory to verify the material or coverage conforms to these specifications. Cost of the test shall be paid for by the Owner, however, if the test fails, the Contractor shall assume all expense relating to the test. 90-11. PAINTING SCHEDULE A. The following paint finishes are taken from Fuller Paint Co. Specifica- tion October 1972, unless indicated otherwise. 1. Painting Schedule Exterior: a. Redwood Trim and Plywood: 2 - coats: Redwood Finish Exterior, "Pentaseal " or "Woodlife" Fire College Painting 9D - 4 t_3U�6�i 1. Painting Schedule Exterior: (continued) b. Woodwork (other than redwood) painted 1-coat: 22n-23 Exterior Primer 2-coats: 260- XX Nouse Paint c. Metal , ferrous : 1-coat: 121-oo "Chex-rust" 2-coats: 262-XX Flat Acrylic Paint d. Metal , galvanized or zinc alloy: Preparation: Wash with "Galvanprime", distributed by Fuller Paint. 1-coat: 221-12 Zinc Dust, Zinc Oxide 2-coats: 262-XX Flat Acrylic 2. Painting Schedule, Interior: a. Woodwork, (stained) , Cabinet Work, Doors, Trim , wall shelvIng,throughout. 1st coat: 640-XX Oil Stain 2nd coat: 650-00 Varnish Gloss 3rd coat: 650-01 Satin Varnish b. Woodwork, painted 1st coat: 220-07 (enamel undercoater) 2nd coat: mixture undercoater and finish 3rd coat: 213-XX alkyd semi-gloss enamel c. Metal , ferrous: 1st coat: 121-00 "Chex-Rust" metal primer, omit if shop primed. 2-coats 112-XX heavy duty enamel d. Gypsum Wallboard (All areas except rest rooms) . 1st coat: 220-22 P.V.A. Sealer 2nd coat: 220-06 Wall Primer Sealer 3rd coat: 219-12 Eggshell Stipple e. Redwood, solid stock and plywood: 2-coats 159-00 Clear Latex, Redwood Finish Interior f. Gypsum Wall board (Restrooms) : 1st coat: 220-22 P.V.A. Sealer 2nd coat: 220-06 'mall primer sealer 3rd coat: 219-00 Semi-gloss Stipple g. Cabinet Shelving: Same as for Wood (stained) specification above. h. Cabinet Interiors : 1-coat 222-01 Lacquer Sanding Sealer Fire College Painting 90 - 5 0 0 � 9D-12. PREPARATION OF EXISTING SURFACES TO BE RE-FINISHED A. Interior: 1. metal : wire brush & remove all rust and dust free to a clean surface. 2. wood (to be painted) : wash with Trisodium phosphate and rinse with clear water. 3. wood (to be stained): strip off existing finish to original wood. B. Exterior: 1. metal : wirebrush and remove all rust and dust free to clean surface. 2. wood (to be painted) : sand down to smooth surface. 9D-13. RE-FINISHING EXISTING SURFACES A. Interior: 1. metal : 1-coat, same as for new work. 2. wood (painted) : 1-coat, color as selected. 3. wood (stained) : same as new "Woodwork" (stained) , match new cabinet . work finish. B. Exterior: 1. metal : (touch up with "Chex Rust" 121-00) 1-coat, color as selected. 2. wood: 1-coat, color as selected. 9D-14. MISCELLANEOUS PAINTING WORK A. Visible exposed surfaces of equipment, electric panels, conduits, ducts , pipe, grilles , registers , and similar items shall be finished to match adjacent wall or ceiling surfaces or as directed. Visible inside surfaces of ducts, grilles, registers, vents , etc. , shall be painted flat black. B. Painted signs : size, text, and layout as directed or indicated. Employ skilled sign painters for this work. C. Any surface not specifically mentioned which, in the opinion of the Owner, requires painting, shall be finished as specified for the par- ticular material in question. Fire College Painting 9D - S�` �U 90-15. CLEANUP Upon completion, clean paint spots from floors, walls, ceiling, glass, hardware, and remove all surplus materials and rubbish leaving premises in clean orderly condition. 90-16. GUARANTEE The Contractor shall guarantee all painting included under this section to be free from defects, and agrees to replace or repair, at his expense and at any time during .two years from date of acceptance, and all painting that may be found to be defective due to surface conditions, materials, or appli- cation. ppli- cation. s s )05-63 Fire College Painting. 9D - 7 DIVISION 9 FINISHES SECTION 9E RESILIENT FLOORING 9E- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 9E- 2. SCOPE The work includes, but is not necessarily limited to, the furnishing of all materials and equipment to install resilient flooring, coved base, under- layment and metal strip (at termination of flooring and base edges) . 9E- 3. RELATED WORK IN OTHER SECTIONS A. Rough Carpentry, refer to Section 6A. B. Carpeting, refer to Section 12A. 9E- 4. SUBMITTALS A. Sample: Submit samples of materials specified in this Section for approval . 9E- 5. MATERIALS A. Resilient Flooring: Flooring and coved flooring base shall be Armstrong .090" Brigantine sheet vinyl Corlon (color and pattern as selected by the Architect) or approved equal . B. Underlayment: 1/4" thick plywood, Exterior type A.P.A. CC (plugged) . Install according to A.P.A. specifications. C. Adhesives: As recommended by flooring manufacturer. 9E- 6. EXECUTION A. Installation shall be done by skilled craftsmen using the adhesives recommended by the manufacturer and in accordance with the manufacturer's instructions. B. The flooring contractor shall examine the subfloors and report all defects which have to be corrected before the application of flooring starts. C. Installation shall not begin until the work of all other trades including painting has been completed. D. Install metal strips between tile and other types of flooring in twelve foot lengths except when total length of edge is less than twelve feet. Fire College Resilient Flooring 9E - 1 E. Cove flooring base with molded interior and exterior corners. F. After completion, all resilient flooring shall be cleaned and waxed as directed in the manufacturer's instructions. G. The Contractor shall be responsible for keeping the floors clean, unstained, and undamaged until the final completion of the building. Fire College Resilient Flooring 9E - 2 0000 DIVISION 10 SPECIALTIES i SECTION 10A TOILET COMPARTMENTS #► 1OA-1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 1OA-2. SCOPE The work includes all materials, labor and services necessary to provide and install all toilet compartments including doors & hardware. IOA-3. RELATED WORK IN OTHER SECTIONS A. Resilient flooring & base, refer to Division 9. B. Wainscoting, refer to Division 9. C. Painting, refer to Division 9. D. Building Specialties, refer to Section 10B. 1OA-4. MATERIALS A. Toilet compartments and accessories shall be Mela-mate plastic laminate, flush "Academy" (head rail , pilaster) type as manufactured by Sanymetal Products Co. , or approved equal. Refer to Interior Elevations. 1. Doors, partitions and pilasters shall be laminated plastic, flush construction. Laminated plastic shall be color and pattern as selected by Architect. 2. Shoes shall be one-piece stainless steel . 3. Provide all accessories required for a complete installation. Concealed latches, flush hinge assemblies shall be extruded anodized, highly polished aluminum. Provide rubber tipped door keepers and stops. Provide concealed power bearing door returns. Accessories shall be theft-proof mounted. Provide a coat hook on the back of each door. 1OA-5. SHOP DRAWINGS A. Provide shop drawings of all work in this section for approval before proceeding with fabrication. Fire College Toilet Compartments 10A - 1 �)5-6 1OA-6. INSTALLATION A. Verify all measurements at site and consult with contractors of adjoin- ing work. Contractor responsible for proper working out of installation details. Securely anchor to floor and walls to provide strong and rigid installation. Use 3/8" lag screws into wood backing (Floors are wood floors). The General Contractor shall provide wood backing under floor for footer connections as required. No wood plugs allowed. Installation shall be by manufacturers representative. B. Furnish the General Contractor with dimensions and details for the installation of 2" thick wood backing during rough framing for partition supports, anchors and floor supports. Fire College Toilet Compartments 10A r oz l& 1 DIVISION 10 SPECIALTIES SECTION IOB BUILDING SPECIALTIES 10B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 1OB- 2. SCOPE The work includes furnishing and delivering, but not installing (except for items specifically mentioned to be installed under this section ) , all building specialty items as shown on the drawings and specified herein. 108- 3. RELATED WORK IN OTHER SECTIONS A. Backing and blocking, refer to Division 6. B. Installation of specialty items referred to in Section 6B. IOB- 4. TEMPLATES AND INSTALLATION INSTRUCTIONS Provide complete information, diagrams , templates, and installation instructions as required for all items provided hereunder, and in sufficient time so that all backing and framing can be properly in- stalled and so that work of other trades will not be delayed. All backing shall be 2" minimum. 1OB- 5. FASTENINGS Fasten all items, to be fastened, with screws or bolts extending at least one inch into solid back if no other fastening is specified. Furnish all units of building specialties with all required mounting hardware. All backing shall be 2" minimum. lOB- 6. BULLETIN BOARDS (By Owner, Contractor provide & install framing backing) Bulletin Boards shall be Kaiser Fir-Tex Vinyl Tackboard. Board thickness shall be 1/2". Finish shall be J109 "Spanish Gold". Size as indicated on drawing. Board edges shall be wrapped. Edge trim shall be 3/4" x 3/4" x 1/8" aluminum angle with bronze anodized finish. Miter and weld all corners. lOB- 7. GRAB BARS Grab bars located in toilet compartments shall be stainless steel grab bars No. HCP-48, as manufactured by Tubular Specialties, Los Angeles, Calif. Grab bars shall meet all local and state regulations and specifi- cations for items required for the handicapped. Provide all grab bars (2 each stall) , back plate assemblies, screws, templates, etc. , as required for a complete secure assembly. Submit details to General Contractor during rough framing to locate 2" wood backing. Fire College Building Specialties lots, - I IOB- 8. TOILET ROOM ACCESSORIES Provide the following accessories (or approved equal) which shall be installed under Section 6Bs Each toilet stall shall receive: 1-Paper holder, chrome plated, Crown No. 702. 1-Seat cover dispenser, chrome plated, Protecto. Each lavatory shall receives 1-Combination mirror and shelf, Gershenson No. 601 (18" x 36") . Each toilet room shall receive: 1-Recessed paper towel dispenser and waste receptacle, Gershenson series 100 (22 ga. stainless steel). IOB- 9. ADJUSTABLE SHELF HARDWARE (except for cabinets, see Section 6B) Knape & Vogt slotted standards No. 80-STB (Bronze) and brackets No. 180-STB (Bronze) . Hardware shall conform to shelf sizes indicated on Drawings. 1OB- 10. SIGNS Provide "Men" (Door No. 24 and "Women" (Door No. 23) Signs to be Quality No. 1004P (plastic , color as selected by Architect. Mount as directed by Owner. U9 Eire College Building Specialties 10B - ? DIVISION 12 FURNISHINGS SECTION 12A CUPETING 12A-1. GENERAL The General Conditions and General Requirements are part of this Section and apply to this Section as fully as if repeated herein. 12A-2. SCOPE The work includes , but is not necessarily limited to, the furnishing and installing of all carpeting scheduled on the Drawings and specified herein. 12A-3. RELATED WORK IN OTHER SECTIONS A. Resilient Flooring, refer to Section 9E. 12A-4. PREPARATION OF SUBFLOORS A. Contractor shall thoroughly inspect wood framed subfloors and any defects beyond the ability of Contractor to remedy shall be brought to the attention of the Architect for correction. Subfloors shall be thoroughly cleaned before carpeting is laid. Subfloors shall be level and plumb "and present a firm bearing throughout. 12A-5. SAMPLES Submit samples of the carpeting to the Architect for approval . No carpeting shall be purchased until the Architect has approved the samples. 12A-6. MATERIALS - A. All materials and accessories specified herein shall be as manufactured by Berven Capet Corp. , or approved equal . Application of all materials shall be in accordance with manufacturers recommendations. Color and pattern shall be as selected by the Architect (refer to "Samples" above) . Carpeting shall conform to the following requirements and specifications: Style: "Billboard 11" Pile Yarn: 100% Anso Provide static control to control static to 2500 KVA at 20% RH-70 degrees F. Face Weight 22 oz. Gauge 1/10 Stitches per Inch 8.3 Pile Height .1875" Yarn Density 4224 Weight Density Factor 42,928 Primary Back and Secondary Back Polypropylene 0 Fire College Carpeting 12A - 1 12A-7. INSTALLATION A. Carpet furnished hereunder shall be one factory run and one dye lot with color and shades guaranteed to be uniform throughout the entire area run. B. Contractor shall take all measurements , 'be responsible for their accuracy, and determine all quantities of materials required. C. All seams throughout this carpet work shall be fitted and joined. No patching or small pieces will be permitted. Carpeting shall be cut and fitted tightly to wail , obstructions, corners, pipes, and fittings . Edges shall be buttered with proper adhesive. D. All carpeting for floors and base shall be installed with carpet adhesive as recommended by the manufacturer. E. Carpeting shall be installed using maximum practicable widths to mini- mize number of seams. Diagram showing placement of all seams shall be submitted to the Architect for approval , before installation. F. Carpeting shall be tight, smooth, and perfect at completion of installation. 12A-8. ADDITIONAL MATERIAL A. Provide ten additional yards of each carpet type for future carpet repair. Fire College Carpeting 12A - 1c - DIVISION 15 MECHANICAL S%CTION 15A PLUMBING 15A-1 GENERAL The General Conditions and Special Conditions are a part of this work as fully as if repeated herein. 15A-2 SCOPE A. Furnish all labor, materials, apparatus, tools, equipment, and special or occasional services as required to complete a working installation of all plumbing systems shown on the drawings and/or specified herein. The work shall include all necessary materials, appliances and apparatus not specifically mentioned herein or noted on the drawings as being furnished or installed under another section. The general extent of the plumbing work shall include but not be limited too: 1. Extension of existing water, gas, sanitary sewer. 2. Piping for all new water, gas, sanitary sewer and storm drain systems, including domestic water, hot water, sanitary sewer wastes and vents, rainwater leaders. 0 3. All plumbing fixtures, drinking fountain and water heater with all connections, stops wastes, traps and rough-ins. 4. Gas connections to all relocated and new air conditioning units and new gas meter. S. Trenching, backfilling, cutting and patching necessary to carry out plumbing work. 6. Condensate drains from air conditioning units. 7. All roof-drains, floor-drains, area-drains & roof over flow-drains. 8. All sleeves, chases, holes in roof, walls and floors for plumbing work as required. 9. Removal of old unused piping, removal and replacement of piping services to permit new finish to be installed on facility. 10. As Built Drawings. B. Related Work in Other Sections 1. Painting other than prime coats. i Fire College Plumbing 15A-1 DIVISION 15 MECHANICAL SECTION 15A PLUMBING 2. Electrical line voltage wiring and connection to equipment. C. Permits and Fees County will secure and pay for all permits, fees and inspections necessary for the prosecution and completion of the work. Con- tractor is responsible for business license. County will pay any and all utility company fees and charges. Provide properly signed "Certificate of Inspection" before work is accepted. D. Visit to Site Visit the project site, take necessary measurements, and verify exact location of buildings, utilities, and other facilities, and obtain such other information as is necessary for an intelli- gent bid. No allowance will subsequently be made by the Architect or Owner for any error or omission on the part of the bidder in this connection. E. Supervision Contractor shall personally, or through an authorized and compe- tent representative, constantly supervise the work from beginning to completion and, within reason, keep the same workmen and fore- man on the project duration. All work is subject to inspection by the Architect. Furnish promptly any information requested during inspection. F. Pipe Spaces Keep all work within the spaces provided in the building design. All piping shall be concealed in finished spaces. Should other openings or spaces be found necessary, notify the Architect in time to prevent unnecessary cutting. G. Drawings and Specifications The drawings are diagrammatic and indicate the general arrangement of the plumbing and piping size requirements. No pipe shall be less than the minimum required by good practice. Where larger sizes or higher standards are required herein, on the Drawings, or by Code, the more strict requirement shall be furnished.- Should field conditions or other causes necessitate rearrangement of plumbing or piping, the proposed arrangement shall be approved by the Architect before work is started. Report all observed discrepancies to the Architect before proceeding. Fire College Plumbing 1SA-2 DIVISION 15 MECHANICAL SECTION 15A PLUMBING These specifications are intended to cover all labor, material and standards of workmanship to be employed in the work covered by this section. The drawings and specifications are intended to supplement each other and all work or materials not specifically mentioned, but necessary for completion of this work shall be furnished by the Contractor. H. Godes and Regulations All work and materials shall be in accordance with the latest rules and regulations of the Uniform Plumbing Code, Uniform Mechanical Code, the National Fire Protection Association, all local state ordinances and all regulations pertaining to the adequate protection and guarding of any moving parts or hazardous items. Nothing in these plans or specifications shall be construed as to permit work not conforming to these codes. Rulings and interpretations of the agencies having jurisdiction shall be considered part of the codes and regulations if common- ly known to the trade prior to the submittal of bids. Whenever the drawings and specifications require higher standards than are required by the regulations, the drawings and specifica- tions shall apply. Whenever the drawings and specifications re- quire something that would violate the regulations, the regula- tions shall apply. No extra charge will be paid for furnishing items required by the regulations, but not speciried or shown on drawings. I. Materials and Submittals Within 3S days after the award of the contract, five copies of a complete submittal, consisting of catalog cuts, data and bro- chures of materials and equipment proposed for use shall be deposited with the Architect for approval. Where materials or equipment are variance with the plans or specifications, the Contractor shall assume full responsibility for the function and conformity to the space requirements as well as the coordination of all other trades whose work is affected by the change or substitution. The Architect's approval of such material or shop drawings shall not relieve the Contractor from the responsi- bility for deviations from the drawings or specifications. All submittals shall include operating instructions and complete parts lists. This will be the basis of approval. Fire College Plumbing 1SA-3 DIVISION 15 MECHANICAL SECTION 15A PLUMBING J. Substitutions It is the intent of these specifications to establish quality standards of materials and equipment installed. Hence, speci- fications are identified by manufacturer, trade name or catalog designation. Should the Contractor propose to furnish materials and equipment other than those specified, as permitted in the "or approved equal" clauses, he shall submit a written request for any or all substi- tutions to the Architect. Such a request shall be an alternate to the original bid and shall be accompanied with complete descriptive (manufacturer, brand name, catalog number, etc.) and technical data for all items. Where such substitutions alter the design or space requirements indicated on the plans, the Contractor shall include all items of cost for the revised design and construction including cost of all allied trades involved. K. Tests and Inspections . Pipe lines shall be completed and all permanent pipe fittings installed before final tests. 1. Work shall not be covered up or enclosed until it has been inspected, tested and approved by the plumbing inspector and other governmental authorities having jurisdiction. Should any of his work be enclosed before such inspection and tests, the Contractor shall uncover the work, and, after it has been tested, inspected and approved, restore his work and that of other Contractors to its original condition at no expense to the Owner. 2. All drainage system and gas piping shall be tested as set forth in the local plumbing and gas piping ordinance. 3. All test pressure shall be held for not less than two hours without additional pumping. 4. Flush valves, faucet stops, drinking fountains, etc. , shall be adjusted to their normal working condition. S. The Contractor shall furnish all labor and materials required for making the tests. Fire College Plumbing 15A-4 DIVISION 15 MECHANICAL • SECTION 15A PLUMBING L. The Contractor shall guarantee all materials, equipment and workmanship furnished by him to be free of all defects and shall agree to replace at his own expense, at any time within one (1) year after the installation is accepted by the Architect any and all defective parts that may be found. 15A-3 MATERIALS Materials shall be clearly marked or stamped with manufacturer's stamp and rating, and shall be of domestic manufacture. All ASA and ASTM designations shall be as set forth in the herinabove mentioned plumb- ing and gas piping ordinances. A. Pipe and Fittings Underground soil, waste, vent, shall be standard weight cast iron soil pipe and fittings. No hub pipe and fittings are acceptable. Above ground soil, waste drain, and vent lines 4" and larger shall be standard weight cast iron soil pipe and fittings, and 2" and larger may be the same at the option of the Contractor. Lead and Oakum joints. Above ground waste, vent and drain lines under 2" and up though 3" at the option of the Contractor shall be galvanized steel pipe with threaded cast iron drainage fittings. At the option of the Contractor all soil, waste and vent piping above ground may be Type "M" copper drainage tubing with copper solder joint fittings. Gas piping shall be Schedule 40 galvanized steel pipe with 150 lb. MI. screwed, banded fittings. Under ground portions of lines shall be coated and wrapped with polyethylene. Hot and cold water piping: Shall be Type M copper tubing, hard drawn, with wrought copper solder joint fittings. 95-5 solder joints. Sanitary sewer building drain from a point 5 feet from build- ing line to point of connection with existing sewer shall be as specified for soil pipe or may be similar material as existing sewer piping. Underground cold water piping from the point of Connection to building shall be type K copper with wrought copper a Fire College Plumbing 15A-5 r- , r,% 600 !U DIVISION 15 MECHANICAL SECTION 15A PLUMBING fittings, wrapped in two layers of 0.02 inch thick polyvinyl adhesive tape 3-M #50 or equal. B. Valves and Specialties Crane or Jenkins. Number cited are Crane Co. unless otherwise noted. Gate valves: Shall be brass body wedge disc screwed or joint non-rising stem, 150 Ib. working pressure with wheel handle, screwed or joint ends, No. 438 or equal. Interior hose bibbs: Shall be Chicago No. 293 or equal polish chrome plated 1/2" single faucet with tee handle adjustable threaded flange, and hose end, chrome plates. Exterior hose bibbs: Shall be Chicago No. 387 or equal Crane rough brass 3/4" loose key sill faucets or approved equal and installed where shown. Gas Valves: Gas appliance stop: 1" and smaller shall be brass with lever handle, No. 298 or approved equal. Gas shut-off valve: 1-1/4" and larger shall be square head with check brass cock, 125 lbs. No. 254 or approved equal. - Supply wrench. Relief valves: Water heater temperature-pressure relief valve shall be set at 125 psi, 2100F; Watts N40L or equal. C. Hangers and Supports Shall be standard products or a type suited for the service conditions required, Superstrut, Grinnell, or approval equal. Screws or bolts shall be used in wood construction, plumbers tape is not allowed. D. Drains Wade, Smith, or Josam. Numbers cited are Wade. Floor Drains: 1. Toilet Rooms: (FD) W-1102FC cast-iron two piece floor drain with 2" outlet and nickel brass strainer. Fire College Plumbing 1SA-6 V DIVISION 15 MECHANICAL SECTION 15A PLUMBING 2. Trap primters: Precision Plumbing Products, install on all floor drains. Roof Drains: 1. (RD) W-3223-A cast-iron roof drain threaded side outlet, flashing ring with integral gravel stop secured to drain with brass bolts and removable dome strainer and clamps. 2. Overflow drains: W-3946 E. Cleanouts Shall be standard products of a type and size suitable for the use intended and shall be the approved equal of those specified. Plugs shall be brass with cast iron body ferrule for C.I. pipe. Shall be Wade, Smith or Josam. Number cited are Wade. Is Floor Cleanouts: W-8140 with nickel bronze floor plates. Wail Cleanouts: W-8563-8 with brass cleanout plug. Grade Cleanouts: W-81302, cast-iron body, same size as line served. Set flush in finish pavement flush with grade. With 24" x 24" x 6" conc. collar. F. Sleeves and Wail Plates Vents and Stacks through roof: Shall be flashed with Semco, Type 1100A. For plumbing vents, galvanized. Pipe through interior walls and ceilings: Shall be provided with wall and ceiling plates, Crane Style BC or equal. Plates in finished rooms shall be chrome plates. Pipe under or through footings: Shall be provided with 18 gauge iron sleeves, cast in concrete, two diameters larger than the pipe and the annular space filled with mastic or plastic bituminous cement blended with asbestos fiber. G. Hot Water Piping Insulation Gustin Bacon or Fiberglass. Numbers cited are Gustin Bacon. "Snap- On" or approved equal sectional pipe covering, 3/411 thickness with standard factory attached canvas pasted smoothly over insulation and two metal bands at each 3' section. Fittings shall be insulated with equivalent thickness insulation and jacket. 000i Fire College Plumbing 15A-7 DIVISION 15 MECHANICAL SECTION ISA PLUMBING H. Access Doors Provide for valves and other concealed equipment complete with frames. Doors shall be Milcor or Miami Carey steel doors and shall be fire-rated where required by local code. Submit catalog numbers, sixes, and types of finish of all doors to Architect for approval. I. Shock Absorbers Wade Shockstops or equal Smith where called for on drawings, WS for 3/4" pipe and smaller, W10 for 1" and W20 for 1-1/4" pipe and larger. J. Hot Water Heater A.O.Smith 15 Gall 12 KW electric water heater U.L. approved Model No. DRLS-15. Factory wired - 208 volts. High limit controls for each heating element and magnesium anode. Unit shall be complete with the following: 1. Temperature and pressure relief valve in hot water supply with discharge piped to the building exterior and terminate per the U.P.C. 2. Gate valve in cold water supply. K. Valve Boxes Shall be Brooks 3 RT or equal Christy concrete products,complete complete with cover and required extensions. Index all covers with "Gas" or "Water" as required for service use. L. Catch Basins Deleted M. Flashing All pipe passing through the roof shall be flashed and counter- flashed with 4 lb. sheet lead. Flashing shall extend a minimum of 8 inches around the base and counterflashing shall be made Fire College Plumbing ISA-8 DIVISION 15 MECHANICAL SECTION 15A PLUMBING watertight. Seamless lead flashings SEMCO series 1100 or equal shall be used. Furnish flashing for setting under roofing section. N. Pipe and Valve Identification All valves and exposed piping through the building shall be identi- fied and numbered with brass tags having full lettering, hung from pipes with jack chain with brass bands and spaced not more than 15 ft. on centers. Each pipe in each individual room shall bear at least one tag. Tags shall be 18 gauge metal 1-1/211 high. 0. Plumbing Fixtures 1. Installation: The Contractor shall install all plumbing fixtures and trim as shown on the plans and as herein specified. Rough-in for all fixtures shall be exactly to measurements furnished by fixture manufacturer. Each fixture installed under this work shall be fitted with compression stops on cold and hot water supplies unless integral stops on faucets or gate valves are specified. Plumbing fixtures shall be lined up accurately and shall fit tight against the floor and/or wall and set at right angles thereto. All wall mounted units shall be supported securely and anchored to wall securely bolted to backing; backing material shall not be less than 211 x 8" material of length required. All floor mounted fixtures shall be provided with brass floor flanges. The wall plates on all pipes at fixtures shall be furnished with the fixture and shall be large enough to cover the annular wall opening around pipe. All exposed metal parts shall be chromium plated. Traps shall be provided for each fixture, including floor drains. All venting of plumbing fixtures shall be as required by the Contra Costa Plumbing codes and as indicated on the drawings. Each fixture to be separately trapped. Install Shock Absorbers on the cold and hot water supplies in the vicinity of the toilet rooms. Unit shall be "Wade Shokstop" Fire College Plumbing 15A-9 0 DIVISION 15 MECHANICAL SECTION 15A PLUMBING or equal sized per the Plumbing and Drainage Institute Recommendations. Water closets shall be set with a felt seal. 2. Fixture List: Plumbing fixtures shall be as scheduled below, and shall be complete with all accessories required for a complete installa- tion. Fixture and trim numbers indicated represent a type and quality only. Substitution of equal or greater quality may be permitted in accordance with the requirements of the general conditions. P-1 Water Closet: American Standard "Madera" 2222.016 white. Seat Church #9500 white with stainless steel hinges. Cloan "Royal" 140 flush valve. P-2 Urinal: American Standard "Washbrook" 6500.011 top spud with Sloan "Royal" 186-11 flush valve. P-3 . Lavatory: American Standard "Lucerne" 0350.025 with 2248.219 "Heritage" spread faucet set with crown handles and grid drain with deck mounted Bobrick Liquid Soap Dispenser, Model No. B-8242. P-4 Sink: American Standard 6064.216 self rimming 18 gauge stainless steel sink, one hole with 8310.070 pantry sink fitting with rigid gooseneck spout and 4331.013 crumb strainer. P-5 Water Cooler: Haws HWS-8 electric water cooler 1/4 H.P. 110V walnut grained vinyl finish, stainless steel top. 1SA-4 INSTALLATION OF PIPING A. General 1. All piping shall be concealed unless specifically noted other- wise on the drawings. Where furred ceilings exist, the piping shall be installed in the ceiling as close to bottom of the beams as possible and in coordination with ducts and equipment except the piping may be installed between joints where indicated on the drawings or required. All piping shall be installed in furred walls and partitions where practicable. Exposed piping shall be installed parallel or at right angles to building walls specifically shown otherwise on the drawings. Fire College Plumbing 1SA-10 00c' DIVISION 15 MECHANICAL SECTION 15A PLUMBING 2. All pipe lines shall be installed free from traps and air pockets and true to line and grade with suitable supports properly spaced. All piping shall be installed without undue stresses and with provision for expansion and contraction. 3. Use reducing fitting (not bushing) at pipe size changes. 4. Dielectric unions shall be installed between dissimilar metals. S. Provide 85% IPS red brass pipe at connections to faucets, flush valves and other items requiring rigid piping. 6. All openings in piping shall be kept closed during construction to prevent entrance of foreign matter. 7. All cast-iron joints shall be made with stainless steel band connectors. 8. All horizontal waste and vent lines shall have a grade of not less than 1/4" per foot. 9. Water and gas valves in boxes shall be labelled as such. 10. Install union ahead of each valve. Il. Below grade piping. Shall be supported on a firm bed for the entire length. Minimum depth of cover shall be 2' 0" unless noted otherwise. 12. All valves shall be accessible and shall not be installed with the stems below the horizontal plane. Exterior valves shall be provided with concrete valve box with valve identi- fication permanently marked on cover. B. Gas Piping System 1. The bottom of vertical gas lines shall be fitted with 6" long capped dirt legs. 2. Gas piping to mechanical equipment shall be furnished as required under plumbing work. 3. In addition to main shut-off valve, gas stop cock shall be installed at each gas-fired unit. 4. Remove and dispose of gas piping as shown on the plumbing plan. Fire College Plumbing ISA-11 DIVISION 15 MECHANICAL • SECTION 15A PLUMBING C. Site Drainage System Connections to existing storm facilities shall be made in a manner approved by the local authorities, approved prior to the commence- ment of the work. D. Roof Drainage Piping Below Ground Will be PVC similar to that used on the adjoining building system. 15A-5 EXCAVATION AND BACKFILL Contractor shall provide all excavation and backfill necessary for this installation. In addition, he shall also repair existing concrete and paved surfaces damaged or cut due to plumbing work. Such work shall be done in a manner that will be acceptable to the Architect and local authorities. Contractor shall excavate trenches for pipe lines to required depth, tamp bottom hard and grade to the required slope. Contractor shall excavate holes for bells to permit pipe to rest on solid ground. Backfilling shall be accomplished by using clean earth deposited in 6" layers wetted and temped to produce 90% compaction. Should trenches be excavated deeper than necessary, they shall be backfilled with sand and mechanically tamped in 6" layers. All piping shall be 24" minimum below grade and shall have 2" of sand below and 4" above all lines. Excavated material shall not be used for backfill unless approved. 15A-6 COMPLETION Debris resulting from the Contractor's operations shall be removed from the site as the work progresses or when directed; at the completion of work thoroughly clean all fixtures and trimmings and leave every part in perfect condition ready for use, including removing all labels. Contractor shall prepare three (3) bound copies of complete parts lists, operating instruction and maintenance schedule along with the guarantee form furnished by Contra Costa County. This must be done before acceptance of the project. • Each valve cock shall have handle supplied. Fire College Plumbing 15A-12 1003 63 DIVISION 1S MECHANICAL i SECTION 1SA PLUMBING 1SA-7 AS BUILT DRAWINGS Corrections and changes made during the progress of the work, and the work installed "as shown" shall be shown and located as actually installed. Owner will furnish one set of prints for this information. These drawings shall be kept in job office at all times and shall be updated each month before progress payment will be approved. Fire College Plumbing 1SA-13 DIVISION 15 MECHANICAL SECTION 15B HEATING, VENTILATING AND AIR CONDITIONING 158-1 GENERAL The general conditions and special conditions are a part of this work as fully as if repeated herein. 15B-2 SCOPE A. Furnish all labor, materials, apparatus, tools, equipment, trans- portation and special or occasional services as required to complete working installation of all heating and ventilating systems shown on the drawings and/or specified herein. The work shall include all materials, appliances and apparatus not specifically mentioned herein or noted on the drawings as being furnished or installed under another section.. The general extent of this work shall include, but is not necessarily limited to the following; 1. Heating, ventilating and air conditioning systems shown on the drawings, including all component parts. 2. Exhaust fan. 3. Furnishing and mounting all motor controllers, starters and overload protection for equipment furnished under this section. 4. Complete temperature control system, furnishing and mount- ing all line voltage control components for wiring and connection by others. S. Furnishing Electrical Contractor with electrical wiring diagrams for equipment, ducts and piping. 6. Disconnecting and relocating existing A/C units and thermo- stats. Re-using existing disconnects and controls. Remov- ing all existing duct work and diffusers - salvage usable duct for re-use. 7. As Built Drawings. B. Related Work in Other Sections 1. Power circuits, line voltage wiring. 2. Gas piping, including connections to equipment. 3. Painting of exposed piping and duct work, other than prime coat. 4. Painting. Fire College HVAC 15B-f DIVISION 15 MECHANICAL SECTION 15B HEATING, VENTILATING AND AIR CONDITIONING S. Door grilles. C. Drawings and Specifications The drawings are diagrammatic and indicate the general arrange- ment of the system and size requirements. Should field condi- tions or other causes necessitate rearrangement of duct work or piping, the proposed arrangement shall be approved by the Archi- tect before work is started. Report all observed discrepancies for the Architect before proceeding. These specifications are intended to cover all labor, material, and standards of workmanship to be employed in the work covered by this section. The drawings and specifications are intended to supplement each other and all work or materials not specifically mentioned, but necessary for completion of this work shall be furnished by the Contractor. D. Codes and Regulations All work and materials shall be in accordance with the latest rules and regulations of the Uniform Mechanical Code, the National Fire Protection Association, all local and state ordinances, and all regulations pertaining to the adequate protection and guarding of any moving parts or hazardous items. Nothing in these plans or specifications shall be construed as to permit work not con- forming to these codes. Rulings and interpretations of the agencies having jurisdiction shall be considered part of the codes and regulations if commonly known to the trade prior to the submittal of bids. Whenever the drawings and specifications require higher standards than are required by the regulations, the drawings and specifi- cations shall apply. Whenever the drawings and specifications require something that would violate the regulations, the regula- tions shall apply. No extra charge will be paid for furnishing items required by the regulations, but not specified or shown on the drawings. E. Permits and Fees County will secure and pay for all permits, fees and inspections necessary for the prosecution and completion of the work. Con- tractor is responsible for business license. County will pay any and all utility company fees and charges. Provide properly signed "Certificate of Inspection" before work is accepted. Fire College HVAC 1SB-2 00x83 DIVISION 15 MECHANICAL SECTION 15B HEATING, VENTILATING AND AIR CONDITIONING F. Visit to Site Visit the project site, take necessary measurements, and verify exact location of buildings, utilities, and other facilities and obtain such other information as is necessary for an intelligent bid. No allowance will subsequently be made by the Architect or Owner for any error or omission on the part of the bidder in this connection. G. Supervision Contractor shall personally, or through an authorized and competent representative, constantly supervise the work from beginning to completion and, within reason, keep the same workmen and foreman on the project throughout the project duration. All work is subject to inspection by the Architect or the Architect's representative. Furnish promptly any information requested during inspection. H. Duct Spaces Keep all work within the spaces provided in the building design. Should other openings or spaces be found necessary, notify the • Architect in time to prevent unnecessary cutting. I. Closing of Uninspected Work No work shall be enclosed before all required inspections and tests have been performed. Any work prematurely closed shall be reopened for inspection and restoration of all work thereby shall be at the contractor's expense. J. Cooperation with Other Trades Cooperate fully with other trades doing work on the project as may be necessary for the proper completion of the project. Refer to architectural, mechanical, electrical and structural drawings for details of the building structure and equipment installation which will tend to overlap, conflict with, or require coordination with the work of this section. All work in this section shall be scheduled as to avoid any overlapping and conflict and to effect such coordination as may be necessary for the proper completion of the building as a whole. K. Cutting, Patching, Repairing and Damage by Leaks The contractor shall do or arrange for all cutting, as required for the proper installation of his work. The contractor shall cooperate with all trades in providing well in advance the infor- mation regarding openings required in walls, slabs and footings Fire College HVAC 15B-3 000,81, DIVISION 1S MECHANICAL • SECTION 15B HEATING, VENTILATING AND AIR CONDITIONING for equipment and shall ascertain that said openings are properly located. Note requirements in Structural sections and drawings regarding penetration. The contractor shall reimburse all other contractors for any damage done to their work due to careless cutting, leaks, or overflow, etc. , during construction. L. Substitutions It is the intent of these specifications to establish quality standards of materials and equipment installed. Hence, specific items are identified by manufacturer, trade name or catalog designation. Should the contractor propose to furnish materials and equipment other than those specified, as permitted in the "or approved equal" clauses, he shall submit a written request for any or all substitu- tions to the Architect. Such a request shall be an alternate to the original bid; shall be accompanied with complete descriptive (manufacturer, brand name, catalog number, etc.) and technical data for all items. • Where such substitutions alter the design or space requirements indicated on the plans, the contractor shall include all items of cost for the revised design and construction including cost of all allied trades involved. M. Materials and Submittals Within 35 days after the award of the contract, five copies of a complete submittal, consisting of catalog cuts, data and brochures of materials and equipment proposed for use shall be deposited with the Architect for approval. Where materials or equipment are at variance with the plans or specifications, the Contractor shall assume full responsibility for the function and conformity to the space requirements as well as the coordination of all other trades whose work is affected by the change or substitution. The Architect's approval of such material or shop drawings shall not relieve the Contractor from the responsibility for deviations from the drawings or specifications. All submittals shall include complete operating instructions and maintenance instructions and parts lists. This will be the basis for approval. N. Protection of Work The Contractor shall be responsible for damage to any of his work before acceptance. He shall cover securely all openings, and • cover all apparatus, equipment, duct openings and appliances both before and after setting into place, to prevent obstruction in the duct work and piping and breakage or disfigurement of equipment. Fire College WACO0 007 DIVISION 15 MECHANICAL SECTION 15B HEATING, VENTILATING AND AIR CONDITIONING Should the equipment become damaged, the Contractor shall restore it to its original condition and finish before final acceptance. 0. Tests and Inspections All equipment and controls shall be adjusted and tested for normal operating conditions. The heating thermostats shall be set at 70 degrees Fahrenheit and cooling at 78 degrees. Temperature con- trol system shall be adjusted to maintain a temperature of plus or minus Z degrees either side of the set point. After system and controls are adjusted to this operating condition the Contractor shall notify the Architect; and when directed shall operate the system for a period of two weeks under normal conditions to demonstrate acceptability prior to final acceptance. Furnish all labor, material and apparatus to perform all tests called for, and perform all tests in the presence of the Architect. Perform final air balancing and adjustments to the system and certify in writing to the Architect/Engineer that this has been done and results conform with drawing requirements. Should any part of the system or any materials or workmanship fail in this test, it shall be rectified, and the system made ready for a new test and inspection. The Architect shall be notified that a new inspection will be called for. The cost of rectifying the defective work and/or materials, and the second test and inspection shall be borne by the Contractor, as shall be the cost of any further tests and inspections if required. P. Operating Instructions This Contractor shall furnish to the Architect three (3) complete sets of Operating Instructions, including manufacturer's litera- ture of all operating equipment and controls, covering all items of instruction, operation and maintenance. These instructions shall be indexed and bound into an operating manual with durable covers. Provide complete parts list. These instructions shall be furnished to the Architect before final payment will be made to the Contractor. The Contractor shall include in his bid sufficient time to give adequate verbal instruction to the Owner in the details of the operation function and maintenance of all equipment in this section. Fire College HVAC 15B-5 r- DIVISION 15 MECHANICAL SECTION 15B HEATING, VENTILATING AND AIR CONDITIONING Q. Guarantee The Contractor shall guarantee all materials, equipment and workmanship furnished by him to be free of all defects and shall agree to replace at his own expense, at any time within one (1) year after the installation is accepted by the Archi- tect any and all defective parts that may be found. 15B-3 MATERIALS A. General All material and equipment shall be new and unused and clearly marked with manufacturer's stamp and rating. All standard designations refer to the latest editions. B. Materials and Execution 1. Grilles, registers, and diffusers as shown on the plans indicate the make and model and finish to be installed. Any units equal in quality and utility may be substituted. 2. The heating and air conditioning units shall be as follows: a) AC-1: Relocated "Payne" 36/80 unit combination heating and cooling. 36,000 BTU4 cooling - 80,000 BTU4 input heating - re-use existing thermostat and controls. b) AC-2: New "Payne" combination heating/cooling unit Model585YACx' size 36/80 series "A" 80,1700 Btuh input heating - 36,000BTU. cooling Capacity -1,300 cfm KW 208V 3 Phase 60 Hz. Gas fired with thermostat. c) AC-3: " Deleted d) AC-4: Deleted e) AC-5: Deleted f) EF-1: UG centrifugal ceiling ventilator unit size CCV-500, 460 cfm @ 0.2511SP 1/25 HP, 208V, 1 Phase, 60 Hz. with back draft damper. 3 }6"10 Fire College HVAC 15B-6 DIVISION 15 MECHANICAL SECTION 15B HEATING, VENTILATING AND AIR CONDITIONING g) The units shall carry the seal of approval of the American Gas Association (A.G.A.) and the Air Condition- ing and Refrigeration Institute (A.R.I.) , and shall be listed in the current issue of the directories of both organizations. h) The units shall be approved for "Outdoor Installation" and shall comply with A.S.A. Standards for Mechanical Refrigeration Units. 3. Ducts a) Sheet metal ducts, motor drive guards and other mis- cellaneous sheet metal work shall be made up of first quality hot-dip galvanized mild steel. Weight for duct work shall be as specified in the latest edition of the ASHRAE Guide. b) Install ducts true to line and grade. Curved elbows shall be made with inside radius equal to the duct width. Square elbows and right angles turns shall be fitted with duct turning vanes, double thickness. Form transitions with uniformly tapering sections with slopes not exceed- ing 1 : S. Hammer up all joints to make practically air- tight and then tape with Hardcast fiberglass tape and paste. (Interior and exterior ducts) . c) Support each section of duct work from construction with 7/8" x 1/8" galvanized strap hangers bolted to sides of ducts, and cross break to prevent buckling or vibrations. d) Install flexible connections at all inlet and discharge connections to fans. Install connections in accordance with manufacturer's recommendations. e) Bird screens of 1/8" galvanized mesh shall be provided at all fresh air intakes, discharge, exhaust and relief openings, unless otherwise specified. No insect screen shall be allowed. f) All duct work shall have joints taped with Hardcast fiber- glass tape and paste applied according to manufacturer's recommendations to assure a watertight installation. g) All exposed and exterior rectangular ducts shall be internally insulated with 1" thickness of Gustin-Bacon Flexible Duct Liner, coated black, and held in place with two rows of mechanical fasteners at 12" o.c. for ducts up to 20", and three rows of fasteners for larger Fire College HVAC 15B-7 00tsL�j DIVISION 15 MECHANICAL • SECTION 15B HEATING, VENTILATING AND AIR CONDITIONING ducts. Butt ends and exposed edges shall be painted with lagging adhesive. h) Duct sizes shown shall be net dimensions inside internal lining material. i) All other supply and return ducts will be insulated with Gustin-Bacon Reflective Vapor Barrier Duct Insulation. All joints will be taped and sealed. All staples will be made moisture tight. 15B-4 CONTROLS A. Wiring All control wiring and conduit shall be furnished and installed in accordance with applicable Electrical Section of these speci- fications. A B. Thermostat 1. Existing thermostats and controls will be salvaged and re- used with relocated A/C unit. 2. Furnish Honeywell thermostats for the new AC-2 and AC- 3 M^del No. T872 with Q672 sub-base similar to existing facility thermostats. C. Installation Coordination between this Contractor and Electrical Contractor on controls shall be as follows: 1. This Contractor shall have the responsibility for furnish- ing all controls, including thermostats, auxiliary switches, transformers, relays and starters. 2. All control and interlock wiring including conduits shall be furnished and installed by the temperature control con- tractor. 3. Heating Contractor shall review all wiring connections which have any influence on this equipment or work and verify that the connections are correct before permitting any equipment which is furnished, installed or modified under this contract to be operated. Fire College HVAC 15B-8 005:J2 DIVISION 15 MECHANICAL SECTION 15B HEATING, VENTILATING AND AIR CONDITIONING 15B-5 AS BUILT DRAWINGS Corrections and changes made during the progress of the work, and the work installed "as shown" shall be shown and located as actually installed. Owner will furnish one set of prints for this information. These drawings shall be kept in job office at all times and shall be updated each month before progress payment will be approved. Fire College HVAC 15B-9 DIVISION 16 ELECTRICAL • SECTION 16 16-1 GENERAL The general Conditions and General Requirements are part of this Section and the contract for this work and apply to this Section as fully as if repeated herein. 16-2 SCOPE A. Furnish all labor, materials, apparatus, tools, equipment, trans- portation, temporary construction and special or occasional services as required to make a complete working installation of all electrical systems shown on the drawings or described in these specifications. The work shall include all materials, appliances and apparatus not specifically mentioned herein or noted on the drawings as being furnished and installed under another section. The general extent of the electrical work is shown on the electri- cal drawings and includes, but is not limited to, the following items: 1. Power Distribution System 2. Branch circuit and distribution panelboard and service panel. 3. Connections to new A C units 4. Electrical feeders, ground system. S. Conduits for Telephone and Communications 6. All branch circuit wiring, and wiring devices for light- ing, receptacles, appliances and electrically powered equip- ment or apparatus, including wiring and connections in AC units. 7. Hangers, supports, anchors, etc. as necessary for electri- cal work. 8. Salvaging and re-installing lighting fixtures as noted on the drawings. 9. New lighting fixtures and lamps. 10. Cutting, patching and caulking for all penetrations required for electrical work. 11. Trenching and backfill for electrical work. Fire College Electricall)kjTx (l DIVISION 16 ELECTRICAL SECTION 16 12. Telephone conduits and junction boxes,also the the relocated Telephone,Communications and Fire Alarm conduits to the present terminal panels. 13. Timers for A/C thermostats. 14. Maintaining power to Building "B" and exterior lighting during course of construction. 15. Maintaining the intrusion and fire alarm integrity for Building "B" during course of construction. 16. Power circuits for control transformers. 17. As Built Drawings. B. Related Work in Other Sections: 1. Motors as a part of packaged equipment, for air conditioning, heating and ventilating and plumbing systems are furnished and installed under Section 15, but circuits to connection of all motors are included under this section. 2. Motor starters and other control apparatus are furnished under Section 15 but shall be installed, connecte ' and tested under this section. 3. Telephone, communication F fire alarm wiring will be by Owner. 16-3 RULES AND REGULATIONS A. All work and materials shall be in full accordance with the latest rules and regulations of 1978 National Electrical Code, California Title 24; and all applicable County and State laws or regulations and latest approved standards of I.E.E.E. , N.E.M.A. , U.L. , and the local power company. Nothing in these plans or specifications is to be construed to permit work not conforming to the above. B. Wherever the specifications or drawings call for material, workman- ship, arrangement or construction of a superior quality than is required by the above rules and regulations, the specifications shall take precedence. Should there be any direct conflict between the rules and regulations and this specification, the rules and regula- tions shall govern. C. Furnish, without any extra charge, any additional material and labor when required by the compliance with these rules and regulations, though the work is not mentioned in these particular specifications or shown on the drawings. Fire College Electrical 16-2 i DIVISION 16 ELECTRICAL SECTION 16 • 16-4 PERMITS AND FEES County will secure and pay for all permits, fees and inspections necessary for the prosecution and completion of the work. Con- tractor is responsible for business license. County will pay any and all Power Company fees and charges. Provide properly signed "Certificate of Inspection" before work is accepted. 16-5 VISIT TO SITE Visit the project site, take requisite measurements, and verify exact location of buildings, utilities, and other facilities, and obtain such other information as is necessary for an intelligent bid. No allowance will subsequently be made by the Architect or Owner for any error or omission on the part of the bidder in this connection. 16-6 DRAWINGS The electrical drawings, which constitute an integral part of this contract, shall serve as the working drawings. They indicate dia- grammatically the general layout of the complete electrical system, including the arrangement of feeders, circuits, outlets, switches, controls, panelboards, service equipment, fixtures, special systems and other work. Field verifications of scale dimensions taken from drawings are directed since actual field locations, distances and elevations will be governed by actual field conditions. Review architectural, structural, mechanical and plumbing drawings and adjust work to conform to all conditions indicated theron. Discrep- ancies shown on different plans, or between plans and actual field conditions, or between plans and specifications, shall promptly be brought to the attention of the Architect for a decision. 16-7 SUPERVISION Contractor shall personally, or through an authorized and competent representative, constantly supervise the work from beginning to completion and, within reason, keep the same workmen and foremen on the project throughout the project duration. All work is subject to inspection by the Architect or the Architect's representative. Furnish promptly any information requested during inspections. 16-8 COOPERATION WITH OTHER TRADES • Cooperate fully with other trades doing work on the project as may be necessary for the proper completion of the project. Refer to the Fire College Electric DIVISION 16 ELECTRICAL SECTION 16 architectural, mechanical, plumbing and structural drawings for details of building structure and equipment installation which will tend to overlap, conflict with, or require coordination with the work of this section. All work in this section shall be scheduled as to avoid any overlapping and conflict and to effect such coordina- tion as may be necessary for the building as a whole. 16-9 PROTECTION AND CLEANING During construction, protect all work from theft or damage by acci- dent or otherwise. Upon completion, repair all broken, damaged or otherwise defective parts, or replace, at no added expense to the Owners. Remove all debris and unwanted excess materials from project site and leave site in a clean condition, satisfactory to the Architect. 16-10 GUARANTEE All work and materials provided under this section shall be guaranteed free from defects in materials and workmanship for a period of one year from the date of acceptance of the work. Upon notice, any such • defects which develop during the stated period shall be promptly corrected to the satisfaction of the Architect and at no cost to the Owners. 16-11 SUBSTITUTIONS Refer to General Conditions, Section 18, 19 for substitutions. It is the intent of these specifications to establish quality standards of materials and equipment installed. Hence, specific items are identified by manufacturer, trade name, or catalog designation. Where such substitutions alter the design or space requirements indi- cated on the plans, the contractor shall include all items of cost for the revised design and construction, including cost of all allied trades involved. In all cases where substitutions are permitted, the contractor shall bear any extra cost of evaluating the equality of the materials and equipment to be installed. 16-12 SUBMITTALS AND SHOP DRAWINGS See General Conditions, Section 20. The complete electrical materi- als and shop drawings submittal shall be made at one time and shall be presented in a bound brochure form with covers and index. Loose leaf submittals will not be accepted. A. Submittals shall clearly indicate: Fire College Electrical 16-4 .j J DIVISION 16 ELECTRICAL SECTION 16 1. Tag, mark or number by which item is identified by contract documents. 2. Complete dimensional data and descriptive information. 3. Elevation views for complete representation. 4. Construction details and arrangement. S. Location and sizes of connections. 6. Nameplate legends. 7. Finish materials and colors. B. Submittals shall include: 1. Lighting fixtures. 2. Electrical outlets and devices. 3. Any materials or accessories related to the above, except of a general nature (piping, conduit, fittings, bolts, etc.) . 4. Any other electrical equipment calling for shop drawings in other paragraphs of this specification. C. In submitting shop drawings or data at variance with the specifica- tions or plans, the Contractor shall assume full responsibility for function and conformity to space requirements, as well as the coordination of all other trades whose work might be affected by a change or substitution. 16-13 AS-BUILT DRAWINGS At start of work, the Contractor shall be furnished one or more sets of blue line prints -of the drawings relative to this work. The re- sponsibility of obtaining said prints rests with the Contractor. Prints used for As-Built records shall be kept up to date, available for review, in a clean condition. As-built work which is at variance with that originally shown shall be clearly and neatly noted on the prints including location and identification of equipment, location of shut-off switches and size and location of piping, ducts and conduits. As-Built drawings shall be completed prior to acceptance of electrical work. Prints shall be updated each month before progress payment will be approved, As built drawings will be kept in inspection • office and be made available to all crafts. Fire College Electrical 16-5 0059. 3 DIVISION 16 ELECTRICAL SECTION 16 16-14 TEMPORARY POWER See General Conditions, Section 9. Under this section include all labor, and materials requisite to provide temporary power for lighting outlets, power outlets for hand tools and larger machine tools, and connections to temporary pumps or other motors which are necessary for the prompt completion of work by electrical and other trades involved during the period of construction. 16-15 PRODUCTS AND MATERIALS All materials shall be new, of the best quality for the purpose intended, and where applicable, shall conform to the requirements of Underwriters' Laboratories, Inc. and shall bear said label. Except as otherwise specified, preparation, handling and installation of materials furnished under this section shall be in accordance with manufacturers' instruc- tions and technical data pertinent to the product specified and/or approved. Where materials, equipment, apparatus, or other products are specified by manufacturer, brand name, type or catalog number, such designation is to establish standards of desired quality and style and shall be the basis of the bid. Materials so specified shall be furnished under the contract, unless changed by mutual agreement. Where two or more designa- tions are listed, choice shall be optional with the Contractor. A. Conduit For Telephone,Communications and exterior use 1. Rigid steel, full weight, threaded, hot dipped galvanized or sheradized. Conduit bushing shall be OZ type A or T P B series 3800 or OZ type IGB. 2. Electrical metallic tubing, hot dipped galvanized or sheradized. Connectors and couplings shall be compression type watertight. Connectors shall have insulated throat. 3. Watertight flexible metallic conduit shall be "Sealtite" flexible conduit with T $ B series 5311 connectors or equivalent Appleton. Set screw connectors not allowed. 4. Plastic conduit shall be: a) Kraloy or Carlon Type 40, rigid PVC, or approved equal. b) Kraloy or Carlon Type EB, ABS utility duct, or approved equal. Fire College Electrical 16-6 DIVISION 16 ELECTRICAL SECTION 16 S. Minimum size conduit shall be 3/4" diameter B. Wire and Cable All wire and cable for secondary power shall be new and shall conform to latest requirements of N.E.C. , shall meet ASTM specifications and shall bear UL label. Conductors shall be soft drawn copper with 600 V insulation as hereinafter speci- fied. Wire and cable shall be as manufactured by Rome Cable Company, General Electric Company, or approved equal. NM type as allowed by code. 1. Minimum conductor size shall be #12 AWG. (Copper) 2. Aluminum conductors are not allowed. 3. Interior wiring shall be as follows; a) #8 AWG and smaller shall be solid copper type TW or as noted. b) #6 AWG and larger shall be stranded copper type THW or as noted on drawings. 4. Color code #8 and smaller throughout. For #6 and larger use Brady phase color tags at boxes and other terminal points. C. Wire and Cable Connectors 1. T$B one piece type RP12, self-insulated connector for #10 wire or smaller or MMM Co. Scotchloks. 2. For #8 and larger use TO compression connectors series 54000. 3. Splices shall be insulated with two layers of Scotch #33 electrical tape at 1/2 lap. Connectors with irregular surfaces shall be padded with 1/8" thick grade putty prior to application of insulating tape. D. Conduit Supports and Hangers Kindorf, Unistrut, or approved equal. E. Switches Arrow Hart, Hubbell, Sierra, or approved equal, 20A, 125V to 277V Fated for use on fluorescent and tungsten filament lamp loads, ivory, brown or gray finish as selected by the Engineer. Fire College Electrical 16-7 00600 DIVISION 16 ELECTRICAL SECTION 16 1. SPST AH 1991. 2. DPST AH 1992. F. Receptacles Arrow Hart, Hubbell, Sierra, or approved equal with ivory, brown or gray finish as selected by the Engineer. 1. Duplex, 20A, 125V, 3-wire groundable - AH #5762. G. Device Plates 1. All device plates shall be plain stainless steel brushed finished, commercial quality. 2. Telephone and signal system device plates shall have 3/8" diameter bushed hole. 3. For surface mounted sheet steel boxes use stainless steel. H. Disconnect Switches Shall be general purpose type, 600 volt, of proper size and rating, in NEMA 1 or NEMA 3 enclosure as required, with externally operable handle capable of being locked on or off. Switches shall be fused unless otherwise specified. Where fuses are to be provided, use Economy renewable delay type. Switches shall be as manufactured by Square D Company, Westinghouse or approved equal. I. Lighting Fixtures 1. Shall be as specified on the drawings, furnished and installed complete and ready for service, including lamps and ballasts. The finish of all fixtures and trims, not specified, shall be submitted to and approved by the Architect. Fixtures shall be wired with an approved type fixture wire. 2. Lighting fixtures shall be installed plumb, level, in straight lines without distortion and shall be clean. 3. Recessed fixtures shall be provided with the proper suspension yokes and accessories and the proper type and depth of plaster frame. Provide 2 hanger wires each fixture for seismic restraint. 4. Provide all new flourescent tubes for all relocated fixtures. S. All fixtures shall be equipped with lamps of one manufacturer. Fire College Electrical 16-8 (3 o DIVISION 16 ELECTRICAL SECTION 16 J. Time Switches 1. Intermatic - 12 hour timer or equal. K. Speaker Boxes and Cover 1. "Arvin" Soundolier Model #95-8 speaker enclosure with Model #P900 trim ring. L. Clocks and Recessed Boxes Owner will supply the clocks. Contractor will supply suitable recessed junction box with wiring capped with wire nuts. M. Concrete Pull Boxes 1. Shall be Brooks or Christy concrete products or equal of size required. Lids shall be marked to indicate service. N. Owner Installed_ Equipment 1. Contractor will supply and install all conduit, pull boxes, device boxes and pull wires for the following Owner installed systems: As shown on the drawings. a) Telephone System 2. Contractor will coordinate with the Owner and advise him at least ten (10) working days in advance when installation of Owner installed wiring and equipment can be made. 3. This will be coordinated to avoid delay to the construction schedule. Any work covered up or made inaccessible shall be removed and refinished at the Contractor's expense. 0. Distribution Panel : See page 16-12, par. 16-20. 16-16 EXECUTION A. General 1• All wiring shall be in an accessible system which shall be electrically continuous throughout. Exterior and underground wiring shall be in conduit, interior Fire College Electrical 16-9 0602 DIVISION 16 ELECTRICAL • SECTION 16 wiring can be of the 1d1f type installed as permitted by code. 2. At least five full threads shall be engaged on all conduit connections to couplings and fitting hubs. Sealing fittings shall be properly installed at all required locations in accordance with the NEC and local code regulations. 3. Installation and workmanship shall be of the best quality and performed by experienced mechanics to assure operating safety. 4. Install all boxes (Min. 4" Sq.) on wood 2" x 4" backing blocks with face of plaster ring not less than 1/8" from surface of wall. B. Installation of Conduit I. Rigid steel conduit shall be used for exterior wiring,, wiring in concrete walls and floors, underground exposed work. Rigid aluminum conduit may be used, at Con- tractor's option, for all locations except in the ground floor slab, in wet or damp locations, or underground. Where rigid steel conduits are installed underground, they must be enclosed in a 2" concrete envelope or covered with a double protective coating of 20 mil Scotch Wrap, with threads and couplings covered with Scotch Tape where rigid steel conduits are in- stalled under floor slabs or underground. 2. Electrical metallic tubing may be used in concealed locations locations above grade, but not in concrete walls or floors. 3. Non-metallic ducts shall be installed in a minimum 3" thick concrete envelope with a minimum 3" horizontal and vertical spacing between ducts where multiple runs occur. Bends in excess of 112 degrees shall be in rigid steel conduit. 4. An insulated grounding conductor shall be installed wherever non-metallic ducts or plastic conduits are used. S. Use compression type couplings. Set-screw couplings are not permitted. 6. Terminate conduits at boxes and cabinets with lock nuts and insulating bushings. Fire College Electrical 16-10 00603 DIVISION 16 ELECTRICAL . SECTION 16 C. Cutting and Patching; 1. Provide necessary cutting in connection with the electrical work and make repairs in a manner satisfactory to the Engineer. 2. Structural members shall not be drilled, bored or notched in such a manner as to impair their structural value. D. Installation of Wire and Cables 1. No wiring shall be installed or partly installed until all construction work that might damage the wire has been completed. 2. No mechanical means shall be used for pulling in wire without the permission of the Architect. 3. All wiring shall be continuous from outlet to outlet, or from terminal to terminal. No splices will be permitted in conduits. 4. Splices in wires and cables shall utilize approved type solder- less connectors. In no case shall the insulation of the wire joint or less than the insulation value of the conductor. S. Securely tag all branch circuits, noting the purpose of each. Mark wires with Brady "Quick-Label" wraparound wire markers. Where two or more conduits enter in a single outlet, mark each conductor with its corresponding circuit number. 6. Provide pull wires - identified at both ends in all conduit for telephone, communications, intrusion alarm and fire alarm systems. 7. Color code all conductors. E. Connection of Mechanical Equipment 1. Install and connect all motor starters, connect all motors and test motors for proper rotation. Verify exact sizes, types and locations of all motors furnished under other sections and ascertain proper routing of electrical services through walls, floors or ceilings as the case may be. 16-17 IDENTIFICATION OF APPARATUS A. Install, with screws, engraved laminated phenolic name plates on each panel and each feeder breaker on panels. Fire College Electrical 16-11 00 CI �f DIVISION 16 ELECTRICAL SECTION 16 B. Identify all circuits with Brady Labels each end of circuit at each junction box. . 16-18 CLEANING A. All equipment, fixtures, panels, etc. shall be thoroughly cleaned free from dirt, oil, etc. Factory finished items damaged shall be returned to the factory for refinishing. 16-19 TESTS AND INSPECTION A. All work and material covered by this specification shall be sub- ject to inspection at any time by the Engineer. Should any materials or work not conform with the plans and specifications, within three days after being notified by the County, remove the material from the premises or repair the work. The entire expense of removing, replacing and repairing shall be borne by the Contractor. Work shall not be closed in or covered before inspection and approval by the Engineer. • B. All cable shall be tested as it is installed, after splicing and termination, with a megger. Conductors for which measured resistance is below minimum established by the National Electrical Code shall be replaced. A copy of recorded resistance readings shall be submitted to the Engineer for approval. All circuits shall be tested for proper neutral connections. C. Final test and inspection of the complete project shall be arranged. The test and inspection shall be at the expense of the Contractor at a mutually agreed time. Test shall include: 1. Demonstration that all lights and equipment are installed and operate in a satisfactory manner and as called for in the contract documents. 2. Inspection of all equipment and the interior of all panels, cabinets, and other designated items. 3. Spot check of splicing, wire color coding, logging and number- ing. 16-20 DISTRIBUTION PANEL A. Distribution Panel shall be similar to Westinghouse Model Q 22P capacity as shown on drawing. Main and branch breakers shall be • similar to Westinghouse Q BH type. Fire College Electrical 16-12 �� 0) BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Execution of Quitclaim Deeds } to Leonard Dahlbeck, et ux. } and James Hemstalk, et ux. ) RESOLUTION NO. 78ZM-q Port Chicago Highway Rd. No. 4371 ) Concord Area } (S. & H. C. Sec. 960.4) The Board of Supervisors of Contra Costa County RESOLVES THAT: On November 8, 1977, this Board adopted Resolution No. 77/923, which abandoned a portion of Port Chicago Highway, Concord area. The Board hereby determines that said abandoned road area, as described in Exhibit "A" attached hereto and made a part hereof is no longer necessary for County highway purposes and approves the transfer of whatever interest it may have in said area by quitclaim deed as described below. Pursuant to Sec. 960.4 of the Streets and Highways Code of the State of Calif- ornia, the Chairman of this Board is AUTHORIZED to execute Quitclaim Deeds for and on behalf of the County to Leonard Dahlbeck and Rita Dahlbeck, and to James Hemstalk and CarolHemstalk, the adjacent owners, for parcels 1 and 2 respectively of said abandoned area. The Clerk of the Board of Supervisors is DIRECTED to cause a Certified copy of this ,Resolution to be recorded in the Office of the County Recorder of the County of Contra Costa. PASSED by the Board on April 25, 1978. Originator: Public Works Director Real Property Division cc: Quitclaimees (via Real Property) Recorder (via PiW) RESOLUTION NO. 78j379 EXHIBIT "A" Parcel 1 (County to Dahlbeck) Portion of the parcel of land described in the deed to Contra Costa County, recorded June 29, 1976 in Book 7921 of Official Records, at page 34, Records of Contra Costa County, California, described as follows: Commencing on the westerly line of'Port Chicago Highway (60 feet in width), at the northeasterly corner of Parcel "A" as said parcel is shown on the Record of Survey Map filed March 30, 1976 in Book 60 of Licensed Surveyors Maps, at page 34, Records of said County, from which a radial line of a tangent curve concave to the west, having a radius of 1538.05 feet, bears South 68* 50' 45" West; thence, from said point of commencement, southerly along said curve and westerly line of said County parcel (7921 OR 34), through a central aagle of 2* 10' 40", an arc distance of 58.46 feet to the true point of beginning of the hereinafter described parcel of land; thence, from said true point of beginning, continuing southerly along said curve and westerly line, through a central angle of 3* 46' 38", an are distance of 101.40 feet; thence, tangent to said curve South 15° 11' 57" East, 189.96 feet; thence North 68'0 50' 45" East, 15.87 feet; thence, North 18' 58' 35" West, 290.27 feet to the true point of beginning. Parcel 2 (County to Hemstalk) 'Portion of the parcel of land described in the deed to Contra Costa County, recorded June 29, 1976 in Book 7921 of Official Records, at page 34, Records of Contra Costa County, California, described as follows: Commencing on the westerly line of Port Chicago Highway (60 feet in width) , at the northeasterly corner of Parcel "A" as said parcel is shown on the Record of Survey Map filed March 30, 1976 in Book 60 of Licensed Surveyors Maps-,* at page 34, Records of said County, from which a radial line of a tangent curve concave to the west, having a radius of 1538.05 feet, bears South 68* 50' 45" West; thence, from said point of commencement, southerly along said curve and westerly line of said County parcel (7921 OR 34), through a central angle of 2° 10' 40", an arc distance of 58.46 feet; thence; continuing southerly along said curve and westerly line, through a central angle of 3` 46' 38", an arc - distance of 101.40 feet; thence, tangent to said curve South 15* 11' 57" East, 189.96 feet to the true point of beginning of the hereinafter described parcel of land; thence from said true point of beginning, continuing South 15` 11' 57" East, 158.73 feet; thence, southwesterly along a tangent curve concave to the northwest, having a radius of 30.00 feet, through a central angle of 94* 41' 57", an arc distance of 49.58 feet to a point of cusp with the northerly line of Bates Avenue (61 feet in width); thence, tangent to said curve, along said northerly line of Bates Avenue, North 79° 30' 00 East, 26.54 feet; thence northeasterly along a tangent curve concave to the northwest, having a radius of 30.00 feet, through a central angle of 98* 28' 35", an are distance of 51.56 feet; thence, tangent to said curve North 18* 58' 35" West, 160.92 feet; thence South 68' 50' 45" West, 15.87 feet to the true point of beginning. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Completion ) RESOLUTION N0. 78/380 of improvements of ) Subdivision 4927, in the ) Alamo Area. ) The Public Works Director has notified this Board that improvements have been completed in Subdivision 4927, Alamo area, as provided in the agreement heretofore approved by this Board in conjunction with the filing of the subdivision map; NOW, THEREFORE, BE IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement : Subdivision Date of Agreement 4927 June 28, 1977 (Fidelity and Deposit Company of Maryland, 9080048 } BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's Deposit Permit Detail No. 147485 dated June 13, 1977) be RETAINED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. PASSED by the Board on April 25, 1978. Originating Department: Public Works Land Development Division cc: Public Works Director-Maintenance Public Works Director - Construction Recorder Public Works Director-LD George Martinovich 34 Jack London Square Oakland, CA 911607 RESOLUTION NO. 78/380 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION NO. 78/381 the Final. Map and Agreement ) Subdivision 5216, ) San Ramon area. ) The following documents were presented for Board approval this date: The Final Map of Subdivision 5216 , property located in the San Ramon area, said map having been certified by the proper officials; A Subdivision Agreement with Dame' Construction Company, Inc. , Subdivider, wherein said Subdivider agrees to complete all • improvements as required in said Subdivision Agreement within one year from the date of said Agreement; Said documents were accompanied by the following: Security to guarantee the completion of road and street improvements, as required by Title 9 of the County Ordinance Code, as follows : a. Surety Bond No. U057158 issued by United Pacific Insurance Company with Dame' Construction Company, Inc. as principal, in the amount of $315,646.85 for Faithful Performance and $159,418.60 for labor and materials; b. Cash depo z--�-- (Auditor's Deposit Permit Detail No. 7217, dated March 13, 1978) , in the amount of $3,188.35 , deposited by: Dame' Construction Company, Inc. 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 full and the 1978-79 tax lien, which became a lien on the first day of March, 1978, is estimated to be $85,000; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows : a. Surety Bond No. U057160 issued by United Pacific Insurance Company with Dame' Construction Company, Inc. as principal, in the amount of $85,000 guaranteeing the payment of the estimated 197$-79 tax; 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. BE IT FURTHER RESOLVED that said Subdivision Agreement is also APPROVED. PASSED BY THE BOARD on April 25, 1978. Originating Department : Public Works Land Development Division CC.* PWD-LD Director of Planning Dame ' Construction Company, Inc . P. 0. Box 100 San Ramon, CA 94583 RESOLUTION NO. 78/381 io SUBDIVISION AGREB0NT (§1) Subdivision: 5216 (§1) Subdivider: Dame, construcUT—on (Government Code §§66462 Co. , Inc. and 5§66463) (§1) Effective Date: Q�,�,Da lq7t (§1) Completion Period:Tone—year 1. PARTIES & DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "Count ",. and the above named Subdivider, mutually promise and agree as follows, concerning this subdivision: 2. IMPROVEMENTS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements required in the improvement plans of this subdivision as reviewed and on file in the County's Public Works Department. Subdivider shall complete this work and improvements (hereinafter-called "work") within the above completion period from date hereof as required by the California Sub- division Map Act (Government Code §§66410 and following), in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE. Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the County Ordinance Code; and he shall so guarantee it for one year after its completion and acceptance against any defective wn,=Imanship or materials or any unsatisfactory performance. 4. IMPROMIENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: $3,188.35 cash, plus additional security, in the amount of $315, 64 6.85which together total the estimated cost of the work. Such additional security is presented in the form of: ❑ Cash, certified check, or cashier's check [3 Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit With this security the Subdivider guarantees his performance of this agreement- and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upon.-completion of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. g. For Payment: Security in the amount of $159, 418.60 which is one-h#1f the estimated cost of the work. Such security is presented in the form of: ❑ Cash, certified check, or cashier's check ® Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit With this security the Subdivider guarantees payment to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor o to the Subdivider. F I L E D APR;t5 j91 8 J. R. OLSSON CLERK BOARD OF SUPERVISORS CONTRA COSTA CO. Microfilmad with board order B i 1 . i S. WARRANTY. Subdivider warrants that said improvement plans are adequate to accomplish this wor as promised in Section 2; and if, at any time before the County's resolution of completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County..indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s), action(s) or other pro- ceedings) concerning these. C. The actions causing liability are any act or omission (negligent or non- tiegligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Non-conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 8. ' COSTS. Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFORMANCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions graa-ed, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately .upon demand. If County sues to compel performance of this Agreement or recover the cost of completing the work, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIGIO ENT. If, before County accepts the work, the subdivision is annexed to a city, the County may assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. STATE OF CALIFORNIA COUNTY OF } SS. .� Sonoma March 9 78 On before me. the undersigned, a Notary Public in and for said County and `df f eU�aUditlt:" red _...._ known to me to be the _ President,)oIAx X)4Y►?LilriilEiXd(d(fN�iJWiiCX_» Xf the cor1 oration that executed the within instrument, and known to me to be the persons who exerted the within instrument on behalf r of the corporation therein named, and acknowledged to me that such corporation executed the some, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors_ - - s. WITNESS my hand and official seal. j• OFFICIAL SEAL PAULA MULLINS NOTARY PU8UC—CALIFORNIA •"' - PRIK^-IPAL OFFICE IN SONOMA COUNTY My Com nisslon Expiras Oct. 20, 1980 , (Seal) - .% ,� Notary Public in and for said County and State _ Paula Mullins (Notary's name shall be typed or legibly printed -Gov't.Code 8205) 9 CORPORATION � ., 12. RECORD MAP. In consideration hereof, County shall allow Subdivider to-file and record -the Final Map or Parcel Map for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER: (see note below) Vernon L. Cline, DAME' CONSTRUCTION CO. , INC. , Pulilic Works Director a California Corporation By . y B Depdty (Designate official capacity in the buisiness' Carl D. Dame' , President RECOMMENDED FOR PROVAL: Note to Subdivider; (1) Execute acknowledg- ment form below; and if, a co:poration, affix ci corporate seal. By `�--- Assis ant Publi Works Director (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, �.• County Counsel Stat'a.of California ) (Acknowledgment by Corporation, Partnership, County of )ss. or Individual) On the person(s) whose name(s) is/are signed above for Subdivider and who is/are knwon to me to be the individual(s) and officer(s)' or partner(s) as- stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation or partnership named above executed it. (NOTARIAL SEAL) Notary Public for said County and State (Subdiv. Agrmt. CCC Std. Form) LD-9- (Rev 1/77) : '�I• '^� ' ® Bond Pio. U057153 Premium: $4261 .00 APR 475 1978 IMPRO JE,•tEN T SECURITY BOND J. R.'OLSSON CLERK BOARD-OF SUPERVISORS FOR SIJBI)IVISION AGREEMENT C NIRA C ST CO. B _.Deou (Performance , Guarantee, and Payment) (Calif. Government Code 1§§66499-66499 .10 1. OBLIGATION. Dame' Construction Co Inc.- as nc as Principal, and United Pacific Insurance Company , �. a. cnrporation organized and existing under the laws of the State of Washington and authorized to transact surety business in California, as Surety, hereby jointly and severally bind ourselves , our heirs, executors, administrators , successors, and assigns to the County of Contra Costa, California, to nay it : - A (A. Performance & Guarantee) Three Hundred Fifteen Tbousand Six Hundred Forty-six and 85/100------------------- Dollars $315,646.8 for itself or any city-assignee under the below-county subdivision agreement, plus (B. • Payment) One Hundred Fifty-nine Thousand Four Hundred Eighteen and 60/100--------------------------------- Dollars w to secure the claims to which reference is made in Title 17 commencing with Section 3032) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. ? . RECITAL OF SUBDIVISION AGREEIMENT. The Principal has executed an af-.reement with the County to install and pay for street, drainage, and other improvements in Subdivision dumber 5216 , . as specified in the Subdivision Agreement, and to complete said wort: within the time specified for completion in the Subdi=Bion Agreement, all in accordance 'with State and local laws and rulina-s erellnder in order to -satisfy conditions for filing of the Final Map or Parcel Map for said Subdivision. 3. CONDITION.. A. The condition of this obligation as to Section 1. ( A) above In such that if the above boundeA 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 provisions in the said agreement and any alteration thereof made as therein provided, on his or its 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 County of Contra Costa (or city assignee) , its officers, agents and employees, as therein stipulated , then this obligation shall become null and void; otherwise it shall be and remain in full force and effect . As a part of the obligation secured hereby and in addition to the f:Ice amount specified therefor , there shall be included costs and reason- al: le expenses and fees , including reasonable attorney 's fees , incurred by County (or city assignee)- in successfully enforcing such obligation, all to be taxed as casts and included in anyjudgment rendered. B. The condition of this obligation as to Section 1 . (3) above is such that said Principal and the undersigned as corporate surety are held firmly bound unto the County of Contra Costa and all contractors, cuhcontractors , laborers , materialmeri and other persons employed in the pert•ormance of the aforesaid agreement and. referred to in the aforesaid Civil Code fox- materials furnishe(I or labor thereon of any kind, or for Miuofilmed with board order STATE OF CALIFORNIA COUNTY OF SS. Sonoma on - - N2x'•G#1--3--- ._ . 19Z8_. before me, the undersigned, a Notary Public in and for said County and State, personally appeared .t Cdll- 1) Dame!_ ___ _._.. - - known to me to be the President, • IR'!f1(7U')M)PJ(kIftXXXXXXXMXXXXXXXXXX3HNfl(*of the corporation that executed the within instrument, and known to me to be the persons who executed the within instrument on behalf of the corporation therein named,and acknowledged to me that such ddrporation executed the some, and acknowledged to me that such - corporation executed the within instrument pursuant to Its by-laws or o resolution of its board of directors. WITNESS my hand and official seal. _ OFFICIAL SEAL - PAULA MULLINS et �� NOTARY PUBLIC—CALIFORNIA • PRINCIPAL OFFICE IN SONOMA COUNTY My Commission Expires Oct 20. 1980 • Notary Fbblic m and for sold Count'and State - - INotary's name shall be typed or legibly printed-Gov't. Code 8205) 2 CORPORATION ' - i ' f amounts due under the Unemployment- Insurance Act with respect to such E work or labor, that said surety will pay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay , in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in *successfully enforcing such obligation, to be a:•rarded and fixed by the court, and t: to be taxed as costs and to be included in the ,judgment therein ren- t` dered. _ It is hereby expressly stipulated and agreed that this bond shall _ inure to the benefit of any and all persons, companies and corporations 10 entitled to file claims under 'Title 15 (commencing with Section 3082) - of Part 4 of Division 3 of the Civil Code , so as to give a right of action 4to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. } C. ?Io alteration of said subdivision agreement or any plan orspecificationof said work agreed to by the Principal and the County shall relieve any Surety from liability on this bond; and con- sent is hereby given to make 'such alterations without further notice to or consent by Surety; and the :Surety hereby waives the provisions of Calif. Civil Code §2819, and holds itself bound without regard to and independently of any action against Principal whenever taken. "IGNED AND SEALED on March 7. 1978 PRINCIPAL.., . SURETY ,,►�ti,ti��iiii,,, - DAMV ' STRUCTI64 SCO. NC. UNITED PACIFIC INSURANCE COMPAPJY, ,' By Vz�" %a7 e; oA�r e n ac �e tF 9F 9E sF iF ?F x �r a x x i x * .*. V. �;.� ,30 s, State of" CAINifornia ' County of''` Contra Costa )ss. (ACKNOWLEDGMENT .BY SURETY) ) Cn March 7, 1978 the person(s) whose name(s) is/are signed above for Surety and who is/are known to me to be Attorneys)-in-Fact for this Corporate Surety, peroonally appeared before me and acknowledged to' me that tie signed the name of the Corporation as Surety and his/ their own nameCs) as its Attorneys)-in-Fact. (NOTARIAL SEAL) C xd�►C;t�X cJ �- ,Notaryblie for County and State (Rev. 2/76) LD- y L. Clowes EBH'bw OFFICIAL. SEAle) NANCY L CLOWES NOTARY PUBLIC.CALIFOj C V j� Principal Office in Conte Costa C 7 My Commission Expires May 19.19980 - Tax Collector's Office Contra Edward County Tre Leal awrer-Tax Collector Costa Alfred P. Lomeli P.O. Box 631 Assistant Treasurer-Tax Collector 625 Court Street Martinez.California 94553 County (415)372-4122 March 9, 1978 IF THIS TRACT IS NOT FILED BY OCTOBER 31, 19 78, THIS LETTER IS VOID This will certify that I have examined the map of the proposed subdivision entitled: Tract 5216 Twin Creeks South Unit 2-B (San Ramon Area) and have determined from the official tax records that there are no unpaid County taxes heretofore levied on the property included in the map. The 1977-1978 tax lien has been paid in full. Our estimate of the 1978-1979t�ien, which became a lien on the first day of March, 14?g is $ 85,000.00 . Subdivision bond must be presented to County Tax Collector for review and approval of adequacy of security, prior to filing with the Clerk of the Board of Supervisors. EDWARD W. LEAL Treasurer - Tax Collector -L By: t FILED J. R. OSSON CLERK BOARD CF SUPERVISORS C NTRA OSTA CO. g -Depury u r Microfilmed with board orcer ��� � STATE OF CALIFORNIA COUNTY OF SS. Sonoma on --_-_------_--_----------_-..March..9.......................... )97.8.... before me, the undersigned. a Notary Public in and for said County and State, personally appeared ...................................................... ......Carl... -•.................................................---•-• known to me to be the ............................................ President,)LUX ........................ ...... .-•----•--..............-_.................•••........ of the corporation that executed the within instrument, and known to me to be the persons who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such cc,Tor;tio.n executed the some, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. OFFICIAL SEAL PAULA MULLINS NOTARY PUBLIC— CAWORNIA PRINCIPAL WFICE IN SONOMA COUNTY My Com nIssion Expires Oct. 20. 1.80 (Seal) Notary Public in and for Paula Mullins ...........................1........................................................................... (Notary's name shall be typed or legibly printed Gov't. Code 8205) 3 CORPORATION Bond No. 0057160 BOND A(;AIN.,T TAXES Premium: $1700.00 KNOW ALL MEN BY THLSE PRLSENTS : THAT .--.J)ame-'--Constmw-tinn-,CcL-,-Llc- as principal and (Surety ) United Pacific Insurance Compan y a corporation org..anized and exist int; under the laws of the State of Washington and authorized to traniact surety business In California as surety are held and firmly bound unto the COL111t,'l of Contra Costa, State of California, in the penial sum of Eighty-five Thousand and no/100-------- Dollars $85,000.00_) , to be paid to the said County of Contra Costa, for the payment of which well and truly to be made , we and each of us bind ourselves , our heirs , executors , administrators and successors , jointly and severally , firmly by these presents . 'Sealed witti our seals and dated this 9th day of March 19 78 The conditions of the above obligation Is such that WHEREAS, the above bounded principal is about to file a map entitled Tract 5216 and coverini-, a sul)(Ilvloion of a tract of land in said County of Contra Costa, and there are certain liens for taxes and special assessments collected as taxes , af-ainst the said Tract of land covered by said map, which taxes and special assessincnts collected as taxes, are not as yet due ,or payable. NOW, THEREFORE', if the said Principal shall pay all or the taxes and special assessments collected as taxesap, at ' which are a lien against said tract of land covered by said the time of the filing of said map of said Tract , then this obligation shall. be void and of no effect . Otherwise it shall remain in full force and effect . DAME' TRUCTION CO. , 0,14C. 00 Principal UNITED PACTETC INSURANCE COHRANY Surety B Vi Teale, Attorney in fact DATE 1-3-2- _/9 0 0 h" ACKNOWLEDGEMENT LEAL (By SURETY) _TrX Oy StaLt. of Call rornla C:P(Jlf County of __Cqntira__Cos_ta___ County in which acknowledgement is taken On March 9, 1978before me , rap __L__0Owps_, a Notary Public in ii�n _fo`rsaid County and State , personally appeared Vi JBale known to me to be attorney in fact of the corpori_tf_on that executed the within instrument and ji-s-o-known tometo be the pernon who executed It on behalf of such corporation and acknovjlet4-.ed to me that such corporation executed the within -laws or a resolution of its board f directors . instrument pursuant to its by 0 ` 7 OVFICIAL SFAs. C NANCY L. CLOWES In additi(dn to signature type or NOTARfPUBLIC-CALIFORNIA print name of notary Piincipal Office in Contra Costa County NOTARY PUBLIC My Commission[%piles May 19.1980 - Nancy L. Clones IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION N0. 78/382 the Parcel Map of ) Subdivision MS 144-77, ) Alamo area. ) The following document was presented for Board approval this date: The Parcel Map of Subdivision MS 144-77 , property located in the Alamo area, said map having been certified by the proper officials; • NOW THEREFORE BE IT RESOLVED that said Parcel 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. PASSED BY THE BOARD on April 25, 1978. Originating Department: Public Works Land Development Division cc: PWD-LD Director of Planning Charles Cunningham 3101 Lunada Lane Alamo, CA 94507 RESOLUTION N0. 78/382 G�l� IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION NO. 78/383 the Parcel Map of ) Subdivision MS 166-77, ) Danville area. ) The following document was presented for Board approval this date: The Parcel Map of Subdivision MS 166-77 , property located in the Danville area, said map having been certified by the proper officials; NOW THEREFORE BE IT RESOLVED that said Parcel 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. PASSED BY THE BOARD on April 25, 1978. Originating Department : Public Works Land Development Division cc: PWD-LD Director of Planning Raymond M. Deutsch 1020 Levine Street Hayward, CA 94541 RESOLUTION NO. 78/383 R IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION NO. 78/384 the Parcel Map of ) Subdivision MS 95-77, ) Danville area. ) The following document was presented for Board approval this date: The Parcel Map of Subdivision MS 95-77 , property located in the Danville area, said map having been certified by the proper officials; NOW THEREFORE BE IT RESOLVED ihat said Parcel Map is APPROVED and this Board does not accep or' reject on behalf of the public any of the streets, paths, or easements shown thereon as- dedicated to public use. PASSED BY THE BOARD on April 25, 1978. Originating Department: Public Works* Land Development Division cc: PWD-LD Director of Planning Charles E. Holman 5400 Johnson Road Pleasanton, CA RESOLUTION NO. 78/384 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION NO. 78/385 the Parcel Map of ) Subdivision MS 211-773 ) San Ramon area. ) The following document was presented for Board approval this date: The Parcel Map of Subdivision MS 214-77, property located in the San Ramon area, said map having been certified by the proper officials; NOW THEREFORE BE IT RESOLVED that said Parcel 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. PASSED BY THE BOARD on April 25, 1978. Originating Department: Public Works Land Development Division cc: PWD-LD ?director of Planning Gary Higby 18333 Bolinger Canyon Rd. San Ramon, CA RESOLUTION NO. 78/385 �3uYtj BOARD OF SUPERVISORS OF CON P2 COSTA COUNTY, CALIFOR=NIA Re: Initiation of Proceedings nor ) The Ami -rican Standard Annexation ) RESOLUTION UO. 78/386 to the City of San Pablo ) (Gov.C. 535220) The Board of Supervisors of Contra Costa County _•2ESOLVES TF'j%T: Application for the subject anne__ation ;..,as filed with the Local Agency Formation Coni-nission of Contra Costa County by the City of San Pablo, pursuant to Government- Code 935150 (f) on February 14, 1978. The subject anne_:ation has been designated by the Local Agency Formation Coi;mission as the "Annerican Standard Annexation to the City of San Pablo" , and a description of the exterior boundaries of ::Lv terrl- -_ to be annexed is attached hor^_to as Exh.iblt "A" and b.-.,;- this 1this reference incorporated herein. As dt�termined by the Local Agenc-% Formation Cor.Lr:?ission, the territory proposed to be annexed is lera1117 uninhabited. The e:ason for the proposed annexation is that the area proposed- to be anna__ed is in need of, and has actually been receiving, a full ran(:!:_ of t.rban services fro::l the City of San Pablo. This Anne�:ation t,,as 4L proved by tIae Local Agency Forriation C:or,unission on April 5, 1978, subject to t13 condition that the terri- tory proposed to be annexed be ._s describe-,: in Exhibit "A" attached hereto. The Local Agency Fora:ration Cor i-ii ssi on determined that this annexation was categorically exempt from CEQ .. In approving this the Local Agancy Formation Co=_I ssion also *Wade the findings required by- Government Core Section 35150 (f) . _it 10 .30 a.m. on Tuasday, :?ay 30, 1973 in the Charabers of the Board of Superviscr's of Contra Costa County, 651 Pine Street, Mart-in,.-z-, California, this Board will hold a public hearing on the proposed Annexation. At said i•Iay 30, 1978 haring, the Board of Supervisors will hear and receive anv oral and ?r4 -ten protests, objections cr evidence iahich the public desires t0 rr' .i:L, e5f'_nt or file. Rn y of land within the territory to be Anne.:ed may -file a Writ-ten prota st against thy' anr.o_:ca-__i on with the Clerk of the Board of Supervisors at any time prior to the conclusion of- the Mlay 30, 1.978 hearing, but any protests (written or oral) are merely advisory sand can have no legal of foc t as i_o te-::i-na"Ling the proposed annexaCion. The role discretion t0 or a` prove the proposed annexation r^sts wit-'Li th"_' Lc zu of .St?p ervrso_rs of Contra Costa Count_v. P- SOLU-210' _:v. 72/3�G C. 2.1 The Clerk of this Board is hereby ORDERED to give mailed notice of the hearing in the same manner and form as prescribed by §56080 et seq. of the Government Code. Said Notice is to include a copy of this resolution and is to be mailed to any person who has filed his name and address requesting mailed notice, to the petitioner City of San Pablo, to any affected districts, and to the Executive Officer of the Local Agency Formation Commission. PASSED and ADOPTED on April 25, 1978, unanimously by Supervisors present. DCG:s -2- RESOLUTION NO. 78/386 !u5-7o D"Scriotion L'.a te: 2/17/78 By: EMISIT "A" American Standard Annexation to the City of Sari Pablo Being a portion of the Amended Nap of Rivers Andrade Tract, filed November 13, 1912, in tiaT) Book 8, at page 195, a portion of Block 2, Rivers Andrade Tract, filed in i4ap Book 20, at page 52-, and a portion of Rancho San Pablo, also being the exception fron the Incorporation of the City. of San Pablo on April 26, 1948 de- scribed as the lands of American Radiator and Standard. Sanitary Corporation, a New Jersey Corooration, described as "First" in a deed from Standard Sanitary Manufacturing Company, a Corporation, dated January 31, 1y39 and recorded February 28, 1939, in Volume 487, of Official Records, page 465, Records of Contra Costa County, California, described as follows; -Beginning at an angle point on the boundary of the City of.San Pablo, said point being the northwestern corner of Lot 5U, Block J, Broadway Addition, filed September 10, 1914,, in Hap Book 9, at pale 15; thence Southerly, Easterly, Southerly, Westerly, Southerly, West- erly, Southerly, Westerly, Northerly and Easterly, along the boundary of the City of San Pablo, 3840 feet, more or less, to the point of be.-inning- Containing eoinnirg•Containing 13.85 acres, more or .less. �� 23 %�Gvri BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Annexation 78-4 to County ) RESOLUTION NO. 78/387 Service Area No. L-42 ) (Gov.C. §556310, 56311, 56312, 56313) RESOLUTION INITIATING PROCEEDINGS FOR CHANGE IN ORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES THAT: Applications for the above-captioned change in organization were filed by the Board o; Supervisors with the Local Agency Formation Commission's Executive Officer on February 24, 1973. On April 5, 1978, the Local Agency Formation Co..-mission approved the Application, declared the territory proposed to be annexed as legally uninhabited and designated the proposal as: Annexation 78-4 to County Service Area L-42" . The exterior boundaries of the territory proposed to be annexed are as described in Exhibit "A", attached hereto and by this reference incorporated herein. At 10:30 a.m. on Tuesday, May 30, 1978, in the Board' s Chambers, County Administration Building, Martinez, California, this Board will conduct a public hearing on the proposed annexation, when all interested persons or taxpayers for or against the proposed annexation will be heard. Anyone desiring to Anake written protest thereto must file it with the Clerk before the hearing. A written protest by an owner of land must contain a description sufficient to identify his land, and a written protest by a voter must contain his residential address. At the end of the hearing, the Board shall either disapprove the proposed annexation or order the annexation in accordance with Government Code 9956 320 through 56322. The Clerk of this Board shall have this resolution published once a week for two successive weeks in the Concord Daily Transcript, a newspaper of general circulation published in this County and circulated in the territory proposed to be annexed, beginning -not later than fifteen (15) days before the hearing date. The Clerk shall also post this resolution on the Board's bulletin board at least fifteen (15) days before the hearing date and continuing to the time of the hearing. The Clerk shall also mail notice of the hearing at least fifteen (15) days beforehand to all persons and counties, cities, or districts, which theretofore filed a written request for special notice with the Clerk. PASSED on April 25, 1978, unanimously by the Supervisors present. cc: LAFCO F. C. Maida E. F. DeBolt County Assessor Public Works Director DCG:s RESOLUTION NO. 78/387 r LOCAL AGcVCY FOR;-,ATION COZZC-1153ION b2-79 'Contra Costa County, California Description Date: 4/.5/78 By:-%� EXHIBIT "A" Annexation 78-4 to County Service Area L-42 (Three Parcels) Parcel One - ------— --- --- Being a portion of Rancho Las Juntas, described as follows; Beginning at a point on the boundary of County Service Area L-42, said point being on the northern line of Las Juntas Way, said point also being the southeastern corner of Lot 1,. Estrella Rancho, filed June 17, 1953, in Map Book 50, at page 48; thence, leaving said boundary'of County - Service Area 1,-42, Easterly, along the northern line of Las Juntas Way, 420 feet, more or less, to the western line of Coggins Drive; thence Northerly and Westerly, along the western and southern lines of Coggins Drive, 1250 feet, more or less, to the northeastern corner of Parcel 11211, as shown on that certain map filed October 25, 1972, in Book 24, of Par- eel haps, at page 47, said point also being on the eastern boundary of the City of Pleasant dill; thence northerly, Easterly and Northerly, along the eastern boundary of the City of Pleasant Hill, 150 feet, more or less, to the northern line of Coggins Drive; thence, leaving said boundary of the City of Pleasant Hill, Easterly, along the northern line of Coggins Drive and its eastern extension, 420 feet, more or less, to the eastern line of the Southern Pacific Railroad; thence Southerly, along the eastern line of the Southern Pacific Railroad, 2500 feet, more or less, to the center of Treat Boulevard; thence Westerly, along the center of Treat Boulevard, 1180 feet, more or less, to the southern extension of the eastern line of the parcel of land described in the deed to Bruce Purcell, recorded July 8, 1977, in Book 8409, of Official Records, page 646; thence North 70 35' East, along said extension and the eastern line of said Purcell parcel (8409 OR 646), 150 feet, more or less, to the northeastern corner thereof; thence North 880 53' 30" East, 131.2 feet to the center of Oak Court; thence north 70 35' Fast, along the center of Oak Court, 152.23 feet; thence north 88° 53' 30" East, 125 feet, more or less, to the western line of the Pleasant hill B.A.R.T. Station; thence Northerly, Northwesterly and Northerly, along the western r _ 2._ line of said Pleasant Hill B.A.R.T. Station, as follows Northeasterly along a curve to the left having a radius of 137.50 feet, a distance of 40 feet, more or less; Northeasterly along a curve to the right having a radius of 40 feet, through a central angle of 100 18' 1011, a dis- tance of 7.19 feet; North 80 45' 4911 East, 244.25 feet; North 00 26, 56" Fast, 71.20 feet; North 510 50' 44" gest, 371.9L feet; South 890 44' West, 40.00 feet and North 40 14' East, 328.13 feet to the southern line of Las Juntas Way; thence North 40 14' East, 25 feet, more or less, to the center of Las Juntas *clay, sari point being on the boundary of County Service Area L-42; thence North 890 444' East, along said bound- ary of County Service Area 1,42, 40 feet to the northeastern extension of the northern line of the Pleasant Hill B.A.R.T. Station; thence Southerly, Easterly and Northerly, along said extension and the northern line of said Pleasant Hill B.A.R.T. Station, as follows; South 40 14' West, 285 feet, more or less; North 890 06' East, 327.64 feet; North 420 24' O1" est, 64.28 feet; North 890 42' 36" East, 398.40 feet; [forth 620 35' 19" East, 129.40 feet and North 00 17' 24" ;Jest, 95.13 feet to the southern line of Las Juntas Way; thence Westerly, along the southern line of Las Juntas Way, 225 feet, more or less, to the southern extension of the eastern line of said Lot 1, Estrella Rancho; thence North 60 38' 56" East, along said extension of Lot 1, 50 feet, more or less, to the point of beginning. Containing 34.11 acres, more or less. Parcel Two Being a portion of Rancho San Ramon, described as follows; Beginning at a point on the southern boundary of County Service Area L-42, said point being on the northeastern line of Bollinger Can- yon Road, said point also being the most western corner of the parcel of land described in the deed to John A. Maida, et ux, recorded August 26, 1976, in Book 7993, of Official Records, page 257; thence leaving said boundary of Coturty Service Area L-42, North 410 18' East, along the northwestern line of said Maida parcel, 207.12 feet to the most _ ._ __ .. _._ ... - moi" _� " r'--.�•' .__, _ - 3 - northern corner thereof; thence South 460 49' 2b" East, along the northeastern line of said Maida parcel, 206.73 feet; thence North 300 12' East, continuing along said northeastern line, 28.00 feet; thence South 560 08' 37" East, continuing along said northeastern line and its southeastern extension, 152 feet, more or less, to the center of Norris Canyon Road, said point being on the nortnwestern boundary of County Service Area 1.1--22; thence Southwesterly, along the boundary of County Service Area 1.1-22 and the center -of Norris Canyon Road, 307 feet, more or less, to its intersection with the center of Bollinger Canyon Road; thence, leaving said- boundary of County Service Area I.1-22, continuing Southwesterly, along the center of Norris Canyon Road, 121 feet, more or less, to the southeastern extension of the northeastern line of the parcel of land described in the deed to Joseph IM. Fogarty, et ux, recorded August 21, 1964, in Book 4687, of Official Records, page 29b; thence North 320 02' 35" West, along said extension and the northeastern line of said Fogarty parcel, 178 feet, more or less, to an angle point therein; thence North 470 03' 05" West, continuing along said northeastern line of said Fogarty parcel, 139.32 feet to the most northern corner thereof, said point being on the southern boundary of County Service Area L-42; thence Horth 440 30' 22" East, along the southern boundary of County Service Area L-42, 1185 feet to the northeastern line of Bollinger Canyon Road; thence Northwesterly, along the boundary of County Service Area 1-42, 90 feet to the point of beginning., Containing 2.89 acres, more or less. Parcel Three Being a portion of Lots 62 and 63, Danville Gardens, filed October 23, 1946, in I•lap Book 31, at page 26, described as follows; Beginning at a point on the eastern boundary of County Service Area L-42, said point being the most western corner of said Lot 62; 1 4141 --- thence, leaving said boundary of County Service Area L-42, North 48° 27' 39"East, along -the northwestern line of said Lot 62 and its northeastern extension, 195 feet, more or less, to the north- eastern- line orth-eastern line of Laurel Drive; thence Southeasterly, along the north- eastern line of Laurel Drive, 565 feet, more or less, to the western extension of the southern line_ of Lot 67, of said Danville Gardens, said point also being on the eastern boundary of County Service Area L-42; thence Westerly and Northwesterly, along the eastern boundary of County Service Area 1-42, 580 feet, more or less, to-the point of beginning. - Containing 1.12 -acres, more or less. Attest:J.R.Olsson.Clerk by Max;"Q M. Naufcld Deputy Crerk - i JCI i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Establishing a Five ) Step Salary Range for the Position of Assistant Superior Court Administrator- Resolution No. 78/ 388 Jury Commissioner ) Whereas, the position of Assistant Superior Court Administrator-Jury Commissioner is vacant; and Whereas, a salary survey of comparable positions in other counties shows Contra Costa County to have a competitive top rate of pay; and Whereas, the Superior Court judges wish to proceed with an examination to fill the vacancy; and Whereas, it has been determined that a five step salary range for the position of Assistant Superior Court Administrator-Jury Commissioner should attract well-qualified candidates; NOW, THEREFORE, $E IT _RESOLVED, that the exempt class of Assistant Superior Court Administrator-Jury Commissioner is reallocated on the Exempt Salary Schedule from a flat salary rate of $1866 to Salary Level 468 (1535-1866). PASSED by the Board on April 25, 1978. Orig: Civil Service cc: Presiding Judge, Superior Court Superior Court Administrator-Jury Commissioner County Counsel Auditor-Controller Civil Service-Records Division s, RESOLUTION NO. 78/388 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Declaring ) Month of May, 1978 as "1978 ) United States Savings Bonds ) RESOLUTION NO. 78/389 Enrollment Period for Contra ) Costa County Employees." ) WHEREAS this Board has been requested to give full support to the 1978 Bay Area Payroll Savings Bonds Campaign; and WHEREAS U. S. Savings Bonds are important in the sound management of the federal debt, being the most stable element in the debt structure, and being of great benefit to employees by helping to create substantial savings out of small amounts of money through the convenient and systematic Payroll Savings Plan; and WHEREAS this Board fully supports the objectives and goals of the 1978 Bay Area Payroll Savings Bond Campaign and encourages all employees to participate by purchasing U. S. Savings Bonds and by increasing their deductions through the Payroll Savings Plan for systematic savings to benefit both themselves and the national economy; NOW, THEREFORE, BE IT RESOLVED THAT this Board of Supervisors does hereby DECLARE the month of May, 1978, as the "1978 United States Savings Bonds Enrollment Period for Contra Costa County Employees." PASSED AND ADOPTED by the Board on April 25, 1978. c Orig: Administrator cc: U. S. Treasury Department San Francisco County Departments County Fire Protection Districts RESOLUTION NO. 78/ 389 E; IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Request for) - Legislation to Prevent Oil ) RESOLUTION NO. 78/390 Spills. WHEREAS Supervisor N. C. Fanden having expressed concern with respect to:, the. frequent occurrence of oil spills causing, damage to the environment; and WHEREAS Contra Costa County and the San Francisco Bay have. experienced the detrimental effects of several recent oil spills; and WHEREAS these spills appear to have been caused by human error; and WHEREAS there are measures that might be taken to prevent such occurrences in the future, such as the use of two-man teams , better booms, alarm devices, and cutoff switches; and WHEREAS the costs involved to both the oil companies and the environment are ultimately borne by the public; NOW, THEREFORE, BE IT RESOLVED that the Contra Costa County Board of Supervisors SUPPORTS enactment of remedial legis- lation by the California State Legislature toward prevention of future oil spills. inclu-ding legislation developed by Senator John A. Nejedly. PASSED by the Board on April 2S, 1978. cc: Senator John A. Nejedly and County Legislative Delegation c/o A. Laib County Administrator County Counsel RESOLUTION NO. 78/390 t In the Board of Supervisors of Contra Costa County, State of California April 25 , 1973 In the Matter of Approval of Contract Amendment #28-303-1 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment #28-303-1 with William Littman, M.D. , effective April 12, 1978, to provide for County defense of contractor, xho s �prOvicling-me dical review services .,of* County Firefighters sick leave documents under Contract #28-303. PASSED by the Board on April 25 , 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Civil Service Witness my hand and the Seal of the Board of Attn: HRA Contracts & Grants Supervisors cc: County Administrator affixed this Z5_tjj_day of Anr;1 19-7-8— County 91County Auditor-Controller Contractor J. R. OLSSON, Clerk Deputy Clerk Jeanne 0. Maglio 61 �1J H-24 4n'r ism :j LC05 EH:dg r , CONTRACT AMEND;TENT AGREEMENT Number 28-303-1 1. Identification of Contract to be Amended. Number: 28-303 Department: Civil Service Subject: Medical Review Services Effective -Date of Contract: April 12, 1978 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: WILLIAM LITTMAN, M. D. Capacity: an individual Address: General Practice Clinic, Branch Clinic, Naval Supply Activity Treasure Island, San Francisco, California 94130 3. Amendment Date. The effective date of this Contract Amendment Agreement is April 12, 1978 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Contract Amendment Agreement is entered into under and subject to the following legal authorities: California Government Code, Sections 26227 -and 31000 6. Signatures. These ignatures attest the parties' agreement hereto. COUNTY OF A, CALIFORNIA CONTRACTOR By Ji.1.Schrader � By dd. (,-JAttsa lirman. Board of Supervisors Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) By .<- ^-`� L'� �t-r County of Contra Costa ) Deputy ACKNOWLEDGt4ENT (CC 1190.1) Civil ice Department The person signing above for Contractor Recompnended by IA�� -=A__ZST-; known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By 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: By Deputy Notary Public/Deputy County �g „ �• Microfilmed with board order ' t AMENDMENT SPECIFICATION Number 28-303-1 In consideration of Contractor tendering his defense to County, County agrees to defend any action brought against Contractor by or on behalf of any fire- ' fighter, any other person, or any organization representing firefighters con- cerning this contract or Contractors' services hereunder. Initials: (� Contractor County Dept. Eiji r C. In the Board of Supervisors of Contra Costa County, State of California April 25 _-, 19 78 In the Matter of Certificate of Commendation to Ms. Violet Unland. On the recommendation of Supervisor W. N. Boggess, IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to EXECUTE a Certificate of Commendation to Ms. Violet Unland in recognition of her outstanding service in Soroptimism. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Administrator Supervisors Public Information Officer affixed this 25th day of April 19 78 J. R. OLSSON, Clerk By Deputy Clerk N. Pous t�`4s'fit�J H-24 4/77 15m C In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Request of the Byron Union School District with Respect to School Facility Dedication Ordinance No. 78-10. The Board having received an April 17, 1978 letter from Superintendent Ted R. Hanbert transmitting a resolution adopted by the Governing Board of the Byron Union School District deter- mining that a condition of overcrowding exists within said District (pursuant to Ordinance No. 78-10), and requesting concurrence with its findings; IT IS BY THE BOARD ORDERED that May 16, 1978 at 11:20 a.m. is FIXED for hearing on said request. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Byron Union School District Witness my hand and the Seal of the Board of Supt. Ted R. Hanberg w/ Supervisors copy of list of names affixed this 25thday of April 1978 provided by Planning Director of Planning List of names provided J. R. OLSSON, Clerk by Planning By f�o'r-�-v , Deputy Clerk County Counsel N. 'Vous County Administrator Superintendent of Schools Building Inspection Public Information Officer ur'Jj H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California April 25 . 19 78 In the Matter of Request of John Swett Unified School District with Respect to School Facility Dedication Ordinance No. 78-10. The Board having received from Superintendent Glenn Dufour, Jr., a resolution adopted April 17, 1978 by the Governing Board of- the John Swett Unified School District determining that a condition of overcrowding exists in the elementary schools within the aforesaid District (pursuant to Ordinance No. 78-10), and requesting concur- rence with its findings; IT IS BY THE BOARD ORDERED that May 16, 1978 at 11:25 a.m. isfFIXED for hearing on said request. : PASSED by the Board on April 25, 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. cc• John Swett Unified Witness my hand and the Seal of the Board of School District Supervisors Supt . Glenn Dufour, Jr. w/affixed this �5tbday of April 1978 copy of list of names provided by Planning Director of Planning J. R. OLSSON, Clerk List of names provided By Deputy Clerk by Planning N. Pous County Counsel County Administrator Superintendent of Schools Building Inspection Public Information Officer H-24 4/77 15m V V L tl In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Letter from League of Women Voters of Diablo Valley re Health Care Services Study. The Board having received an April 10, 1978 letter from the League of Women Voters of Diablo Valley inquiring as to why Dr. Paul F. O'Rourke was retained to make a study of county - health care services in view of the fact that one of the respon- sibilities of the Human Services Advisory Commission is to study the health care services in the county; IT IS BY THE BOARD ORDERED that the aforesaid communi- cation is REFERRED to the County Administrator for response. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Administrator Witness my hand and the Seal of the Board of Director, Human Resources Supervisors Agency affixed this 25th day ofApri l 19�� League of Women Voters of Diablo Valley J. R. OLSSON, Clerk Deputy Clerk M ine M. Nedfata H-24 4/77 15m C In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 ,7-& In the Matter of Reorganization of the Community Development Block Grant Program. The Board on April 18, 1978 having fixed this day for the report of its Internal Operations Committee (Supervisors W. N. Boggess and J. P. Kenny) on the reorganization of the Community Development Block Grant Program; and Supervisor Boggess .having reported that the Committee had discussed with the special committee of the Mayors' Conference the implications of the new Block Grant regulations and the concerns of the cities regarding the distribution of funds, and having advised that a solution to said concerns has been proposed that would permit the cities to serve in an advisory capacity; and Supervisor Boggess having further advised that after the aforesaid proposal has been reviewed by the Mayors' Conference, the Internal Operations Committee anticipates providing a recommendation to the Board, and having recommended that action on this matter be deferred until May 9, 1978 when the Committee submits its report; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Boggess is APPROVED. IT IS FURTHER ORDERED that the April 14, 1978 request of Mr. Nick Rodriquez, Past Chairman of the Contra Costa County Community Development Advisory Council, for the reinstatement of said Council so as to provide input for on-going projects pending reorganization of said Program and the formation of citizen partici- pation groups, be considered in conjunction with the forthcoming report of the Internal Operations Committee. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Internal Operations Cte. Witness my hand and the Seal of the Board of Director of Planning Supervisor County Administrator affixed this 29thday of A13ri i 19za— „ J. R. OLSSON, Clerk By '�56IL4ir . Deputy Clerk Helen C. Marshall M H-24 4/77 15m C { In the Board of Supervisors of Contra Costa County, State of California April 25 . 19 ZS_. In the Matter of - Appeal of Santa Barbara Savings & Loan from Orinda Area Planning Commission Denial of Application for Land Use Permit No. 2244-77, Orinda Area. WHEREAS on the 20th day of March, 1978 the Orinda Area Planning Commission denied the application of Garcia Architect's for Land Use Permit No. 2244-77 to establish a savings and loan office in the Orinda area; and WHEREAS within the time allowed by law, Mr. Ned Robinson, attorney representing Santa Barbara Savings & Loan, owners, filed with this Board an appeal from said action; NOW, THEREFORE, IT IS ORDERED that a hearing be held on said appeal before this Board in its Chambers, Room 107., County Administration Building, Martinez, California, on Tuesday, the 23rd day of May, 1978 at 11:00 a.m. and the Clerk is DIRECTED to post and publish notice of hearing, pursuant to code requirements. PASSED by the -Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Garcia Architects Supervisors Santa Barbara Savings & affixed this 25th day of April 1978 Loan Mr. Ned Robinson Mr. V. Axelson OL ON, Clerk Ms. H. Frakes j Orinda Association PlanningBy t- Deputy Clerk Committee onda Amdahl Director of Planning H-24 4/77 15m � e � RECEIVED CONTRA COSTA COUNTY PLANNING DEPARTMENT APR E$ 1978 J. I. OLSM cl�itK 0eoARo of l Rv►soas CpN :►.7 C Cr3 h! _ TO: Board of Supervisors DATE: April 12, 1978 FROM: Anthony A. Dehaesu SUBJECT: APPEAL - Land Use Permit 2244-77 Director of Plann• Garcia Architects/Santa Barbara Savings & Loan (Orinda Area) APPLICANT: Garcia Architects — 9 ai An n-p i- OWNER: Santa Barbara Savings & Loan-- u03S .�� PUBLIC HEARING: 3-20-78: Orinda Area Planning Commission (Anderson, Grassi, Harb, Hawkins, Knebel , Lucas, Mills) DECISION: Denied APPEAL FILED: April 4, 1978 ---------------------------------------------------------------------------------------- Clarice Odell & Michael J. Halloran Mr. Vernon Axelson Co-Chairpersons 76 Davis Road Orinda Association Planning Committee Orinda, CA 94563 P. 0. Box 97 Orinda, CA 94563 Helene T. Frakes 19 Edgewood Road Orinda, CA 94563 Ned Robinson of Stark, Stewart Simon & Sparrowe 405 14th Street Oakland, CA 94612 AAD:sj Attachments: Letter of Appeal , Planning Department Acknowledgement, Findings Form, Staff Report, Map cc: File #2244-77 Mic;ofilmad with board order tl STARK, STEWART. SIMON & SPARROWE EDGAR B.STEWART ATTORNEYS AT LAW R E `� _ E REJ I N or r L.BREktO aws-19en FRANKLIN C.STARK CARL E.SIMON.JR. FINANCIAL CENTER BUILDING � R RfO�BIN-75'0iN(RETI IRE _ JOHN P. WELLS 405 FOURTEENTH STREET ��3 PA`Ipw[tw ErlwEo) NED ROBINSON D.DOUGLAS DAVIES FRANKLIN AT FOURTEENTH DONALD L.EDGARn f ,�F N NATHAN G.ORAII RICHARD H.PAHL OAKLAND.CALIFOgN1A 94612 b OF COUNSEL ROBERT C.FIELD TELEPHONE 1415)834-2200 PL4N�.--N., L`�� 146. GEORGE F. OUNKER•JR. ALFRED N.OERTMENIAN [�-7 MERRIER J.SCHWARTZ April 4, 19 /8 WM.BARRY BALAMUTH RICHARD B.BEAUCHESNE THOMAS R.OUFFY JANET L.EVANS D.BARRATT IRWIN LISE A.PEARLMAN Contra Costa Board of Supervisors , County Administration Building Martinez, CA 94553 Re: Land Use Application No. 2244-77; Santa Barbara Savings & Loan Dear Members of the Board: Santa Barbara Savings & Loan hereby appeals to your honorable Boated, the decision of the Orinda Planning Commission denying by a four to three vote the Land Use Permit to establish an office building in the Orinda area. The reasons for the appeal are as follows: 1. The applicant proposes to construct an attractive architecturally designed building with appropriate landscaping that will improve a presently unimproved portion of real property that is occasionally used for unattractive truck storage. 2. The application enjoyed a staff recommendation although it was subsequently denied by a four to three vote by the Orinda Planning Commission. 3. The Savings and Loan Corrnissioner for the State of California has determined that there is room for another savings and loan in orinda by granting a permit for the operation of such a facility in that community. We enclose our check in the sum of $50.00 representing the necessary filing fee. ��IDT S 12(� 7Q Very truly yours, C: SANTA BARBARA SAVyrGS & LOAN N R/kj By Ned Robinson of STARK, STEWART, Encl. SIHON & SPARROWE, their attorneys cc: Santa Barbara Savings & Loan 1035 State Street Microfilmed d order Santa Barbara, CA 93102 ;Q Attn: Mr. John A. Lundquist, Vice President iul �t III II U%.opt:al u I I%_,I IL VUI ILI d Donald E.'Anderson CO�{^ Moraga—Chairman County Administration Building.North Wing ld _ William V. ±Nalfon P.O.Box 951 Plcastnt Hill - Vice Chairman Martinez.California 54553 County - Albert R.Compaglia Martinez Anthony A.Dehaesus Director of Planning m WiWllhiam 11—Milano Pittsburg Phone: 372-2035 Carolyn D. Phillips Rodeo Jack Stoddard Richmond April 12, 1978 Andrew H. Young Alamo Santa Barbara Savings & Loan 1035 State Street Santa Barbara, CA 93102 Attn: Mr. John A. Lundquist, Vice President Gentlemen: This letter acknowledges receipt of your letter of appeal, dated April *4, 1978, and the $50.00 filing fee for County File #2244-77, which was heard- by the Orinda Area Planning Commission on Monday, March 20, 1978. Your appeal is.being transmitted to the Board of Supervisors. The Board will notify you as soon as a hearing date is scheduled. Should you have questions relative to the abo a information, please feel free to contact us. incerely ours t ony f . Ve stts , oPlann H A A HF:sj cc: File #2244-77 .Clarice O'Dell , Orinda Association Ned Robinson Microtilmad with ,?a C�,f ORINDA AREA PLANP:IN(, CON1NIISSION CONTRA COSTA COUNT', CA1,11-01INTA GARCIA ARCHITECTS (Applicant) - SANTA BARBARA SAVINGS (Owner), County File #2244-77: The applicant requests approval to modify the delineated sites in a Planned Neighborhood District for a savings and loan office. Subject property is described as follows: A descriptive parcel fronting 280 feet on the southerly side of Orinda Way, approximately 680 feet westerly of Santa Maria Way, in the Orinda area. (Planned N-B-S) (CT 3540) On March 20, 1973, having been fixed as the time for hearing on this item, they hearing was declared open by the Chairman. Heinz Fenichel , Assistant Director of Planning, presented the staff report, des- cribed the project and explained the location. He stated that in the staff report dated March 13, 1978, denial was recommended by staff since the parking did not comply with zoning provisions. The application has been revised by reduction of the floor space and addition of two parking spaces, and now approval is recommended. The Comnmissioners questioned the parking requirements for the service station next • door; set-back requirements; whether or not this would be a temporary structure; and what the conditions for approval might be regarding landscaping versus the utility undergrounding program and the street tree planting program. The following persons appeared to represent the applicant, in favor of the application, and in opposition: The applicant, Mr. John McDougal , stated that this structure must be built by September or the State approval for the facility would lapse. He requested that action be taken to approve the application. He also assured Commissioner Lucas that the structure would be equivalent to a permanent structure in quality of construction. Vern Axelson, resident - Mr_ Axelson felt that it Would be beneficial to have Santa Barbara Savings located there, and felt it ::utild remove the eyesore of the existing parking lot. Mr. Varieso, Santa Barbara Savings - He felt that theire would be neither a traffic nor a parking problem. He said the normal transaction would take from three to 10 minutes and there would be only approximately 30 transactions per day. _ Mr. Don Korb, Sleepy Hollow Lane, stated that he was in favor of the project. Mr. Gilbert Garcia, architect, spoke in reference to the design of the project, stressing that it would have the quality of a permanent building. Mr. Helene Frakes, Orinda Association Planning Committee, spoke in opposition to this project. She stated that she objects to a "temporary" structure in Orinda. She felt that as long as the structure is elevated, it has a "temporary" appearance. Mr. Marty McNair stated that he is not necessarily opposed to the proposal of Santa Barbara Savings but does have some concerns relating to parking and traffic. He felt that a time extension should be obtained to allow location in an existing vacant store. Mrs. Joyce Helsel indicated her concern that the landscapiiiil might conflict with the tree planting program. Also, she stated that she felt it was a "temporary" building. Mr. William Gripp also-voiced his concern over the building of a "temporary" struc- ture. He felt there was a problem with parking in the "village area" and felt this would add to that problem. q •4 Page 1 of 2 Microtihtlad with board order Mr. Claude Simonin questioned what the design of the proposed sign. The Commissioners raised the following questions: Commissioner Knebel expressed concern about the equipment screen in the rear of the building. Also, she felt it was too large a building for the site. In the discussion about the landscaping, Commissioner Knebel stated that she had under- stood there would be a tree planting program regardless of the approval of Santa Barbara Savings. Commissioner Hawkins questioned Mr. Varieso about who determines if there is a need for this type of facility in the community. Mr. Varieso explained that an economic study is submitted to the State Commissioner and a determination is made from that study. Commissioner Hawkins stated that she does not feel another Savings and Loan Association is needed in Orinda. She also felt that if this application ;vas approved, "special privilege" would have been granted, and the Commission would have a difficult time not extending the application two years from now. Commissioner Grassi said that he felt the proposal would be an improvement from %•.hat is there presently. Commissioner Mills stated that he had mixed emotions. He felt parking could be a problem. He also agreed with Commissioner Hawkins that there might be a bigger problem two _years from now when the initial approval period will expire. Commissioner Lucas stated that he would be in favor of the project. He felt that the applicants should be commended for their willingness to landscape the leased property on which their structure would be. He did state, though, that the Zoning Administrator should give final approval to the landscaping plans, and possibly a condition should be added to that effect. Commissioner Lucas also questioned the architect regarding the definition of "temporary structure" as opposed to "permanent structure". Cammissioner Harb stated that he did not want a "temporary" structure. Commissioner Anderson noted that the Chamber of Coii.--erce had approved the applica- tion, and he also felt that it would be suitable for a period of two years. It was MOVED by Commissioner GRASSI, SECONDED by Cottviissioner Lucas, to approve County File ;2244-77, subject to conditions and termination at the end of two years by the following vote: �' ,•;: AYES: Anderson, Lucas, Grassi "= NOES: Hawkins, Harb, Knebel, Mills � t . ABSENT: None ABSTAIN: None • ! i APPLICANT: Garcia Architects ATTEST: Heinz Fenichel,�As dstant Director OWNER: Santa Barbara Savings & Loan Advance Planning Orinda Area Planning Commission APPLICATION N0. 2244-77 Contra Costa County, California ASSESSOR'S PARCEL N0- 265-170-39 • M.,crofilmed with board order { CONTRA_COSTA_COUNTY.PLANNING D_ SPAR T =a- NOTICE OF Completion of Environmental Impact Report Negative Declaration of Environmental Significance r' r` Lead Agency Other Responsible Agency ContrzJ•Costa County c/o •Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2031 ' Phone EIR Contact Person Donna Endo Contact Person PROJECT DESCRIPTION: GARCIA ARCHITECTS (Applicant) - SANTA "BARBARA SAVINGS (Owner), County File 2244-77: The applicant requests approval . :to modify the delineated sites in a Planned Neighborhood District for a savings and loan office. Subject property is described as follows: A descriptive parcel fronting 280 feet oir.the southerly side of Orinda Way, approximately 680 feet westerly of Santa Maria Wex�`in_the Ori nde area. (Planned N-8-5) (CT 35411) (Parcel X265-1713-33) eft`Pkajeet.hill Not Have A Significant Effect ork The Mviranment Zhe request to establish a swings and loan branch an a portion of an existing as,stattion site does not have significant environmental impacts. The site is " Y;already paved and improved - the building will be prefab and temporary is nature until a pezmanaat savings and loan location is 69tabl13hed. The use is considered consistent with the General Plan and zoning. Special attention should be ate ;�.�� .� - -given to adequate provision of on-site parsing and adequate egress s ingress • c _ta•thm-savings•and loan. Gtr). •I _ r.•- . It is determined from initial study by Donna Endca of the 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 ti address: _ Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine 4 Escobar Streets _ Martinez, California {� aPostdd 2 �a��3 Final date for review/appeal i X-m INS _. .. Planning DeparRepresentative _ _ z��.�'Vt�crotilmed with board ord AP9 1/74 ++L'IftS+Cll+f iT 1 r t 4. 7.1 I!N + �... ..��' • j j t ` oma.. 6 Wftm t. CO C('"A t'takKWp O+a'4iu;VT ............... a ++moa Mcrofilmed with order. } 1 _.J _ ' It •SIS t• � A/.." +T•1 / .1 � ._._� `�\` r�Gt7 i _�� �_ .+•.+...•i...-..---r,-+r---.-.�••-.•.—.-........•.• ---.,-s--to-�.=.- -��-�•_• �+-• )ti •_fit- 1ti):�' 1 1 �•JI � .. j � - ,� •VII .... _ ' _.._ __ � � I �/• t?i 1 IY 1 t I i 1'�••t� 1i .�, •1 1 t�" �:1 i `—; 6..a ZS's l?s livit""3a _ _ 1 �/ i 1 _.�!•,1. ' - �' �,t3-.. � `1 _ r.)� ?1,F71i•1�__•_Fi 1� . f'.I_•.�_• 1� I ts¢y�ti S.-1€"�— i;- !t �.f!�� 'i��J� 1%•'•r.. ,1,S.J: 1`:�'.Z' f��1 1._—•/t�.� `_' - 1 �1 -SII}�I�— __�� r_. -r�� .�_ •, L•�=� � �3t �l.ii�,�{1flrJi�_^_.� t�t"-I �� r�J:��[1'� ( — --•- •'—� Vex t:IyJ�iG .���! �t)�,'s.. <�;,i:J.GG �i".-:ii•,^L/ / ty:,! s•:•:! } • or- r7i .`al ,. •i j 1s1'�II Jlsls} :%•'�•i`. is GY:!t�K • WA_ r/ If W. •ifs-s1r i •L7r�••�i••li,'J• ! f ,� •r; Y 1 .� I .•�� 1 j. au ` f Ct P1.ANHINO hcn tnl PIT w[r i I -� l� ec1�G•'T # t } OF s.R■t■ Microfilmed with board order. �„Fzz44�7 t'Y tX/ � -VI G M�"pttttt► ,kith bl"ltd ocd In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 7.&, In the Matter of Report of the San Ramon Valley Area Planning Commission on the Request of Mr. Daniel Ostrander (2171-RZ) to Rezone Land in the Alamo Area. 1jr_ David Seldon_ Owner The Director of Planning having notified this Board that the San Ramon Valley Area Planning Commission recommends approval of the request of Mr. Daniel Ostrander (2171-RZ) to rezone 1. 97 acres fronting approximately 370 feet on the north side of Stone Valley Road and approximately 320 feet on the west side of Green Valley Road, Alamo area, from General Agricultural District (A-2) to Single Family Residential District-40 (R-40) , in lieu of Single Family Residential District-20 (R-20) as originally requested; IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, May 30, 1978 at 11:00 a.m. in the Board Chambers, Room 107, 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 April 25, 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. ce• Mr. D. Ostrander Witness my hand and the Seal of the Board of Mr. D. S eldon Supervisors Mr. G. McCulley affixed this 5 b day of aril 19-$_ Director of Planning �� LSSON• Clerk By Deputy Clerk i Ronda Amdahl H-24 4/77 15m CONTRA COSTA COUNTY PLANNING DEPARTMENT TO: Board of Supervisors DATE: April 12, 1978 Attn: Clerk of the oard FROM: Anthony A. Dehaesus� SUBJECT: REZONING - Daniel Ostrander Director of Plann `' ' 2171-RZ - 1.97 Acres - Alamo area i Attached is San Ramon Va ley A Planning Commission Resolution No. 31-1978(SR) adopted by the San Ramo Valley Area Planning Commission on Wednesday, April 5, 1978, by a vote of 6 AYES (Absent: Olander). This application was reviewed by the San Ramon Valley Area Planning Commission on Wednesday, March 22, 1978 and was approved by the Commission by a vote of 4 AYES, 2 NOES (Absent: Olander). The applicant is requesting to rezone 1.97 acres from General Agricultural District (A-2) to Single Family Residential District (R-20). The Commission recommends to the Board of Supervisors that the zoning change be made from General Agricultural District (A-2) to Single Family Residential District (R-40). .The property fronts approximately 370 feet on the north side of Stone Valley Road and approximately 320 feet on the west side of Green Valley Road, in the Alamo area. The following people should be notified on your Board's hearing date and time: Daniel Ostrander (Applicant) 164 Nimshew Stage Chico, CA 95926 RECEIVED David L. Seldon (Owner) C.P.O. Box 1190 APR 191518 Seoul, Korea J. R. OLSSON George McCulley CLERK BOARD OF SUPERVISORS CONT COSTA CO. 1890 Green Valley Roadt.......�?� Danville, CP_ 94526 AAD:krt Attachments: Resolution, Findings Map, Area Map, Staff Report, Minutes, Negative Declaration cc: File # 2171-RZ Supervisors, District: I, II, III, IV, V Microfilmad with board order RESOLUTION NO. 31-1978 (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 CHANGGE BY DANIEL OSTRANDER (APPLICANT) AND DAVID SELDON (OWNER) IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE ALAMO AREA OF SAID COUNTY. WHEREAS, a request by DANIEL OSTRANDER (Applicant) and DAVID SELDON (Owner) (2171-RZ), to rezone land in the Alamo area from General Agricultural District (A-2) to Single Family Residential District (R-20), was received by the Planning Department.Office on August 29, 1977; and WHEREAS, a Negative Declaration of Environmental Significance was posted January 26, 1978; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the San Ramon Valley Area Planning Commission on Wednesday, March 22, 1978; and WHEREAS, the San Ramon Valley Area Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and NOW, THEREFORE, BE IT RESOLVED that the 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 DANIEL OSTRANDER (Applicant) and DAVID SELDON (Owner) ;2171-RZ), be APPROVED for change from General Agricul- tural District (A-2) to Single Family Residential District (R-40), and that this zoning change be made as is indicated on the findings map entitled: A PORTION OF MT. DIABLO DIVISION SECTOR 4 AND THE DISTRICTS MAP FOR THE DIABLO AREA INSERT MAP NO. 22, CONTRA COSTA COUNTY, CALIFORNIA. BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposed rezoning is consistent with the General Plan. (2) Due to physical constraints on the property, specifically slope constraints, R-40 zoning is more appropriate than more dense zoning in the area. (3) The site has a very limited development potential which is more closely reflected by R-40 zoning. BE IT FURTHER RESOLVED that the Chairman and the Secretary of the 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. Mlicrofilmad with board order RESOLUTION NO. 31-1978 (SR) The instructions by the San Ramon Valley Area Planning Commission to prepare this resolution was given by motion of the San Ramon Valley Area Planning Commission on March 22, 1978, -by the following vote: AYES: Commissioners - KENNETT, BUROW, BEST, YOUNG NOES: Commissioners - WRIGHT, MEAKIN ABSENT: Commissioners - OLANDER 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, April 5, 1978, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - WRIGHT, KENNETT, BEST, MEAKIN, BUROW, YOUNG NOES: Commissioners - NONE ABSENT: Commissioners - OLANDER ABSTAIN: Commissioners - NONE Chairman of t e San Ram Va ey Area Planning Commission of the County of Co tra Costa, State of California ATTEST: Secr ar of the Sa amon Valley Arefi Planning C issi¢n of the County of Contra./Costa, L tate of)California - 2 - Microfilmed with board order Al R-100 r A_2/ R-15 / Rezone p-I / From A? To K2Q �/ / -.. III I �-• I I R-10 R / F- , I,AN DREW H.YouNG , 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 PoRT1ota OF MT htA9LQ hivisiam 5sc-roR 4 AmriT"F_bt5TRicTS MAP Foa TtaE NAALo AREA lwss T MAP No 21. CouT A CogYA COUNTY CALL P011MAA. Indicating thereon the decision of the San Ramon Valley Area Planning Commission in the matter of_NAM11=1_ nwrRANNE0. 2171- RZ Chairman of the San Ramon Iley ea / Planning Commission, State of aliforn ATTR Srcre r of th an Ramon alley Area . Plan ng Com fission, State of California Findings Map ~ Microfilmed with board order CONTRA COSTA COUNTY, CALIFORNIA DANIEL OSTRANDER (Applicant) - DAVID SELDON (Owner), County File !12171-RZ: The applicant requests approval to rezone land from General Agricultural District (A- 2) to Single Family Residential District (R-20). Subject lands are within the boundaries of the following maps of Ordinance No. 382: A portion of Mt. Diablo Division Sector 4 and the Districts Map for the Diablo Area Insert Map No. 22, Contra Costa County California. Subject property is described as follows: Approximately 1.97 acres fronting approximately 370 feet on the north side of Stone Valley Road and approximately 320 feet on the west side of Green Valley Road, in the Alamo area. (CT 3461) On February 8, 1978 having been fixed as the time for hearing on this item, the meeting was declared open by the Chairman. Upon the Motion of Commissioner MEAKIN, Seconded by Commissioner BUROW, the s application was rescheduled for hearing on March 22, 1978 by a unanimous vote. On March 22, 1978, having been fixed as the time for the rescheduled 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 from A-2 to R-40. The following per3ons appeared to represent and in favor of the application and in opposition. (This was heard in conjunction with Minor Subdivision 267-77.) DANIEL OSTRANDER directed most of his comments to the minor subdivision. GEORGE McCULLEY, 1890 Green Valley Road, Danville, CA was in favor of the R-40 zoning. It was found that the R-20 zoning does not reflect the physical constraints on the property, specifically slope constraints and traffic. The site has a very limited development potential which is more closely reflected by R-40 zoning. Upon the Motion of Commissioner KENNETT, Seconded by Commissioner BUROW, the zoning change from General Agricultural District (A-2) to Single Family Residential District (R-40) was recommended for approval by the following vote on March 22, 1978. AYES: Commissioners - KENNETT, BUROW, BEST, .YOUNG NOES: Commissioners - WRIGHT, MEAKIN ABSENT: Commissioners - OLANDER ABSTAIN: Commissioners - NONE ' APRIL 5, 1978: Findings submitted for adoption. Upon the MOTION of Commissioner WRIGHT , SECONDED by Commissioner KENNETT , the Findings were adopted by the following vote on April 5, 1978 AYES: Commissioners - WRIGHT, BEST, KENNETT, MEAKIN, BUROW, YOUNG NOES: Commissioners - NONE • Anthony A. Dehaesus ABSENT: Commissioners - OLt'iNDER Directo of Planning ABSTAIN: Commissioners - NONE APPLICANT: Daniel Ostrander, 164 11 OVA Nimshew Stage, Chico, CA 95926 ATTEST* O1dNER: David L. Sheldon, C.P.O. I: vey F. Bra n Box 1190, Seoul, Korea ssistar Director APPLICATION NO. . 2171-RZ Current Planning ASSESSOR'S cii��i�� �' PARCEL NO. 193-200-021 Microfilmed with board order CONTRA COSTA COUNTY PLANNING DEPARTMLNT 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 t Phone (415) 372-2031 Phone EIR Contact Person Margaret Coulter Contact Person PROJECT DESCRIPTION: DANIEL OSM),JDER (Applicant) DAVID SELDON (Owner) County File #2171-RZ: The applicant requests to rezone approx. 1.97 acres from General Agricultural District A-2 to Single-Family Residential District R-20. Subject property fronts approx. 370' on the north side of Stone Valley Road and approx. 320' on the west side of Green Valley Road in the Alamo area. It is determined from initial study by bfargaret Coulter of the X Planning Department that this project does not have a significant effect on the environment. L^ Justification for negative declaration is attached. a 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 D ePos ed J41. 01b Final date for review/appeal B P anning Depart ent Representative Microfilmed with board order AP9 1/74 The Project Will Not Have A Significant Effect On The Divironment The applicant's original request oras for a four lot minor subdivision ivith. significant associated impacts. A revision to this plan was received January 9, 1978 for a three lot minor subdivision mitigating some of the earlier impacts. The proposed development is still con- strained by steep topography; further reduction in lots is probably . warranted with an accompanying rezoning to R-40. The staff report. should address the following: topographic constraints including slope. stability; access limitations, and general developability of'the site.. a Microtilmad with board order In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Approving Change Order No. 6, Detention Facility Structural Steel , Martinez, California, with M-B Construction. Project No. 5269-926-(44) The Board of Supervisors AUTHORIZES the Public Works Director to execute Change Order No. -6, Detention Facility Structural Steel , Project.No. 5269-926-(44), with M-B Construction, Walnut Creek, California. The Change Order provides for additional work required for coordination of the structural steel and structural concrete and other changes as specified in the drawings referenced in the Change Order. Maximum payment for the Change Order shall not exceed $35,369 without authorization of the Public Works Director. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Detention Facility Project affixed this 25thday of April 1978 cc: County Administrator County Counsel J. R. OLSSON, Clerk County Auditor-Controller - , Deputy Clerk Public Works Director BY Turner Construction Company M. MANN UCCHI M-6 Construction H-24 3/76 15m v boo Project No. 5269-926• ( 411 CONTRA COSTA COUNTY Sheet 1 of 1 Structural Steel PUBLIC WORKS DEPARTMENT April IS, 1978.- DETENTION FACILITY PROJECT Date CHANGE ORDER NO. 6 SUPPL.NUMBER — CE NUMBER 90,91 SIS NUMBER TO: rVIB Construction . Contractor. Change Requested by: Kaplan/T•?cLaughlin You are hereby directed to make the herein described changes from the plans and specifications or to do the following work not included in the plans and specifications on the Contract. (CL 90, 91 Drawing Rev. 8 and 10) Me Contractor will furnish and install the following work: Finish and Install all structural steel as shovm and noted on Structural Drawings: S2.1, S4.1, S4.2, S5.1, S5.2, 56.1, S7.1, S7.2 All &-awings are Revision No. 8, dated 10/24/77. KaplanMcL ughlin Bulletin 11o. -13, dated October 28, 1977. Furnish and install all Structural Steel as shown and :toted on Structural D rawix4gs: S2.1, 2.2, 3.1, 4.1, 4.2, 5.1, 5.2, 6.1, 6.2, S10.1, S10.2, S10.3, 510.4, S10.5, S10.6, S10.7, S10.8, 510.9, 510.102 S10.11 S11.1: 511.2, S12.1, S12,2, S12.3, 512,4, 512.5, 512.6, S13.1, 513.2, 513.3 and Sl,'. All dravringv are Revision No. 10, dated ]1/21/77. Includes welding of shear studs in lieu of holes through Flares. See Forell/Elsesser Sketch EC3 dated 2/2/73. Work also includes welding of all additional iebar as shown in details 1-27 IMIving 511.3. Costs shall also include as costs per Kaplan Vclaudilin Bulletin No. 14 dated December 28, 1977 and all costs for Revisions to (level 3 West rarlp) per Sid-1 dated December 4, 1977. Zbtal compensation for the above k will be in the amount of Thirty Five Mausand Three hundred Sixty-Nine Dollars ($35,369.00) Payment for this Change Order vd.1.1 be on a lura sure basis. Char4re Order includes all cagensation for additional shop dravdng time required to make these changes. RECEIVED APR �s��i�s J. R. OLSSON CLERK BOARD OF SUPERVISORS "CONTRA FkTA CO. ESTIMATED COST: DECREASE S INCREASE S_ 0,QQNEW_ ORIGINAL CONTRACT S 1,471 00 NET C.O. TO DATE s 139,359.00 CONTRACT TOTAL SI, •073.00 By reason of this Change, calendar days extension of time will be granted. We, the undersigned contractor,have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all ma- terials,except as otherwise be noted above,and perform all services necessary for the work above specified,and will accept as full pay- ment therefor the prices shown above. APPROVAL (IS) T) REQUIRED BY BOARD OF SUPERVISORS; ACCEPTED 0 RECOMMENDED. -«++-� � -/��'I RECOMMENDED: r ner Construction Co. DATE Kaplan/Mc in DATE ACCEPTED: PPROVED: Contractor DATE PUul7C i+IOrkS i)lYA(tnr DATE Microfilmed with board orr'' In the Board of Supervisors of Contra Costa County, State of California April 25 _fig 78 In the Matter of Authorizing the Director, Human Resources Agency, to Execute Subgrant Modification Agreements with 21 CETA Title II PSE Program Subgrantees for February Reprogramming of Title II Funding The Board having authorized negotiations (by its Order dated February 7, 1978) with certain CETA Title II PSE Program Subgrantees for- Subgrant Modification Agreements to increase FY 1977-78 Title II Subgrant Agreement Payment Limits and to add one (1) new Title II PSE position to each Subgrantee's Program, thereby assuring a maximum utilization (or reprogramming) 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 for prompt execution of Subgrant ' Modification Agreements with the CETA Title II PSE Program Subgrantees with whom negotiations have been completed; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements, to be effective February 15, 1978, with 21 CETA Title II PSE Program Subgrantees, as specified in the attached "CETA Title II PSE Subgrant Modification Agreement Specifi- cations Chart," to proviae for the completion of said reprogramming of federal grant funds for these Subgrantees. PASSED BY THE BOARD on April 25, 1972. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 25th day of 7+pril 1978 County Auditor-Controller County Manpower Program Director J. R. OLSSON, Clerk Subgrantees g cI�I�L� �i/,�l , Deputy Clerk Janie L. Johnson H-24 4/77 15m RJP:dg (Attachment to 4/25/78 Board Order) CETA TITLE II PSE SUBGRANT MODIFICATION AGREEMENT SPECIFICATIONS CHART (February 1978 Reprogramming) SUBGRANT PREVIOUS-SUBGRANT NEW SUBGRANT AGREEMENT AGREEMENT PAYMENT AGREEMENT PAYMENT SUBGRANTEE NUMBER LIMIT --(10/1/76-9/30/78) _ LIMIT 10/1/76-9/30/78) 1. , . City of Antioch 28-602-4 $ 46,953 $ 54,753 2. City of E1 Cerrito 28-606-4 419039 48,722 3. City of Martinez 28-608-4 76,186 81,801 \i4. City of Pittsburg 28-604-4 207,007 214,902 5. City of San Pablo 28-605-4 244,047 251,153 !. 6. Antioch Unified School District 28-611-4 224,597 230,277 7. Brentwood Unified School District 28-614-4 46,688 53,293 8. Byron Unified School District 28-615-4 53,034 58,479 A. John Swett Unified School District 28-616-4 100,205 106,999 10. Liberty Union High School District 28-618-4 57,864 64,008 11. Martinez Unified School District 28-619-4 68,401 - 74,189 12•,-. Mt. Diablo Unified School District 28-613-4 540,291 548,012 13. Orinda Union School District 28-622-4 120,378 127,878 14. Pittsburg Unified School District 28-612-4 74,863 81,824 15. Richmond Unified School District 28-623-4 250,445 255,609 16. San Ramon Valley Unified School District 28-624-4 65,322 71,525 A7. Ambrose Recreation & Park District 28-629-3 ' 36,470 41,220 118. East Contra Costa Irrigation District 28-631-3 44,580 50,612 y 9. Pleasant Hill Recreation & Park District 28-630-4 41,333 47,503 20. Housing Authority of Contra Costa County 28-628-4 201,718 208,328 •21. State of California 28-626-4 154,833 162,134 4 .pit•1 SUBGRANT MODIFICATION AGREEMENT (CETA Title II Subgrants) Number 2 V .. 630 — 1. Identification of Subgrant Agreement to be Modified. Number: 28-630-4 Department: Human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement v 28-630-5: June 15, 1977 Effective Date of Subgrant Modification Agreement 28-630-6: November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: PLEASANT HILL RECREATION AND PARK DISTRICT Capacity: Public Agency Address: 147 Gregory Lane, Pleasant Hill, California 94523 3. Modification Date. The effective date of this Subgrant Modification Agreement is February 15, 1978 4. Modification Specifica=:c-_s. The Agreement identified above is hereby further modified as set fortis in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties,' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE 1 By _4 ,/�1.. err �— BY �(•- (- /J�ti�G� Designee (Designate official capacrityin public Recommerlded by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) B}* Designee WITNESS: / �' (Designate Official Capacity) By (Form Approved by County Counsel) Date: ' �j--�,,r Z ; /�.�7 � J 1 MODIFICATION SPECIFICATIONS Q ) Number 2 V 6 0 - 7 In consideration of Subgrantee's agreement to add one (1) new job position to its CETA Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein, County agrees to increase the total amount payable to Subgrantee under the Agreement Payment Limit by an additional $ 6,170 . County and Subgrantee agree, there- fore, to further modify the Subgrant Agreementidentified herein, as specified below, while all other parts of said Agreement, as previously modified, remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 41,333 to a new total of $ 47,503 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: it 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue S Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), to read as follows: "Federal Register, Vol. 42, No. 201, Tuesday, October 18, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Additional assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs), pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to read as follows: It 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam-era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-93] . ; it 16. To the extent possible, administrative staff shall be drawn from unemployed and underemployed persons [section 205(c)(201)1 ." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. Initials: c � � , • Contractor County Dept. -1- MODIFICATION SPECIFICATIONS Number 2 8 - 630 - 6. Change in Program Specifications. Paragraph l.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles Positions (Man-Months) (Man-Months) Park Maintenance I 1 2.9 -0- Park Maintenance I 1 24.0 12.0 Intermediate Clerk 1 15.5 12.0 Inventory/Fixed Assets 1 7.0 7.0" Clerk A Initials: -Contractor County Dept. -2- vL )p PROGRAM BUDGET Number2- " 62 1. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TERM 10/1/76-9/30/78 a. Cost Category (Federal Funds) (1) Participant Wages $ 40,314 (2) Participant Fringe Benefits 7,017 (3) Training 100 (4) Supportive Services -0- (5) Administration 72 TOTAL (Agreement Payment Limit) $ 472503 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, prior to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ 1,796 (2) New Funds from County's FY 76-77 12,344 Federal CETA Title II Grant (Mod. 701) (3) New Funds from County's FY 76-77 1,835 Federal CETA Title II Grant (Mod. 702) Initial Title II SUBTOTAL $ 15,975 (4) Deobligation of Title II Funds For Transfer to Title VI* ($ 629 ) FY 76-77 Title II SUBTOTAL $ 15,346 (5) Initial 6—month Economic Stimulus Allocation $ 3,154 (6) FY 77-78 10-1/2 month Sustainment Allocation 22,833 (7) FY 77-78 Reprogramming Allocation (2/78) 6,170 TOTAL (Agreement Payment Limit) $ 47 503 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Initials: /,�LZ/ (Subgrantee County Dept. IN PIZ SANT HILL P✓CPF-ATION & PARK DISTRICT C0U`.iY OF CO:.T?3A-COS_A, ST.I O� C T- OP•`.(IA 3OAtJ CP DIRECTORS IN TH3 MA "LER OF P.ESOL IO_d -7----6-9 3 APPROVING C✓TA TITLE II MODIFICATION CONTRACT 1.0_23-630-7 T:IE PL AS'v HILL :LCP=_-ZOZ1 & PARK DISTRICT 30A-ZD OF 'JT_i EC^1OZS DOES R SOLVE.': TaM the Pleasant Hill Recreation & Park District, a public agency duly constituted and existing under tie laws of the State of California, approves Contract w`28-030-7 with the County of Contra Costa which provides for the Inventary/ .:, y; Fi-ved Assets Clerk position, funded from February 1.5, 1973, to September 30,. 197a, = in the continuation of a CST-1- Title II Public Service Employment Program; and TMNT the General Manger of the Pleasant Hill Recreation & Park District, is authorized and directed to sign said contract on behalf of this public agent-[ and to execute any bonds or other documents required in connection therewith_ AYEES NOES ABSENT Oliver L. Hobs Lowell D. Weight W.A Kimball Michael E. Phalen Helen E. Weisner ' � 1 Oliver L. Holmes, Chairperson r I hereby certify that the foregoing resolution was approved by the vote indicated herein above at the regular meeting of the_Board of Directors on June 8, 1978. E.S. Winsl--w, Clerk of the 3ozd SUBGRANT MODIFICATION AGREEMENT (CETA Title II Subgrants) Number 2 8 — 6 1 6 — 1. Identification of Subs,rant Agreement to be Modified. Number: 28-616-4 Department: Human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement X28-616-5 : June 15, 1977 Effective Date of Subgrant Modification Agreement y28-616-6 : November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: JOHN SWETT UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: P.O. Box 847, Crockett, California 94525 3. Modification Date. The effective date of this Subgrant Modification Agreement is February 15, 1978 4. Modification SoeciTications. The Agreement identified above is hereby further modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties`, agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By /1. By Designee Business llagezr (Designate official capacity in public Recommended by Human Resources agency agency and attach a certified copy of the governing body resolu�/Lon d,uthoriz- ing execution his Agreement) By esignee WIT?LESS: »/ esignate Otficiai aci By I Glenn Dufour, Jr., Sunerin endent a Je �, 107 (Form Approved by County Counsel) Date: � 4 } S' MODIFICATION SPECIFICATIONS 11 QQ Number �.+ l1 In consideration of Subgrantee's agreement to add one (1) new job position to its CETA Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein, County agrees to increase the total amount payable to Subgrantee under the Agreement Payment Limit by an additional $ 6,794. County and Subgrantee agree, there— fore, to further modify the Subgrant Agreement identified herein, as specified below, while all other pacts of said Agreement, as previously modified, remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 100,205 to a new total of $ 106.q99 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: of 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue & Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require— ments), page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), to read as follows: "Federal Register, Vol. 42, No. 201, Tuesday, October 18, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Additional Assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs), pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to read as follows: " 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam—era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-931 . % it 16. To the extent possible, administrative staff shall be drawn from unemployed and underemployed persons [section 205(c)(201)1 ." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. Initials: Contractor ounty Dept. —1— I5OM,F 3.0 f C MODIFICATION SPECIFICATIONS (C�� Humber 2 8 — 6 1 6 — 7 6. Change in Program Specifications. Paragraph l.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles Positions (Man-Months) (Man-Months) Custodian 4 30.0 -0- Custodian 1 15.5 12.0 Security Guard 3 6.0 -0- Security Guard 1 15.5 12.0 Painter 4 12.0 -0- Painter 1 18.0 12.0 Steno Clerk 1 6.0 1.4 Clerk 1 12.0 '12.0 Groundskeeper 1 2.0 -0- Custodian 1 7.1 7.1" .12 Initials: // '' U' , Contractor County Dept. -2- H. FROGRA}1,1 BUDGET �; —- Number 2 8 6. 16 �'f+ d 1. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TERM 10/1/76-9/30/73 a. Cost Category (Federal Funds) (1) Participant Wages $ 74,181 (2) Participant Fringe Benefits 24,802 (3) Training -0- (4) Supportive Services -0- (5) Administration 8,016 TOTAL (Agreement Payment Limit) $ 106,999 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, rp for to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ 8,687 (2) New Funds from County's FY 76-77 57,084 Federal CETA Title II Grant (Mod. 701) (3) New Funds from County's FY 76-77 727 Federal CETA Title II Grant (Mod. 702) Initial Title II SUBTOTAL $ 66,498 (4) Deobligation of Title II Funds For Transfer to Title VI* ($ 16,722 ) FY 76-77 Title II SUBTOTAL $ 49,776 (5) Initial 6-month Economic Stimulus Allocation $ 7,106 (6) FY 77-78 10-1/2 month Sustainment Allocation 43,323 (7) FY 77-78 Reprogramming Allocation (2/78) 6,794 TOTAL (Agreement Payment Limit) $ 106,999 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee k to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. :lonthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Initials: Subgrantee County Dept. }J '�605 'f�l J ATO^'i SWIS ' U':IFIED SCHOOL DIST?ICT Governing Board Resoli:.ion RESOL=� ;hat Jodi S-wett Unified School District, a Public Zency duly constituted and existing under the !a-4s of the State of California, approves Agreement No. 28-0"'16-7 -,nth tee County of Contra Costa for the tern from February 15, 1978, for CTA II Subg ant Modification Agreement and that Elton L. Turner, hr Swett Unified School District, is authorized and Business �`enager o= Jo directed to sign said Agreerent on behalf of this public agency and to execute any bonds or other docu=en's required in connection therewith. CERTIFICATE OF CLE—RIC OF GO'JEMITIiiG BOARD I, Charles J. 33--h1=a, do hereby certify that I an the duly elected, qualified and Clerk of the John Swett unified School District, and that the foregoing is a fuLl, true, and correct copy of a resolution duly adopted by the Board of Trustees of said -Public -,!Lgency on June 8, 1978, and that said resolution is now in force and e__ect. I declare under penalty of perjury that the natters set forth in the foregoing certificate are true and correct. " Executed at Crockett, California, on June 8, 1978. C' les J. Bo' Clercs of the Bd �13 SUBGRANT :MODIFICATION AGREEMENT CETA Title II Subgrants R Number � v - 69 'J 1. Identification of Subgrant Agreement to be Modified. Number: 28-629-3 Department: Human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement x28_629-4 June 15, 1977 Effective Date of Subgrant Modification Agreement 128-629-5 : November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: AIMBROSE RECREATION AND PARK DISTRICT Capacity: Public Agency Address: 125 Memorial Way, Pittsburg, CA 94565 3. Modification Date. The effective date of this Subgrant Modification Agreement is February 15, 1978 4. Modification Specifications_ The Agreement identified above is hereby further modified as set forth in to "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties.', agreement hereto•;1;;, ,'" COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By By Designee / !/ (Designate official capacity in publ' " Recomme ded by Human Resources Agency agency and attach a" certified'%copy of the governing body res`olutiori authoriz- ing execution of this Agreement) By Designee WITNESS: ( esianate Official Cap By (Form Approved by County Counsel) Date: A// f MODIFICATION SPECIFICATIONS C� Number 2 8 — S . 19 — 6 In consideration of Subgrantee's agreement to add one (1) new job position to its CETA Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein, County agrees to increase the total amount payable to Subgrantee under the Agreement Payment Limit by an additional $ 4,750 County and Subgrantee agree, there- fore, to further modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Agreement, as previously modified, remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 36,470 to a new total of $ 413.220 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: if 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue 4 Taxation Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue & Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), to read as follows: "Federal Register, Vol. 42, No. 201, Tuesday, October 18, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Additional Assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs), pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to read as follows: " 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam-era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-931 . it 16. To the extent possible, administrative staff shall be drawn from unemployed and underemployed persons [section 205(c)(200] ." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. Initials: CC ntbr ractor tolt&ty Dept. -1- �.r MODIFICATION SPECIFICATIONS Number 28 - 629 - 6 6. Change in Program Specifications. Paragraph l.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles Positions (Pian-Months) (14an-Months) Groundskeeper 3 9.0 -0- Groundskeeper 1 24.0 12.0 Recreation Aide 1 15.5 12.0 Secretary Aide 1 7.03 7.03" Initials: �. Cortfractor Co my Dept. -2- PROGRAM BUDGET Q Number 28 - 629 - 6 1. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TERM 10/1/76-9/30/78 a. Cost Category (FederalFunds) (1) Participant Wages $ 36 44x• (2) Participant Fringe Benefits 4,065 (3) Training -0- ( - (4) Supportive Services r�. (5) Administration_ 756 TOTAL (Agreement Payment Limit) $ 41,220 b. End-of-Subgraat Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgraatee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, rp for to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ 12 (2) New Funds from County's FY 76-77 18,074 Federal CETA Title II Grant (clod. 701) (3) New Funds from County's FY 76-77 -0- Federal CETA Title II Grant (Mod. 702) Initial Title II SUBTOTAL $ 18,086 (4) Deobligation of Title II Funds For Transfer to Title VI* ($ 169 ) FY 76-77 Title II SUBTOTAL $ 17,917 (5) initial 6-month Economic Stimulus Allocation $ 3,064 (6) FY 77-78 10-1/2 month Sustainment Allocation 15,489 (7) FY 77-78 Reprogramming Allocation (2/78) 4,750 TOTAL (Agreement Payment Limit) $ 41,220 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Initials: _(Zkit� Sabc,rantee County Dept. SUBGRANT `iODIFICATION AGREEMENT (CETA Title II Sub-rants) Number 2 QQ V — 6 0 4 — 1. Identification of Subgrant Agreement to be Modified. Number: 28-604-4 Department: Human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA Title iI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement #28-604-5 : June 15, 1977 Effective Date of Subgrant Modification Agreement x28-604-6 : November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: CITY OF PITTSBURG Capacity: Public Agency Address: 2020 Railroad Avenue, Pittsburg, California 94565 3. Modification Date. The effective date of this Subgrant Modification Agreement - is February 15, 1978 4. Modification S-�)eci:icatiors. The Agreement identified above is hereby further modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties',_agreement hereto: COUNTY OF CONTRA COSTA, CALIFOELNIA SUBGRANTEE By By _ Designee VJOSEPR S. SIINO MAYOR Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee WITNESS: CITY CLERK ' Designate Official Capacity) Zry �EP EZ(Fora Approved by County Counsel) Date: June �97 / S MODIFICATION SPECIFICATIONS c �q Number 2 8 X 6 0;t — 1ry In consideration of Subgrantee's agreement to add one (1) new job position to its CETA Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein, County agrees to increase the total amount payable to Subgrantee under the Agreement Payment Limit by an additional $ 7,895 County and Subgrantee agree, there- fore, to further modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Agreement, as previously modified, remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 207,007 to a new total of $ 214,902 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: if 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue & Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), to read as follows: "Federal Register, Vol. 42, No. 201, Tuesday, October 18, 19772 as may be revised and amended; and which are incorporated herein by reference." 4. Additional Assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs), pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to read as follows: " 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam-era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-931. it 16. To the extent possible, administrative staff shall be drawn from unemployed and underemployed persons [section 205(c)(201)1." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. Initials• &tr AConactor ounty Dept. -1- MODIFICATION SPECIFICATIONS Number-28 - 604 - 7 6. Change in Program Specifications. Paragraph l.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles Positions (Man-Months) (Man-Months) Typist Clerk I 3 18.0 -0- Typist Clerk I 1 16.6 12.0 Typist Clerk II 1 14.6 12.0 Maintenance Man I 7 30.0 -0- Maintenance Man I 2 48.0 24.0 Maintenance Man II 2 24.0 24.0 Law Clerk 1 16.6 12.0 Sr. Recreation Leader 1 3.0 -0- Plant Operation Trainee 1 3.0 -0- Administrative Aide 1 3.0 -0- Engineering Aide 1 3.0 -0- Graphic Design Technician 1 3.0 -0- Account Clerk I 1 3.0 -0- Community Services 1 3.0 -0- Officer Maintenance Man I 1 5.0 5.0" Initials: � 0 ontractor County Dept. -2- U0 ( PROGRAM BUDGET 6� Number 2 Q tJ — 6 0 4 — 7 1. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TERM 10/1/76-9/30/78 a. Cost Category (Federal Funds) (1) Participant Wages $ 155,016 (2) Participant Fringe Benefits 50,098 (3) Training -0- (4) Supportive Services -0- (5) Administration 9,788 TOTAL (Agreement Payment Limit) $ 214,902 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, rp for to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ 310 (2) New Funds from County's FY 76-77 120,009 Federal CETA Title II Grant (Mod. 701) (3) New Funds from County's FY 76-77 -0- Federal CETA Title II Grant (Mod. 702) s Initial Title II SUBTOTAL $ 120,319 (4) Deobligation of Title I1 Funds For Transfer to Title VI^ ($ 16,566 ) FY 76-77 Title II SUBTOTAL $ 103,753 (5) Initial 6-month Economic Stimulus Allocation $ 17,765 (6) FY 77-78 10-1/2 month Sustainment Allocation 85,489 (7) FY 77-78 Reprogramming Allocation (2/78) 7,895 TOTAL (Agreement Payment Limit) $ 214,902 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Q;& Initials: S granteeCo my Dept. • SUBGRANT MODIFICATION AGREEMENT (CETA Title II Subgrants) Number Ad 98 -612 - 7 6 1. Identification of Subgrant Agreement to be Modified. Number: 28-612-4 Department: Human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement s28-612-5 : June 15, 1977 Effective Date of Subgrant Modification Agreement V'28-612-6 : November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: PITTSBURG UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 2000 Railroad Avenue, Pittsburg, California 94565 3. Modification Date. The effective date of this Subgrant Modification Agreement is February 15, 1978 4. Modification Specifications. The Agreement identified above is hereby further modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE -A'Designee +Bob Rothschild, Superintendent (Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) B Assistant Secretary to the Designee WITNESS: Board of Education (Designate Offici 1 Capacity) By (Form Approved by County Counsel) Date: June 1S, 1978 i30�;� .,s�•�:.�r�,�c with .board cP..� MODIFICATION SPECIFICATIONS +� - Number 2 8 — v 1 �f N — 7 In consideration of Subgrantee's agreement to add one (1) new job position to its CETA Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein, County agrees to increase the total amount payable to Subgrantee under the Agreement Payment Limit by an additional $ 6,961 County and Subgrantee agree, there- fore, to further modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Agreement, as previously modified, remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 74,863 to a new total of $ 81,824 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: is 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue & Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which' Subgrantee must comply), to read as follows: "Federal Register, Vol. 42, No. 201, Tuesday, October 18, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Additional Assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs) , pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to read as follows: to 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam-era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-931 . it 16. To the extent possible, administrative staff shall be drawn from unemployed and underemployed persons [section 205(c)(200] ." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. Initials: 1 k_ Contractor County Dept. -1- iJ0U63 • NODIFICATION SPECIFICATIONS Number2 8 — 6 1 2 — it'y 6. Change in Program Specifications. Paragraph l.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles Positions (Man-Months) (Man-Months) Custodian 7 38.5 -0- Custodian 3 63.5 36.0 Typist Clerk 3 9.0 . -0- Asst. Maintenance Worker 2 22.1 18.6 Custodian Workman 1 7.2 7.2" Initials: v L Contractor County Dent. -2- r . PROGRL4 BUDGET NumberAW 8 6 12 — 7 1. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TERM 10/1/76-9/30/78 a. Cost Category (Federal Funds) (1) Participant Wages $ 62,289 (2) Participant Fringe Benefits 18,752 (3) Training -0- (4) Supportive Services -0- (5) Administration 783 TOTAL (Agreement Payment Limit) $ 81,824 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, rP for to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CT= Title II Subgrant Agreement $ 1,639 (2) New Funds from County's FY 76-77 Federal CETA Title II Grant (Mod. 701) 54,208 (3) New Funds from County's FY 76-77 Federal CETA Title II Grant (Mod. 702) -0- Initial Title II SUBTOTAL $ 55,847 '(4) Deobligation of Title II Funds For Transfer to Title VI* ($ 9,764 ) FY 76-77 Title II SUBTOTAL $ 46,083 (5) Initial 6-month Economic Stimulus Allocation $ 10,659 (6) FY 77-78 10-1/2 month Sustainment Allocation 18,121 (7) FY 77-78 Reprogramming Allocation (2/78) 6,961 TOTAL (Agreement Payment Limit) $ 81,824 This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject- to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Initials: Subgrantee County Dept. 00C-P,63 BE IT RESOLVED by the Board of Education of the Pittsburg Unified School District do hereby --pprove. the following resolutions: - 1_ Establishment of Dart, Time, and Place of Board r[eetin�cs: Regular rueetings of the Board of Education of the Pittsburg Unified School District, County of Coatra Costa, State of- California, for tl:e fiscal year beginning April 1, 1977, and ending .-larch 31, 1973, be held on the second and fourth Wednesdays of each raonth at 8.00 p_m-, in the Board Room, of the School Administration Building, 2000 Railroad Avenue, Pittsburg, California_ 2_ Appointment of Secretary of the Board of Education: The Superintendent, Dr_ Bob Rothschild, be appointed Secretary of the Board of Education of the Pittsburg Unified School District. Also, -BE IT RESOLVED that the Business ifanager, Bob Padilla, and the Secretary to the Superiatendeat, Beverly Kyriazi, be appointed Assistant Secretaries of the Board of Education_ 3_ Authorization of Fiscal. A eg ats: The Superintendent, Dr_ Bob RO' thschild, and the Business Manager, Bob Padilla, be authorized to act as fiscal agents for the Pittsburg Unified School.District_ 4_ Assurance of Compliance with Civil Rights Act of 1964: That the Pittsburg Unified School District comply with Title VI of the Civil Riots Act of 1964. (P_L_ 88-352) and all requirements _ imposed by or pursuant to the Regulation of the Department of Health, Education and Welfare issued pursuant to that title, to the end that no person shall be excluded on the grounds of race, color, sex, rdligion or national origin from participation in any program for -which the district receives Federal financial assistance from the Depar=enc or uses its own funds for those from any other sources- 5- ources_S_ State Butildina Fund - Authorized Agents: BE IT RESOLVED by the Board of Education that the Superintendent, . Dr_ Bob Rothschild, and the Business Manager, Bob Padilla, are authorized to act as fiscal agents in all matters relating to the State Building Fuad_ SUBGRANT MODIFICATION AGREEMENT (CETA Title II Subgrants) �j 9 Number2 V — " 2 7 1. Identification of Subgrant Agreement to be Modified. Number: 28-623-4 Department: Human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement # 28-623-5 : June 15, 1977 Effective Date of Subgrant Modification Agreement i 28-623-6 : November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: RICHMOND UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 1108 Bissell Avenue, Richmond, California 94802 3. Modification Date. The effective date of this Subgrant Modification Agreement is February 15, 1978 4. Modification SDecifications. The Agreement identified above is hereby further modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By CC67 -w_ By Designee ASSISTANT SUPERINTENDEN PERSONNEL SERVICES (Designate official capacity in public Recomrlended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) B L& C Designee WITNESS: (Designate Official Capacity) By . (Form Approved by County Counsel) Dater 121 7 Z OFFICIALSEAL I" CHARLOTTE L CALUNELL jl I D OTARY PUBLIC - CALIeGZl+lA CONTRA COSTA COUNrr comm. expires NOV 27, 1978 1103 Biawll Ave.,Ridwrond,CA 90G MODIFICATION SPECIFICATIONS �j Number 2 8 - v 2 3 In consideration of Subgrantee's agreement to add one (1) new job position to its CETA Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein, County agrees to increase the total amount payable to Subgrantee under the Agreement Payment Limit by an additional $ 5,164County and Subgrantee agree, there— fore, to further modify the Subgrant Agreement.identified herein, as specified below, while all other parts of said Agreement, as previously modified, remain unchanged and . in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 250,445 to a new total of $ 255,609 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: it 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code 4107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue & Taxation Code 4107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require— ments), page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), to read as follows: "Federal Register, Vol. 42, No. 201, Tuesday, October 18, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Additional Assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs), pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to read as follows: it 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam—era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-931. it 16. To the extant possible, administrative staff shall be drawn from unemployed and underemployed persons [section 205(c)(201)1." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. Initials: Contr for County Dept. —1— `'`�6Q$ MODIFICATION SPECIFICATIONS Number 28 - 623 r 7 6. Change in Program Specifications. Paragraph l.a. of' the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles Positions (Man-Months) (Man-Months) Press Operator 1 3.0 -0- Typist Clerk 4 11.0 -0- Site Supervisor 3 9.0 -0- Teacher Aide 7 21.0 -0- Teacher 3 30.0 -0- Teacher 6 106.2 45.8 Account Clerk I 1 8.5 8.5 Custodian 2 6.0 -0- Custodian 1 17.0 12.0 Custodian 1 4.5 4.5 Security Officer 2 6.0 -0- Security Officer 1 10.0 10.0 Instructional Asst. 1 14.0 12.0 Site Supervisor 2 13.0 13.0 Teacher Aide 1 5.2 5.2" L Initials: Z�2 Contractor County Dept. -2- . PROGR201 BUDGET QQ Number 2 (7 M 6 9 •✓ — 7 1. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TERM 10/1/76-9/30/73 a. Cost Category (Federal Funds) (1) Participant Wages $ 199,016 (2) Participant Fringe Benefits 46,093 (3) Training -0- (4) Supportive Services -0 (5) Administration 10,609 TOTAL (Agreement Payment Limit) $ 255,609 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, prior to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ 16,106 (2) New Funds from County's FY 76-77 130,543 Federal CETA Title II Grant (Mod. 701) (3) New Funds from County's FY 76-77 -0- Federal CETA Title II Grant (;!od. 702) Initial Title II SUBTOTAL $ 146,649 . (4) Deobligatior. of Title II Funds For Transfer to Title VI^ ($ 8,412 ) FY 76-77 Title II SUBTOTAL $ 138,237 (5) Initial 6-month Economic Stimulus Allocation $ 14,207 (6) FY 77-78 10-1/2 month Sustainment Allocation 98,001 (7) FY 77-78 Reprogramming Allocation (2/78) 5,164 TOTAL (Agreement Payment Limit) $ 255,609 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject.to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpewer Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Initials: Stibgra"ntee Count yy D�t. 91; ILA SUSG LANT MODIFICATION AGREEMENT CETA Title II Subgrants) Number; 8 r 6 19 7- 1. Identification of Subvrant Agreement to be 'Modified. ?:umber: 28-619-4 Department: human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant :Modification Agreement %28-619-5 June 15, 1977 Effective Date of Subgrant :codification Agreement 11r28-619-6 November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgraatee: MARTINEZ UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 921 Susana Street, .Martinez, California 94553 3. Modification Date. The effective date of this Subgrant Modification Agreement is February 15, 1978 4. MModif_zatio^ Specifications. The Agreement identified above is hereby further modified as set forth in the ",Modification Specifications" attached hereto which are incorporated herein by reference. 5. Le-al Authority. This Subgrant :Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Sicnatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTFA COSTA, CALIFORNIA SUBGRANTEE 7 B By 14,-L Designee -JO A W. SEARLES, District Superintendent (Designate official capacity in public Reco=mehded by Hunan Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee WITNESS:0 i (Designate Official Capacity) By Carol L. Walsh, Notary (Form Aparoved by Couaty Counsel) Dice: -6/1/78 Mirrosiimed with board order 921 Susana Sue=t, martinez, CA 94553 MODIFICATION SPECIFICATIONS Number 2 8 9 7 In consideration of Subgrantee's agreement to add one (1) new job position to its CETT Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein., County agrees to increase the total amount payable to Subgrantee under the Agreement Pa;=eat Limit by an additional $ 5,788 County and Subgrantee agree, there— fore, to further modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Agreement, as previously modified, remain uncharged and in full force and effect: 1. Pay=ment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 68,401 to a new total of $ 74,189 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: " 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue & Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require— ments), page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), to read as follows: "Federal Register, Vol. 42, No. 201, Tuesday, October 18, 1977, as may be revised and amended; and which are incorporated herein by re=ereace." 4. Additional Assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs), pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to read as follows: of 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam—era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-931. of 16. To the extent possible, administrative staff shall be drawn from unemployed and underemployed persons [section 205(c)(200] ." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. Initials: tractor Count Dept. t.9 i} UJ MODIFICATIOU SPECIFICA'£IONS �j Number 2A J 7 6. Change in Program Specifications. Paragraph l.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CZ-TA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles Positions (:fan-Months) (Man-Months) Instructional Aide 1 12.0 -0- Library Assistant 1 3.0 -0- Maintenance Man I 1 3.0 -0- Typist Clerk 2 6.0 -0- Typist Clerk 3 46.5 34.0 Account Clerk 1 12.0 12.0 Instructional Aide 1 7.1 7.1" Initials: -7nw ntractor County) Dept_ -2- PROGP N11 BUDGET L� � Number 2 8 "' Q1 .9 " 7 I. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TERM 10/1/76-9/30/78 a. Cost Category (Federal Funds) (1) Participant images $ 53,781 (2) Participant Fringe Benefits 15,232 (3) Training -0- (4) Supportive Services -0- (5) Administration 5,176 TOTAL (Agreement Payment Limit) $ 74,189 b. Ead-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, prior to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ 2,015 (2) New Funds from County's FY 76-77 33,610 Federal CETA Title II Grant (`Sod. 701) (3) ':ew Funds from County's FY 76-77 -0- Federal CETA Title II Grant (:Sod. 702) Initial Title II SUBTOTAL $ 35,625 (4) Deobligation of Title II Funds For Transfer to Title VI* ($ 10,185 ) FY 76-77 Title II SUBTOTAL $ 25,440 (5) Initial 6-month Economic Stimulus Allocation $ 7,106 (6) FY 77-78 10-1/2 month Sustainment Allocation 35,855 (7) FY 77-78 Reprogramming Allocation (2/78) 5,788 TOTAL. (Agreement Payment Limit) $ 74,189 =This deobligated amount will be allocated by County for inclusion is a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the terns of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Initials: r bgrantee County Pept. t�' 4 PROGRAM BUDGET � Number 2 !Q� '-t7 o l .7 1. PSE Pro;ram Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allot:able program expenditures: AGREEMENT TERM 10/1/76-9/30/78 a. Cost Category (Federal Funds) (1) Participant Triages $ 53,781 (2) Participant Fringe Benefits 15,232 (3) Training -0- (4) Supportive Services -0- (5) Administration 5,176 TOTAL (Agreement Payment Limit) $ 74,189 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, rp for to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ 2,015 (2) New Funds from County's FY 76-77 33,610 Federal CETA Title II Grant (Mod. 701) (3) New Funds from County's FY 76-77 -0- Federal CETA Title II Grant 0: od. 702) Initial Title II SUBTOTAL $ 35,625 (4) Deobligation of Title II Funds For Transfer to Title VI* ($ 10,185 ) FY 76-77 Title II SUBTOTAL $ 25,440 (5) Initial 6-month Economic Stimulus Allocation $ 7,106 (6) FY 77-78 10-1/2 month Sustainment Allocation 35,855 (7) FY 77-78 Reprogramming Allocation (2/78) 5,788 TOTAL (Agreement Payment Limit) $ 74,189 This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all ti-, es, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Initials: grantee � ouN - ept. t 6�J e A GOVERNING BODY RESOLUTION RESOLVED, that the Martinez Unified School District, a Public Agency duly constituted and existing under the laws of the State of California, approves Agreement No. 28--619-7 with the County of Contra Costa for the term from 2/15/78 to 9/30/78 and that John W. Searles, District Superintendent of the Martinez Unified School District is authorized and directed to sign said agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. CERTIFICATE OF CITY CLERK OR SECRETARY I, JOHN W. SEARLES, do hereby certify that I am the duly elected, qualified and acting Secretary of the Martinez Unified School District Board of Education, that the fore- going is a full, true, and correct copy of a resolution duly adopted by, the -School Board of said Public Agency = 5/23/78, and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certi- ficate are true and correct. Executed at Martinez, California, on June 1, 1978. .� jV,-� JO W. SEARLES, Secretary Board of Education E:.l SLL} IS lli It�J! L. V,rA!-S �fr CA 94553 SUBGRANT MODIFICATION AGREEMENT (CETA Title II Subgrants) Number9 (7 y` 6 24 — 7 1. Identification of Subgrant Agreement to be Modified. Number: 28-624-4 Department: Human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA;Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement 7#28-624-5: June 15, 1977 Effective Date of Subgrant Modification Agreement 7#28-6244: November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: SAN RAMON VALLEY UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 699 Old Orchard Drive, Danville, California 94526 3. Modification Date. The effective date of this Subgrant Modification Agreement is February 15, 1978 4. Modification Specifications. The Agreement identified above is hereby further modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By BY✓C�1• .c Designee (Designate official capUcity .in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee WITNESS: -� ��. �.� y���✓u, (Designate/Official Capacity) By- (Form Approved by County Counsel) Date: Ni..........-......... ................ '.Iy'Cu^mizziart � .- • !�, iJ,;L `� Microfilmed r.:,th baa-rd order MODIFICATION SPECIFICYTIONS Number 28 - 624 - 7 In consideration of Subgrantee's agreement to add one (1) new job position to its CETA Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein, County agrees to increase the total amount payable to Subgrantee under the Agreement Payment Limit by an additional $ 6,203 County and Subgrantee agree, there- fore, to further modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Agreement, as previously modified, remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 65,322 to a new total of $ 71,525 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: if 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue b Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments) , page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), to read as follows: "Federal Register, Vol. 42, No. 201, Tuesday, October, 18, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Additional Assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs) , pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to read as follows: " 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam-era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-931 . if 16. To the extent possible, administrative staff shall be drawn from- unemployed and underemployed persons [section 205(c)(201)1 ." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. Initials: -- o �O Contractor County Dept. .-I- U � .03 MODIFICATION SPECIFICATIONS Number 2 V — 6 2 4 — S 6. Change in Program Specifications. Paragraph l.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles Positions (Man-Months) (Man-Months) Music Library Trainee 1 3.0 -0- Multilith Trainee 1 3.0 -0- Career Center Clerk 3 6.8 -0- Custodian 1 3.5 -0- Custodian 1 24.0 12.0 Grounds Trainee 2 29.2 23.2 Office Trainee 1 7.02 7.02" M Initials: /`�✓y - - Contractor County Dept. -2- �v MODIFICATION SPECIFICATIONS Number 2 8 — 6 2 4 — 7 6. Change in Program Specifications= Paragraph l.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only Job Titles Positions (Man-Months) (Man-Months) 11usic Library Trainee 1 3.0 -0- 11ultilith Trainee 1 3.0 -0- Career Center Clerk 3 6.8 -G- Custodian 1 3.5 -0- Custodian 1 24.0 12.0 Grounds Trainee 2 29.2 23.2 Office Trainee 1 7.02 7.02" Initials: /Z Contractor County Dept. -2- PROGRA.'•I BUDGET [�j QQ Number 8 - 624 - 7 1. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TERM 10/1/76-9/30/78 a. Cost Category (Federal Funds) (1) Participant Wages $ 51,143 (2) Participant Fringe Benefits 16,011 (3) Training 1,649 (4) Supportive Services -0- (5) Administration 2,722 TOTAL (Agreement Payment Limit) $ 71,525 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts CY specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, prior to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ -52434 (2) New Funds from County's FY 76-77 30,787 Federal CETA Tile II Grant (Mod. 701) (3) New Funds from County's FY 76-77 -0- Federal CETA Title II Grant (Mod. 702) Initial Title II SUBTOTAL $ 36,221 (4) Deobligation of Title II Funds For Transfer to Title VI* ($ 8,908 ) FY 76-77 Title II SUBTOTAL $ 27,313 (5) Initial 6-month Economic Stimulus Allocation $ 7,106 (6) FY 77-78 10-1/2 month Sustainment Allocation 30,903 (7) FY 77-78 Reprogramming Allocation (2/78) 62203 TOTAL (Agreement Payment Limit) $ 71,525 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Sub grantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Com, Initials: Subgrantee County Dept. z� �01 t RESOLUTION' INO. 105/77-73 RZ'SOLVEM, that San Ran, on Valley unified School District, a Public Agency duly and exisZinc, under the Laws of is e Stag^_ of California, approved Agreemient CD ,N-o. 28-624-7 with the County of Contra Costa for the term from February 15, 1975, through September 30, 1978, for administration and staff services to provide a C s , li Public Service Erz-m:oyme:t Program for CETA - eligible participants, and that Douglas Douglas, Director of Classified Personnel of San Ramon Valley -Unified School District, is autno-rized and directed to sign said agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. PASSED ANM ADOPTED by the following called vote this 19th day of June, 1978. AYES: Don Sledge, Jane Upp, Gregory McCoy, Michael Wahlig, Edward Best. NOES: None. ABS E 1.: fione. CERTIFICATE OF SECRETARY I, Allan J. Petersdorf, do hereby certify that I am the duly elected, qualified and acting District Superintendent, Secretary to the Board of Education of San Ramon Valley Unified School District, that the foregoing is a full, true and correct copy of a resolution duly adopted by the Board of Education of said Public Agency on June 19, 1978, and that said resolution is now in full force and effect. I declare under penalty of perjury that the matters set forth in the foregoing certificate are true and correct. Executed at Danville, California, on June 19, 1978. 4i Allan .i. r`'etersdor` Secretary of the Board of Education San Ramon Valley Unified School District. Contra Costa County, State of California �" .. •�'K�. �,f,,.; _ •'3•.�� _ f '!' ' YSe<aC ~'4/` `v ... �. .. �..+,- :rr.nw�w.._z.. fj 'v ti SUBGRANT MODIFICATION AGREEXENT (CETA Title II Subgrants) Number 2 8 - 614 - 7 1. Identification of Subgrant Agreement to be Modified. Number: 28-614-4 Department: Human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement x`28-614-5 : June 15, 1977 Effective Date of Subgrant Modification Agreement n28-614-6 : November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: BRENTWOOD UNION SCHOOL DISTRICT Capacity: Public Agency Address: 250 First Street, Brentwood, California 94513 3. Modification Date. The effective date of this Subgrant Modification Agreement is February 15, 1978 4. Modification Specizicaric-i-- The Agreement identified above is hereby further modified a& set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE % 1 By6&4 By Desionee i (Designate offs al capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing executi � o this Agreement) T `l Designee WITNESS: \ (Desi nate Offici 1 Capacity) By (Form Approved by County Counsel) Date: 6;12/7-9;- 0 id's 3 A-aoii6m d wilh board ordef MODIFICATIO`T SPECIFICATIONS Number 28 - 614 - 7 In consideration of Subgrantee's agreement to add one (1) new job position to its CETA Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein, County agrees to increase the total amount payable to Subgrantee under the Agreement Payment Limit by an additional $ 6,605. . County and Subgrantee agree, there- fore, to further modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Agreement, as previously modified, remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 46,688 to a new total of $ 53,791 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: it 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue & Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), to read as follows: "Federal Register, Vol. 42, No. 201, Tuesday, October 18, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Additional Assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs), pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to reaj as follows: It 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam-era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-931. to 16. To the extent possible, administrative staff shall be drawn from unemployed and underemployed persons [section 205(c)(200] ." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. Initials: Contractor County Dept. -1- MODIFICATION SPECIFICATIONS Number 28 - 614 - 7 6. Change in Program Specifications. Paragraph l.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Titles Positions (Man-Months) (Man-Months) s Teacher 2 6 -0- Teacher 1 21 12 Secretary 1 3 -0- Secretary 1 18 12 Custodian 1 3 -O- Teacher-Counselor 1 7 7" Initials: Contractor County Dept. -2- i j PROGRAM BUDGET .,r Number 14 I. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TER24 10/1/76-9/30/78 a. Cost Category (Federal Funds) (1) Participant Wages $ 44,093 (2) Participant Fringe Benefits 8,742 (3) Training -0- (4) Supportive Services -0- (5) Administration 458 TOTAL (Agreement Payment Limit) $ 53,293 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written approval from County's Manpower Program Director, or her designee, prior to making any expenditures under this Agreement which exceed the above line item-budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ 9I1 (2) New Funds from County's FY 76-77 26,458 Federal CETA Title II Grant (Mod. 701) (3) New Funds from County's FY 76-77 -0- Federal CETA Title II Grant (Mod. 702) Initial Title II SUBTOTAL $ 27,369 , (4) Deobligation of Title II Funds For Transfer to Title VI* ($ 3,453 ) FY 76-77 Title II SUBTOTAL $ 23,916 (5) Initial 6-month Economic Stimulus Allocation $ 3,358 (6) FY 77-78 10-1/2 month Sustainment Allocation 19,414 (7) FY 77-78 Reprogramming Allocation (2/78) 6,605 TOTAL (Agreement Payment Limit) $ 53,293 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan -on file with County's Manpower Project Office at all times, in the forts and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. Initials: Subgranteq, , gounty)Dept. • BRENTWOOD UNION SCHOOL DISTRICT BRENTWOOD SCHOOL DISTRICT OFFICE - GARIN SCHOOL EDNA HILL SCHOOL TEL. 634-3408 TEL. 419/634-1168 TEL. 634-354e 250 FIRST STREET BRENTWOOD. CALIFORNIA 94513 BOARD RESOLUTION 15 - 78 THE BOARD OF TRUSTEE'S, BRENTWOOD UITION SCHOOL DISTRICT, hereby resolves to continue under contract with the County of Contra Costa to participate as a subgrantee in the C.E.T.A. Title II P.S.E. Program. Furthermore, the Board appoints William B. Bristow, District Superintendent, as their authorized representative on all actions concerning this program. Ages.- Nayes: Ci Absent: Certified: Date LP 7 Signed: 'Rqy, Gurjky, President Board of Trust4e' Brentwood Union School District SUBGRANT MODIFICATION AGREEMENT (CETA Title II Sub-rants) Number 9 2 8 6 22 1. Identification of Subgrant Agreement to be :codified. Number: 28-622-4 Department: Human Resources Agency Manpower Project (formerly Civil Service) Subject: Administration and staff services to provide a CETA Title II Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: October 1, 1976 Effective Date of Subgrant Modification Agreement Y 28-622-5: June 15, 1977 Effective Date of Subgrant Modification Agreement Y 28-622-6• November 13, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: ORINDA UNION SCHOOL DISTRICT Capacity: Public Agency Address: 8 Altaririda, Orinda, California 94563 3. Modification Date. The effective date of this Subgrant :codification Agreement is February 15, 1978 < 4. Modification Specifications. The Agreement identified above is hereby further modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title II of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); 29 USCA Sec. 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRN COSTA, CALIFORNIA SUBGRANTEE. BY BY Designee (Designate offivial capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) BY J Designee WITNESS: Superintendent (Designate Official Capacity) B y i 'J1! C��l/_t�,{`� F (Form Approved by County Counsel) Date: (t ,iCrofilmed with board order 1t! ' oo r MODIFICATION SPECIFICATIONS Q Number 2 S 6 02 2 7 In consideration of Subgrantee's agreement to add one (1) new job position to its CETA Title II Public Service Employment (PSE) Program on or after February 15, 1978, and to hire and employ eligible Title II participants to keep said job position filled through September 30, 1978, under the Subgrant Agreement identified herein, County agrees to increase the total amount payable to Subgrantee under the Agreement Payment Limit by an additional $ 7,500County and Subgrantee agree, there- fore, to further modify the Subgrant Agreement.identified herein, as specified below, while all other parts of said Agreement, as previously modified, remain unchanged and in full force and effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby further modified, effective February 15, 1978, by increasing the amount of the payment limit specified therein from $ 120,378 to a new total of $ 127,878 2. Possessory Interest. The General Conditions of the Subgrant Agreement are hereby modified by adding a new Paragraph 23., to read as follows: it 23. Possessory Interest. If this Subgrant Agreement results in the Subgrantee having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Agreement results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Subgrantee may be subject to the payment of property taxes levied on such interest. Subgrantee agrees that this provision complies with the notice requirements of Revenue & Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute." 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions, is hereby further modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), to read as Federal Register, Vol. 42, No. 201, Tuesday, October 15: 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Additional Assurances. Part B. (Additional Assurances Relating to Public Service Employment Programs), pages 3 through 5 of the Assurances and Certifications, is hereby modified by adding two (2) new provisions, to read as follows: It 15. Subgrantee will take appropriate steps to provide for the increased participation of qualified disabled veterans and qualified Vietnam-era veterans who are under 35 years of age. And, in filling public service jobs, Subgrantee shall give special consideration to special veterans and shall exercise maximum efforts to design jobs and job training opportunities for veterans who have received other than a dishonorable discharge within four (4) years before the date of their application [section 305(a) of P.L. 95-93]. It 16. To the extent possible, administrative staff shall be drawn from unemployed and underemployed persons [section 205(c)(201)]." 5. Further Program Budget Revision. The Program Budget, as modified, is hereby deleted and further replaced, effective February 15, 1978, by a new, substitute Program Budget, which is attached hereto and incorporated herein by reference. i Initials: Contrzctor CountV Dept. -1- MODIFICATION SPECIFICATIONS Number 2 (J 6 :22 — i 6. Change in Program Specifications. Paragraph I.a. of the Program Specifications, as modified and set forth in Paragraph 1. (Program), page 1 of the Program Operating Plan, is hereby deleted and further replaced by a new, substitute provision, showing the cumulative listing of Job Titles for the entire extended term of this Subgrant Agreement (from October 1, 1976, through September 30, 1978), and adding one (1) new CETA Title II PSE job position on or after February 15, 1978, to read as follows: Total FY 77-78 Lumber Duration of Employment of Job Employment Only "a. Job Titles Positions (Man-Months) (Man-Months) Custodian 4 9.0 -0- Groundsman 1 3.0 -0- Naturalist 1 3.0 . -0- Utility Worker 1 3.0 -0- Maintenance Mechanic 4 31.0 12.0 Maintenance Craftsman 1 24.0 12.0 Maintenance Trainee 2 21.5 12.0 Account Clerk 1 24.0 12.0 Duplicating Clerk 1 14.0 12.0 General Maint. Worker 1 6.77 6.77" . Initials: / �. ohtrac�a County/Dept. -2- 's • , PROGRAM BUDGET G Number Imo+ V — 6224 — 7 1. PSE Program Budget. Subgrantee shall conduct its CETA Title II Public Service Employment Program under this Agreement in accordance with the following budget of allowable program expenditures: AGREEMENT TER.K 10/1/76-9/30/78 a. Cost Category (Federal Funds) (1) Participant Wages $ 97,591 (2) Participant Fringe Benefits 28,437 (3) Training -0- (4) Supportive Services 1,850 (5) Administration -0- TOTAL (Agreement Payment Limit) $ 127,878 b. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained written. approval from County's Manpower Program Director, or her designee, rp for to making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee under this Agreement are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Carry-Over Funds from Subgrantee's FY 75-76 CETA Title II Subgrant Agreement $ _4,619 (2) New Funds `-rm County's FY 76-77 57,443 Federal CETA Title II Grant (Hod. 701) (3) New Funds from County's FY 76-77 514 Federal CETA Title II Grant (Mod. 702) Initial Title II SUBTOTAL $ 62,576 (4) Deobligation of Title II Funds For Transfer to Title VI* ($ 4,765 ) FY 76-77 Title II SUBTOTAL $ 57,811 (5) Initial 6-month Economic Stimulus Allocation $ 7,106 (6) FY 77-78 10-1/2 month Sustainment Allocation 55,461 (7) FY 77-73 Reprogramming Allocation (2/78) 7,500 TOTAL (Agreement Payment Limit) $ 127,878 *This deobligated amount will be allocated by County for inclusion in a CETA Title VI Subgrant Agreement between County and Subgrantee to be executed after January 1, 1977, for use by Subgrantee in conducting a new CETA Title VI Public Service Employment Program. 3. Monthly Expenditures. Expenditures under the above budget shall be subject to Subcrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project _ Office at all times, in the form and manner prescribed by County - and Subgrantee shall comply with said PSE Program Plan. �' ! Initials: ! ubgr'an ee Count 3� Dept. 1 BOARD OF TRUSTEES OF ORINDA UNION SCHOOL DISTRICT OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Authorized Signatures RESOLUTION 2865 for Governmental Agencies WHEREAS: Governmental agencies need assurance that properly authorized signatures appear on contracts and other required agreements, BE IT RESOLVED that these agencies be informed that the following individuals have been duly authorized to sign all legal documents normally requiring an authorized school district signature: William W. Fisher Superintendent William D. Grafft Assistant Superintendent, Instructional Services Quentin R Taylor Assistant Superintendent, Business Services PASSED AND ADOPTED by the Board of Trustees of the Orinda Union School District at a meeting of said Board held on the sixth day of May , 1974, by the following vote, to wit: AYES: DinkeIspiel, Landers, Rosenberg, Wallace NOES: None ABSENT: Boreto • 1 HEREBY CERTIFY that the foregoing resolution was duly and regularly introduced, passed, and adopted by the Board of Trustees of the Orinda Union School District on the sixth day of May 1974. Clerk of the BBoard of Trustees of Me Orinda Union School District VERIFIED SIGNATURES: �.r i In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 M In the Matter of Request from Dacus Development Co. for refund of building permit fee. The Board having received an April 14, 1978 letter from the Dacus Development Company, Route 1, Box D-308, Byron, California 94514, requesting that the Board authorize a full, rather than partial, refund of building permit fees issued for Lot 43 in Tract 4086 at Discovery Bay; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Director of Building Inspection for report. PASSED by the Board on April 25, 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. cc: Director of Building Witness my hand and the Seal of the Board of Inspection Supervisors Director of Planning affixed this25th day of April 19 78 County Administrator Mr. Gerald Dacus J. R. OLSSON, Clerk i Deputy Clerk Maxine M. Ne f d H-24 4/77 15m RECEIVED April 111: 1978 J. R. OLSSON CLERK BOARD OF SUPERVISORS CO. .Dep�tY By--• M-. Ja:mea R. Olson, Clear Board of Supervisors; 651 Pine Street Martinez, Califo=.is 94553 Dear-Mr. Olsson, On February 10, 1978, Dacus Development Company obtained a building permit fog Lot. 43 in Tract 4086. at Discovery Bay. (Permit 1100 61937) On February 17, 1978, it wasdiscovered that there is a 15 foot side _ yard set back. This means; that the- plot plan submitted enould not have been approved because the plot plan indicated a 13 foot side yard set back. Because: of this o7er,9dght, coupled with the fact that according to Tony Brunno, the Variance procedure ta.'ses mon- h&.. I requested a full refund to Dacus Development. Co. for- the cost of the building permit in the amo-mt, of $323.00. On April 6, 1978, ?-.r•. larry Gunn authorized a partial refund of $216,50. However, because the cv=ty is at fault, I am appealing to the Board of Supervisors for` full refund balance. Th2nk you for your cooperation, Sincerely, 6— Gerald Dacus Dam Development Company Route 1 Boa D-308 Byron, California 911514 GD/ma e 17 L/ r_n<„-�. A.ticrofiltnt3cJ With beard order } r In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 Z_$ In the (Hatter of Certificate of Appreciation to Frank Wootten, Oakland Tribune Reporter On the recommendation of Supervisor W. N. Boggess, IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute a Certificate of Appreciation to Air. Frank Wootten, Oakland Tribune Reporter, for his candid and accurate reporting of county government affairs and congratulating him on his being named recipient of the 1977 Contra Costa County Press Award in the "beat coverage" category. PASSED by the Board on April 25, 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. cc: County Administrator Witness my hand and the Seal of the Board of Supervisors affixed this 25thday of atsi 1 19-7-a. J. R. OLSSON, Clerk By ��[��L ti �� Lz Deputy Clerk r� Jeanne 111aglio r, H-24 4177 15m �S�T.- 3 In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 7$ In the Matter of Authorizing Execution of Agreement with Professional Examination Service for Testing Services for Civil Service Examinations. An agreement dated April 25, 1978 having been presented to the Board between the County of Contra Costa and Professional Examination Service which provides for written test material for a Civil Service examination in the class of Assistant Chief Clinical Laboratory Technologist under terms and conditions as more particularly set forth in said agreement; and and On the recommendation of the Director of Personnel and the Civil Service Commission, IT IS BY THE BOARD ORDERED that aforesaid agreement is hereby APPROVED and Supervisor Robert I. Schr o der, Chairman, is AUTHORIZED to execute✓ same on behalf of Contra Costa County. * - Passed by the Board on April 25, 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. Original; Civil Service Witness my hand and the Seal of the Board of cc: Auditor-Controller Supervisors County Counsel Administrator affixed this 2 5th day of Anri 1 19 7 Professional Examination Service (2) c/o Personnel J. R. OLSSON, Clerk BI► -iii �r- ��- 7� , Deputy Clerk Jamie V. Johnson H-24 4/77 15m ��, 00 Agreement by and between Professional Examination Service (incorporated under the laws of Missouri), of 475 Riverside Drive, New York, New York 10027 (hereinafter called the Service), and Cnntra Costa County Contra Costa County Civil Service Department whose address is P-0- Rnw 791 ,Martinaz0 Cal i fnrni a 94551 (hereinafter called the Second Party). The Service has prepared certain Items and Examinations intended to be • used for the purpose of testing and evaluating the knowledge and ability n of individuals in various health and health-related fields and has de- � { veloped procedures for scoring and analyzing responses thereto. Addi- tionally, the Service provides various Consultation Services. The Second Party desires to have one or more of the Services of the Ser- vice made available to the Examining Agency hereinafter specified, and the Service is willing to-make such Examinations, Items and Services so available in the manner and on the terms hereinafter set forth. A. The following Services are available under this contract for the fees specified; ' 1. Standard E=xamination. $300 each for one reproducible copy A Standard Examination is an existing complete Examination in the files of the Service. The Examining Agency will provide the Service with specifications (and other information, if available) h1 ' �,oi �m�: t+,.•'h U_.Zrd order which describe the position for which an Examination is requested. If, after inspection of the Examination requested, the Examining Agency has a need for -additional Items, the Service upon request of the Examining Agency will provide, at one time, one copy of a group of Items not exceeding 15% of the total -number of Items in the Standard Examination to enable the Examining Agency to modify or restructure the Examination. This Service is made available on the explicit understanding that the individual questions will be used by the Examining Agency only in the particular Examination ordered. One copy of the modified or restructured Examination will be provided by the Examining Agency to the Service. 2. New Examinations. . . . $1,000 each for one reproducible copy A I. A New Examination is a complete Examination of not more than 125 items compiled by the Service from its item bank to fit an Examining Agency's individual job specifications. The Service will determine the appropriate length and content of the Examination based upon the Examining Agency's specifications for the position. If, after inspection of the Examination, the Examining Agency hae a need for additional Items, the Service upon the request of the Examining Agency Mill provide, at one time, one copy of a group of Items not exceeding 15% of the total number of Items in the Exam- ination to enable the Examining Agency to modify or restructure the Examination. This Service is made available on the explicit understanding that the individual questions will be used by the Ex- amining Agency only in the particular Examination ordered. One co- py of the modified or restructured Examination will be provided by - 2 - tj"� f�.:.7 the Examining Agency to the Service. In the event the Examining Agency, after receipt of a New Examination and after receipt of additional Items as described above, desires the Service to make further changes in the r Examination, such changes will be made by the Service on a negotiated basis. 3. Items. . . . Minimum Order $250.00 A (for 15 Items for a single Examination) Additional Items, per Item $ 15.00 A Groups of Items ordered at one time for use by the Examining Agency in addition to those Items provided in accordance with Section A, 1 and 2 above. r 4. New Items. . . . . . Sole Ownership by Examining Agency j - $150.00 per Item A Use Only - $ 75.00 per Item A Construction of new Items to fulfill a specific need of an Examining Agency. 5. Item Analysis. . . Minimum (for 120 Items, 125 Candidates) $175.00 A Each additional Item $ 0.25 A Each additional Candidate $ 0.50 A Answer keys must accompany Service-provided answer sheets. 6. Scoring of Candidate Answer Sheets. . Minimum $100.00 per Examina- A tion @ $1.00 per Candidate Score reports will include number of questions answered correctly, percent correct and normative data. Answer keys must accompany Ser- vice-provided answer sheets. U a'1J - 3 - 7. Printini; and Compilation of Examination Booklets . . . . . . . . 50 Booklets - $50.00 d 100 Booklets - $75.00 D over 100 Booklets - As Negotiated D g. Consultation. . . . . . . . . . . . . . . . . As Negotiated d Including: a) Validation Methodologies Empirically based methodologies for the determination of job relatedness Criterion-Related Validation Studies _ Evaluation to determine cultural bias ' b) Task Analyses c) Structured Oral Interview ' d) Review of Examinations or Items constructed by the Examining Agency r • 9. Review of Service-Constructed Examinations. . . . . . . . . $300.00 A The Service will either provide a replacement Standard Examina- tion or revise the reviewed Examination with up to 25% replacement questions as required. The service assumes no responsibility after two (2) years for the content of Examinations constructed by it. Review and revision as necessary will be accomplished by the Service at the request of the Examining Agency. 10. Appeals. . . . . . . . . . . . . . . . . . . . . . . . No Charge A In the event of an appeal concerning any Examination question or in the event of any legal process relating to any Examination furnished to the Examining Agency by the Service, the Service shall - 4 - ,p7-i n t-4/ provide a concise written explanation of the answer keyed as cor- rect for any question originally prepared by it, but only provided that the examinee in question has answered correctly one half or more of the questions in the Examination. This explanation constitutes the sole obligation of the Service in regard to the appeal or legal process. B. Ownership of Examinations and Items The Second Party agrees that (a) all Examinations including Stan- dard, New and Revised Examinations and the contents thereof, and Items (excluding new Items procured on a sole ownership basis) furnished or reproduced pursuant to this Agreement shall be and remain the property of the Service and shall be kept by the Examining Agency in a safe place, under lock or seal, at all times, except in connection with the . actual administration of an Examination on the basis thereof, or; in the case of Items, while an Examination is being constructed; (b) no person shall be permitted to leave the room in which such an Examina- tion is being administered without first surrendering to the person administering such Examination all Examination Booklets and answer sheets in his possession; and (c) all Examinations and Items will be returned to the Service not later than the end of this Agreement, except that a Master Copy of an Examination may be retained until the expiration of the legal period of inspection and only for that pur- pose. The Second Party also agrees that this Agreement is personal to it and to the Examining Agency, and that it will not assign or trans- fer to anyone, or permit any other agency, organization, entity, or person to have the benefit or avail of, any rights, privileges, or - 5 - 0 0,12 1 • benefits of the Second Party or the Examining Agency hereunder, or attempt or purpoit so to do. C. Limitation on Services Required The Service shall not be required to furnish any Examinations or Items under this Agreement; (a) if at the time of a request for a Standard Examination the Service shall not have prepared an Examination that in its judgment (which shall be final) reasonably complies with the specification of subject-matter contained in or accompanying a request therefor; or, (b) if at the time of a request for existing Items the Service shall not have developed Items which in its judgment (which shall be final) meet the specifications of subject matter con- tained in the request therefor. D. Retention of Examinations or Items In the event the Examining Agency wishes to retain Examinations and Items for its use in succeeding contract years, the fees will be 507 of the fee for specific services charged under the immediately preceding Agreement with a minimum fee of $300.00. The retention fee for Examinations and Items delivered subsequent to the first six (6) months of this Agreement will be reduced by 507. for the immediately following year. All Examinations and Items are to be returned to the Service or destroyed by the Examining Agency no later than five (5) years after initial receipt. A statement will be provided by the Examining Agency certifying as to the destruction of any Items or Examinations. E. Schedule of Payments The Second Party further agrees to pay to the Service: The total sum of Dollars ($ } on 19 The sum of Dollars ($ ) monthly quarterly on 19 , and a like sum semi-annually annually thereafter during the period of this Agreement. Of this amount, $ is in payment for the use of materials supplied under previous contracts. The Examining Agency will be advised at the time of completion of each order of the charges for that Service, in accordance with the fees : listed in Section A of the Agreement. In the event that the total amount of service required by the Examining Agency-during the period of the Agreement exceeds the amount paid by the Second Party, the Second Party shall pay an additional amount to the Service in accordance With the fees listed in Section A of the Agreement. Any unexpended balance will be applied against the fee for the succeeding Agreement. F. Designation of Examining Agency The Examining Agency referred to in this Agreement is Contra rostra rounty Civil Service Department G. Period of Agreement The period of this Agreement shall be: year(s), commencing on May 1 I9_ _- R. Delivery of Agreement This Agreement is delivered to and executed by the Service in the State of New York, and shall be governed by and construed in accordance with the laws of said state. I. Indemnification Recognizing that the Service acts as agent for the Second Party in connection with the services to be performed pursuant to this Agreement, the Second Party hereby indemnifies and holds harmless the Service, its officers, employees and agents from any and all liability, loss or damage which may be suffered directly or indirectly by any Third Party as a result of claims, demands, costs or actions arising from the per- formance of this Agreement. • J. Special Arrangements Part E is not applicable Second Party is to be billed upon assignment by the Service of a standard examination for review. IN WITNESS WHEREOF, the parties have executed this Agreement as of the 25th day of April 1974 EXECUTIVE VICE By: J tir__-;7 Title: (Profes amination Service) Ey: / Title: Chairman, Board of Supervisors (Second Party) R. I. Schroj - 8 - Execution of the foregoing Agreement by the Second Party therein named is hereby authorizoved this 25th day of April 19 78 - 19Title:. Chairman, Board of Supervisors ...-.. R-1. Schroder r - 9 r In the Board of Supervisors of Contra Costa County, State of California April 25 19 78 In the Matter of Review of Applications by a Screening Committee for Appointment to the Mental Health Advisory Board ,.�ervisor W. N. Boggess, Chairman of the Internal Operations Committee, having commented on the method of selecting members to the Contra Costa County Mental Health Advisory Board, recommended that the Board utilize for a one-year period. the procedure (approved by the Board on May 31, 1977) which provides for a six-member screening committee composed of two representa- tives from the Mental Health Advisory Board, ,two representatives from the Mental Health Association of Contra Costa County, and two citizens at-large; and Supervisor J. P. Kenny, a member of the Internal Operations Committee, having expressed disagreement with Supervisor Boggess for the reason that he believed the present method of selec- tion to be satisfactory; and Supervisor Boggess having pointed out that there will be several scheduled vacancies on said Advisory Board at the end of May, and that it is the responsibility of the Board to fill these vacancies as soon as possible, and having recommended that each Board member submit the name of his nominee to the Internal Operations Committee for consideration in the selection of the two at-large members of the screening committee; and Board members- having discussed the matter, IT IS ORDERED that the recommendations of Supervisor Boggess are APPROVED. PASSED by the Board on April 25, 1978 by the following vote: AYES: Supervisors N. C. Fanden, Ifarren N. Boggess, Eric H. Hasseltine, Robert I. Schroder NOES: Supervisor J. P. Kenny ABSENT: none I hersby ceeiry that the foregoing is a tris and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Witness my :land and tlha Seal of the Board of cc: Internal Operations Cte. Supervisors Human Resources Aa-ency affixed this 25th day of April To 78 Mental Health Advisory Board .f. R. OLSSON, Clark Mental health Association_ County Administrator gy Deputy Cleric P.I.O . M. Vannucchi H-244/7715m i, In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 7 In the Matter of Expressing Opposition to Relaxing Water Quality Standards in the Delta and Turning Jersey and Sherman Islands into Wetlands . Supervisor E. H. Hasseltine having commented on a recent article in the ANTIOCH DAILY LEDGER indicating that the U.S. Army Corps of Engineers is considering acquiring and turning into wetlands Jersey and Sherman Islands in the Sacramento-San Joaquin Delta and relaxing water quality standards in the Western Delta; and Supervisor Hasseltire having recommended that letters be sent to members of the County's Congressional Delegation, State Legis- lators , the Assistant Secretary of the Army and the U.S. Army Corps of Engineers expressing strong opposition to the aforesaid plan; and Board members having discussed the matter, and Super- visor N. C. Fanden having recommended also sending letters to the Board of Supervisors and Mayor George Mascone of the City and County of San Francisco; IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tions are APPROVED, the Public Works Director is INSTRUCTED to prepare said letters and the Chairman is AUTHORIZED to execute same. PASSED by the Board on April 25, 1973. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc : Public :corks Director Witness my hand and the Seal of the Board of County Administrator Supervisors affixed this 2c;th day of Arril 19 79 J. R. OLSSON, Clerk By 1 -�:�'n , Deputy Clerk H 24 12/74 • 15-M A. Jq�se4i 0 ) `2 6 C C In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Letter from Secretary-Treasurer, Central Labor Council of Contra Costa County. The Board having received an April 10, 1978 letter from Mr. Tony Cannata, Secretary-Treasurer, Central Labor Council of Contra Costa County, stating that the Council voted to condemn the Board of Supervisors for allegedly forcing the Fire Fighters to accept a contract after agreeing to fact-finding; IT IS BY THE BOARD ORDERED that the aforesaid letter is REFERRED to the Director of Personnel for response. PASSED by the Board on April 25, 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. cc : Mr. Tony Cannata Witness my hand and the Seal of the Board of Director of Personnel Supervisors County Administrator affixed this 25th day of April 1978 J. R. OLSSON, Clerk By �D'.-��✓ . Deputy Clerk N. Pous 0 H-24 4/77 15m JAMES E.CAWARESE,President TONY CANNATA, - reasurer .AMIN COURT. �} f f4CK YiIIIT. fTEEI OIL OIL OIL �tLlAE� CN(YrCAI i 1Yj �mica } uTart. . d(wu� cAwuuo Ce t 'F Labor Council of Contra sta County (AFL-CIO) -\ CAD" Affiliated with the �F` I:= RICAN F�ERATION OF LABOR AND CONGRESS OF INDUSTRIA ANIZATIONS IFORNIA LABOR FEDERATION,AFtd �\ ACAIruE OFFICE HOURS:9-12 A.M.,1•SP.M. ts917 ALHAMBRA AVENUE,SUITE H s � " �= Mee .Eirstan�}drdWednesday TELEPHONE'(415)ZV)161 `` ti/ •LATUA CC"" MARTINEZ,CAUFORNIA64M Apn,l 10, 1978 RECEIVED i Ucuutabbte Robeht Sc todeA APR /,fir 1978 MembBoand o6 SupeAviAou J. R. OLSSON County o6 ContAa Coata CLERK BOI OFSUPERVISORS .._ SUPERVISORS TA CO. P. O. Box 911 a _ __.De Mated ez, Caei,6o4ni.a 94553 Deax Cha,ihman Sch&odeA and Soand Membeu The Centut Labot Councie at .cta meeting o6 ApkiZ 5th voted unandmouatCy to condemn the Boand o6 Supelcvibou bon aAbitwL i t y Aonc i.ng the Fite F.ightenAa to accept a contkact they arse unhappy with a6teA agnee,i.ng to 6ae t-6.ind i.ng. The pubti.c ahoutd be toed the BoaAd agreed to 6act-6.cnding, but on thein own tehma auui not in accordance with theiA own Ohdinanee. The Board wanted to change the ruted .in the m-idd2e o6 the game. Thiz .is a eats e o6 bad-6aith on the pate t o6 the Boated. We ask, why i,6 .it neeeaaany to IUAe a pno6e s onat negotiatoA when we have competent ata66 peuonnet to handte the negoti.ati.on4? 16 they ane not eapabite then tet u3 h.ine new peuonnet. The Union doun't lune pro6eaz onat A, why ahouPd the Cowity? We "k the Board to .het the pubZi.c know the coat o6 a pxo6us iotwt negotcaton. OuA gueaa iz tat the coat could have juat about paid bon what the FiAe F.ightera were aak.ing. Fina.0 y we ask, why do ea the County 6 eax bac t-6.inding as oute fined by the County OncUita zce? SinceAe.2y, Toiuj Ccuuurta. Seeneta.,.y-TteaauAet 1 ope 29, c.Cc/a6t-c,i.o In the Board of Supervisors of Contra Costa County, State of Californian Al2-ri T- 2 1; , 19 7.&- In the Matter of Overall Economic Development Program Committee. The Board having received an April 12, 1978 letter from Mr. James M. Buell, City Administrator, City of Brentwood, requesting the Board to appoint Mr. Douglass W. Harmer (Mrs. Barbara J. Guise as his alternate) to the Overall Economic Development Program Committee inasmuch as the City' s representative position is vacant; IT IS BY THE BOARD ORDERED that the City of Brentwood' s representative position on the Overall Economic Development Program Committee is DECLARED vacant, receipt of the aforesaid nominations is ACKNOWLEDGED, and the policy governing Boards .and Commissions is APPLIED. PASSED by the Board on April 25, 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 dote aforesaid. Witness my hand and the Seal of the Board of CC: City of Brentwood Su ervisors Overall Economic Developmer ,xed this 25th day of April Y 19 78 Program Committee via Planning t Director of Planning J. LSSON, Clerk County Auditor-Controller B Deputy Clerk County Administrator y Public Information Officer Ronda Amdahl H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California April 25 , 1978 In the Matter of Hearing on Appeal of Ms. Erma D. Moura from Action of the San Ramon Valley Area Planning Commission on Application for M.S. 247-77, Tassajara Area. The Board on Apri]. 11, 1978 having continued to this date the hearing on the appeal of Ms. Erma D. Moura from San Ramon Valley Area Planning Commission denial of application for Minor Subdivision 247-77 to divide 37 acres into three parcels in the Tassajara area; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that the Commission's denial of the application was based upon: not consistent with the San Ramon Valley General Plan; land not physically suitable for the type of development; land not suit- able for the proposed density; not consistent with lot sizes in the area; adverse effect on agricultural lands in the vicinity as well as the property itself; and that subdivision of property prior to completion of the Tassajara Area Study would be premature; and Mr. William Struthers, attorney representing the applicant, having stated that the property site is not economically feasible for agricultural purposes and that the proposal is in compliance with the County General Plan and with similar parcels in the area; and Supervisor E. H. Hasseltine having expressed concern with respect to the steep hillside topography, having stated that in his opinion further subdivisions of land should not be permitted until the area study has been completed, and therefore having recommended that the appeal of Ms. Moura be denied and the decision of the San Ramon Valley Area Planning Commission and its conclusions be upheld; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED and the Board makes the following findings: (a) that the proposed application is not consistent with the San Ramon Valley General Plan and (b) that the site is not physically suitable for the type and density of development proposed. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Ms. Erma D. Moura Supervisors Mr. William Struthers affixed this Lyth day of April 1978 Director of Planning q J. R. OLSSON, Clerk sy Deputy Clerk Vera Nelson H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California April 25 ' 19 78 In the Matter of Proclaiming April 30 — MaY. 7, 197 Soil Stewardship Week in Contra Costa County. IT IS BY THE BOARD ORDERED that April 30 — May 7, 1978 is hereby proclaimed as SOIL STEWARDSHIP WEEK in Contra Costa County. PASSED by the Board on April 25, 1978. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Administrator Supervisors Public Information affixed this 25thday of April 1978 Officer J. R. OLSSON, Clerk By Deputy Clerk N. Pous U 04 H-24 4/77 15m 1 In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Executive Session. At 10:22 a.m. the Board recessed to meet in Executive Session in Room 108, ;.'ounty Administration Building, Martinez, California to discuss labor relations (pursuant to Government Code Section 54957. 6) and possible litigation. (Supervisor J. P. Kenny left the meeting at this time and was not present during the Executive Session). At 11:10 a.-n. the Board reconvened in its Chambers and adopted the following order relating to firefighter strike activities: matter of record 1 hereby certify that the foregoing is a true and correct copy of altentered 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 25th day of April 1978 J. R. OLSSON, Clerk By Deputy Clerk ifar3 rang t�i•� YrF••k H-24 4/77 15m r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS BOARD OF DIRECTORS OF THE CONTRA COSTA, MORAGA, ORINDA, RIVERVIEW AND WEST COUNTY FIRE PROTECTION DISTRICTS In the matter of ) Firefighter Strike ) ORDER Activities. ) April 25 , 1978 The County Administrator having declared a strike emergency on March 9, 1978 due to massive work absences by firefighters of the Fire Districts, pursuant to which the provisions of Resolution 77-680 became applicable respecting such Fire Districts; and the County Administrator's declaration having been ratified and adopted by this Board on March 14, 1978. IT IS BY THIS BOARD ORDERED: The declaration of strike emergency and implementation of Resolution 77-680 is terminated, but the provisions of Resolution 77-680 shall continue to govern respecting all matters covered there- under and occurring between March 8, 1978 and this date, including but not limited to all pending claims for use of sick leave credits. PASSED on April 25 , 1978 unanimously by the Supervisors present. I certlf3' that TIi?ED COPY this fs a full, tfte or't;in:rf ,l�.r,,: true & correct co aMl tfr•: lr'it chir;rn� file in jp . PY o/ Fonerri•�,t ' ' , S office, AWW/J tE,e f by the I3oarQ o) Cferl: 1., . ''.. ' •_: California. cn br LePutc' C:cti.. :: if ud of . Cor,nty Supen•I:,o::r cc: United Professional ig on ?.. 1978 Firefighters , Local 1230 "Ory Craig Fire Districts (5) Chief, Employee Relations Director of Personnel County Administrator County Auditor-Controller [.3 �6},,..� if ; ( -N THE BOARD OF SUPERVISOE OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA • In. the Matter of Proposal) to Lease Vacant Site, ) April 25, 1978 Buchanan Field. ) The Board on April 18, 1978 having referred to the Contra Costa County Aviation Advisory Committee the recommendation that the Manager of Airporus be authorized to arrange to lease (for short-term occupancy) the vacant Burgess lease site at Buchanan Field Airport; and The Aviation Advisory Committee having reported that it had met on April 18, 1978 and considered the matter and had approved the concept of a short-term lease of the former Burgess Mobile Home Sales site located on the west side of Buchanan Field;. and Mr. Gary Grover, a tenant at the airport and representing the Buchanan Field Fixed Base Operators Association, having appeared and presented a letter written by Mr. Richard Rockwell, Attorney for the Fixed Base Operators Association, urging that the proposal to authorize -a short-term lease for said site be- denied inasmuch as leasing the Burgess site for an*aviation-oriented . activity even for a short term would have an adverse effect on holders of master leases at Buchanan Field; that the Fixed Base Operators do not object to the site being used for an industrial (non-aviation) lease, but that if the said site is leased for avia- tion purposes, the Fixed Base Operators Association would consider commencing legal action to maintain the integrity of their long- term Ieages: and Mr. Vernon Cline, Public Works Director, having advised that approving the proposal for a short-term aviation-oriented activity would necessitate lifting the moritorium on new leases for this project only and waiving the existing Board policy governing uniform minimum standards for fixed base operator leases; and Board membez-s having discussed *the matter; and Mr. Donald Flynn, Manager of Airports, having expressed concern with respect to loss of income to the airport resulting from a vacant lease site and having urged the Board to approve the recommendations of the Aviation Advisory Committee; and County Counsel having commented that if the Board were to consider approving an aviation-oriented lease he would like to review the comments contained in the April 24, 1978 letter of Mr. Richard Rockwell, Attorney for the Buchanan Field Fixed Base Operators Association, before the Board takes any action; and Supervisor E. H. Hasseltine having commented that inasmuch as the leasing of the vacant site is a temporary situation, he would recommend that the Manager of Airports be directed to confine his search for a tenant to one who would use the site for non-aviation purposes. IT IS ORDERED that the aforesaid recommendation is APPROVED. The foregoing order was Dassed by the following vote : XfES : Supervisors J. P. Kenny, N. C. Fanden, E. H. Hasseltine , R. I. Schroder. NOES : None. ABSENT: None. ABSTAIN: Supervisor W. N. Boggess abstained from voting for the reason that he has a business interest at Buchanan Field Airport. cc: Public Works. Director Manager of Airports CERTIFIED COPY Aviation Advisory Cte. c/o PW I certify that thlj is a full. true & correct cop/ of County Administrator the o.-W-nal document which l: on file is me office. and that it was passel ` adoptad by the Board of super:iiors of Contra Costa County. California, on the date shown. ATTEST: J. R. OLSS'ON. County Clerk t exofficlo Clerk of said Board of Superylsora, by Deputy Clerk. Oki On Llr In the Board of Supervisors of Contra Costa County, State of California April 25 1978 In the Matter of Introduction of Legislation re ABAG's Environmental Management Plan. Supervisor W. N. Boggess having advised that recently he and Senator John A. Nejedly had discussed SB 2167 introduced by Senator Nejedly to require the Association of Bay Area Governments to grant a six-month time extension for review of its environ- mental management plan, that Senator Nejedly had expressed the opinion that said measure could be amended in such a way as to insure that the land use control element (now deleted from the plan) could never be reinstated, and Supervisor Boggess having so recommended; and Supervisor E. H. Hasseltine having indicated agreement, having expressed the view that the compromise plan passed by ABAG's Executive Board at its last meeting is generally acceptable, having asserted that the State Air Resources Board is making a concerted effort to have the land use element put back in the plan, and having recommended that Senator Nejedly be asked to word the legislation in such a way as to prevent not only ABAG but also the State Air Resources Board or any other agency from reinserting the land use element in the plan; and Board members being in agreement, IT IS BY THE BOARD ORDERED that the aforesaid recommendations of Supervisors Boggess and Hasseltine are APPROVED. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc; Senator J. A. Nejedly Witness my hand and the Seal of the Board of ABAG Supervisors Director of Planning affixed this25th day of May 19-78 County Administrator Public Iforks Director County Counsel J. R. OLSSON, Clerk Director, Human Resources B % - / Deputy Clerk Agency MaIxine M. Ne eld fs� H-24 4/77 15m BOARD OF SUP`"VTLSORS OF CONTRA COSTA COUITY, --k' IFORAIA Board Action !OTE TO CL;.PMLAiiT y/z,s/V6 air! ,gair:st the .C;,unt. The copy c5 titis docwnenz maitcd to you .t,6 yowt Routing Endorsements, and ) ro icc c6 foie ac wn tithen an yow, claim bit the -Board Action. (All Section ) 8oa,%d ^S Supeivfscu (Pa&ag%aph 111, beZow), references are to California ) g.i�•erz ��wsuant to Gove•`crur2rtit Code See%eyt/S 911.8, Goveniment Code.) ) 913, � 915.4. P.bea.6e note the "warming" beZow. Claimant: Ronald Lopez, O.H. Close School, P. 0. Box 5000, Stockton, CA 95205 Attorney: Juvenile Prison Law & Legal Counseling Clinic, McGeorge School of Law c/o claimant Address: 3200 Fifth Avenue, Sacramento, CA 95817 Amount: $17 ,500.00 Date Received: April 11, 1978 By delivery to Clerk on By *pail,, postmarked on Apri , I. FROM: Clerk of the Board or Supervisors TO: CountyCo:msel Attached is a copy of the above-noted Cl or Application. to File Late Claim. o . DATED: 4/12/78 J. R. OLSSOV, Clerk, B ' a .a , ag__ Deputy a c II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) , ,---,,'-(Check Claim complies substantially with Sections 910 and ( ) 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) . { ) Clair: is not timely filed. Board should take no action (Section 911.2) . ( The Board should deny this Application to File a Late Claim (S .6) . DATED: /3- 7f' J0.'LN B. CLAUSE', County Counsel, By -,✓ Deputy III. BOARD ORDER By ur,a-.=_ous vote of Supervisors present (Check one only) CXX ) This Claim is rejected in full. PECEIwo ( ) This Application to File Late Claim"i "de snie FRection 911.6) . CO1V;Y COVNSEL I certify that this is a true and correec4Ecapy;.of the Board's Order entered in -. -its minutes for this date. DaTED:April 25 ,1978 J. R. OLS-SON, Clerk, by4Deputy Diana M. Herman IVARNlNG TO CLAIMAN- (Government Code Sections 911.8 & 515) You have oaiy 6 month.,, 6%4m the ig o th-,z notice to you v Lt i n which .to S•iie a cru~% acii.on on Vri6 %ejected CPa m We Govt. Code Sec. 945.6) on 6 rrcnti:z 4tom :he deniat o" 3oun Arptication .to F.i°e a Laze C aim av,diin hich to petZti.on a court Alo •t tetieS &nom Sect-ion 945.4's e,Pai,�r-�i,�ir�g dendUne (bee Sect.,i.on 946.6) . You may se& 'thc advice o5 any at o%rey o5 ycwt choice .in connection with this rr;.t tc,z. IS you (eant to m,6met at-, atto•tney, you zh:ou- i d do so . nmedi.aze,-y. IV. rRO.:d: Clerk of the Board TO: (?) County Counsel, (2) County Administrator :attached are copies of the above Clain cr Arplication. We notified the claimant of the Board's action on this Clain or Application by -ailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Clair, in accordance with Section 29~03. DaTEO:A nil 25 1978 J. C%SSC\ Clem E� Peput p i G . �'..LE� Y lana • . erraan V. FROM: (1) County Counsel, (2) County Administrator '10: Clerk of the Board of Supervisors Received copies of this Claim or Arplication and Board Order. DATED:April 25,1978 Coarty Counsel, By County Administrator, By l 8. 1 Rev. 3/78 In the Board of Supervisors of Contra Costa County, State of California Apri I 9 5 , 19 z8„ In the Matter of Park Advisory Committee. The Board having received an April 17, 1978 letter. from Mr. Richard D. Trudeau, General Manager, East Bay Regional Park District, advising that the term of office of Mr. A. A. Dehaesus on the District's Park Advisory Committee expired March 31, 1978 and recommending that the Board nominate Mr. Jim Cutler (who has been serving as alternate for Mr. Dehaesus) to fill said vacancy; IT IS BY THE BOARD ORDERED that Mr. Jim Cutler is NOMINATED for appointment by the East Bay Regional Park District to the Park Advisory Committee for a two-year term ending March 31, 1980. PASSED by the Board on April 25, 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 cc: Mr. Jim Cutler Supervisors via Planning affixed this 25th do of April _ 1978 Director of Planning y East Bay Regional Park District Public Works Director R OLSSON, Clerk County Administrator i Public Information Officer By Deputy Clerk Ronda Amdahl H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 Z$_ In the Matter of Applications for Membership on Human Services Advisory Commission. The Board on April 4, 1978 having accepted the resignation of Mr. Karl 0. Drexel as an at-large Commissioner on the Human Services Advisory Commission; and The Board having received applications from persons interested in filling the aforesaid vacancy (which term expires on august 31, 1980) ; IT IS f.Y THTE BOARD ORDERED that said applications are REFERRED to the Llternal Operations Coma ittee (Supervisors W. N. Boggess and J. P. Kenny) for review. PASSED by the Board on April 25 , 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Board Committee Supervisors Human Services Advisory affixed this 25th day of April 1978 Committee Director, = uman Resources J. R. OLSSON, Clerk Agency County Administrator By �`��' Deputy Clerk Public Information Officer may Crai. H-24 4/77 15m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Establishment ) of Guidelines for Budget Requests ) April 25 , 1978 for Fiscal Year 1978-1979 ) } In view of the many uncertainties involved in preparation of the County budget due to the potential impact of measures on the June 6, 1978 ballot, Supervisor E. H. Hasseltine having advised that the Finance Committee (Supervisor Hasseltine and Supervisor Fanden) has determined the need for establishment of guidelines for the analysis of department budget requests for fiscal year 1978-1979; and It being the opinion of the Committee that these guidelines should be directed toward attainment of a goal whereby the total property tax levy required to finance the budget does not exceed the estimated GNP deflator percentage increase applied to the prior year property tax levy plus the revenue attributable to new construction, and recommends that the Board adopt the following general guidelines as the criteria to be followed for analysis and evaluation of budget requests: 1. New programs will be approved only if (a) previously authorized by the Board of Supervisors, (b) there is clear documentation that such programs are man- dated either by a court decision or regulations or statute of the State and Federal Governments, (c) revenue received for agreements or grants will offset the additional cost, or (d) increased efficiencies will offset the cost involved. Wherever possiLle, total department programs are to be reviewed with a view toward priority in department mission. Every effort should be made to reduce or eliminate programs traditionally carried on by the department which have a lower priority in terms of current community needs. Hence, if an addition to a depart- ment function is to be recommended, a reduction of other department programs is to be considered. 2. Expansion of existing programs will not be considered either unless it can be clearly demonstrated that they are mandated by court decision or regulations or statute of the State and Federal Governments. Revenue offsets will be considered here also, but a clear demonstration that total additional costs will be offset must be provided by the department. 3. Workload indicators will be carefully reviewed to determine whether the level of staffing and other expenses requested by the department are justified. While workloads are increasing in many departments, additional staff will not be considered for this purpose unless it is clearly demonstrated that all other remedies have been examined by the department to solve the problem; and, in addition, that delays W411 result which cannot be tolerated and which violate legal time limits or result in additional expenses. A �� S� 4. New equipment will be carefully scrutinized and seriously considered only where it is demonstrated clearly that such items will effect economies (offsetting reductions must be identified) . Replacement of existing equipment is to be provided where a clear case is made that the unit is a maintenance problem and beyond economical repair, violates safety (OSHA) requirements, or new technology has rendered present equipment obsolete. 5. Gross operating budget requests are to be restricted as much as possible. A cost containment program is to be used whereby budgets which exceed the previously stated goal will be examined carefully with the objective of not exceeding this ceiling, except where extenuating circumstances can be shown. 6. Increased emphasis will be placed upon maximizing revenues from charges made for County services by adjusting rates to reflect increasing costs and initiating fees whenever appropriate. In recognition of the potential that Proposition 13 may be approved by the electorate, however, it is requested that the County Administrator and County departments formulate contingency work plans which following determination of property tax revenues available to the County can be presented to the Board for rapid implementation. IT IS BY THE BOARD ORDERED that the recommendations of the Finance Committee are APPROVED. Passed by the Board on April 25 , 1978. cc: Finance Committee County Administrator -, In the Board .of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of _ Reappointments to the Family and Children' s Services Advisory Committee. Supervisor W. N. Boggess having noted that the term of office of Ms. Annie R. Lacy on the Family and Children's Services Advisory Committee (representative for Supervisorial District IV) has expired and having recommended that she be reappointed to said committee for a three--year term ending April 11, 1981; and Supervisor R. I. Schroder having noted that the term of office of Ms. Carla Gatto on the Family and Children's Services Advisory Committee (representative for Supervisorial District III) has expired and having recommended that she be reappointed to said committee for a three—year term ending April 11, 1981; IT IS BY THE BOARD ORDERED that the recommendations of Supervisors Boggess and Schroder are APPROVED. PASSED by the Board on April 25, 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. cc' Family and Children' s Witness my hand and the Seal of the Board of Services Advisory Cte. Supervisors Director, Human Resources affixed this 25thday of April 19—L8- Agency County Administrator Public Information Officer J. R. OISSON, Clerk Appointees By , pZftG%J Deputy Clerk N.— og us H-24 4177 15m `�1 C. C In the Board of Supervisors of Contra Costa County, State of California April 25 , 1978 In the Matter of Appointment to the Citizens Advisory Committee for County Service Area P-4 . Supervisor R. I. Schroder having recommended that Mr. Thomas Lee Rosch, 105 Crane Terrace, Orinda, California 94563 be appointed as the student representative on the Citizens Advisory Committee for County Service Area P-4 to fill the unexpired term of Mr. Bob Westfall ending December 31, 1979. IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on April 25, 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. cc- Mr. Thomas Lee Rosch Witness my hand and the Seal of the Board of Citizens Advisory CommitteeSupervisors via Service Area affixed this 25th day of_ April 198 Coordinator Service Area Coordinator County Sheriff-Coroner J. R. OLSSON, Clerk County Administrator B y �8� Public Information Officer N. Poufs 4 Deputy Clerk U0 Lit..) H-24 4177 15m � C • In the Board of Supervisors of Contra Costa County, State of California April 25 , 1978 In the Matter of Reappointments to -the Aviation .Advisory Committee. Supervisor 'N. C: •Fanden having noted the term of office of Ms. Kay Crossley on the Aviation Advisory Committee (representative for Supervisorial District II) has expired and having recommended that she be reappointed to said committee for a two-year term ending March 1, 1980; and Supervisor R. I. Schroder having noted that the term of office of Mr. Donald Doughty on the Aviation Advisory Committee (representative for Supervisorial District III) has expired and having recommended that he be reappointed to said committee for a two-year term ending March 1, 1980; IT IS BY THE BOARD ORDERED that the recommendations of Supervisors Fanden and Schroder are APPROVED. PASSED by the Board on April 25, 1978- 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Public Works Director Supervisors Aviation Advisory Committe(bfi;xed this 25th day of April 1978 County Administrator Public Information Officer J. R. OLSSON, Clerk Appointees By Deputy Clerk N. Pous �� 114 H-24 4/77 15m ��1 ` BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Board Action ' \OTE TO CLaI_`•WtiT' //9,5/7 Claim against the County, ) Tide copy o j .L'*.i�5 ocument raiied do YOU ins yowt Routing Endorsements, and ) notice o' .dte action •Wen on you/t C. 4im by .the Board Action. (All Section ) Boatd o5 Supe,tvizor,.s (Panagtaph III, below), references are to California ) given puAsuan,t .to Gove,%nment Code Sections 911.8, Government Code.) ) 913, 1 915.4. Ptease no-"-"e the "tcatning" Oe ow. Claimant: Marie L. Brey, 2811 Fyne Drive, Walnut Creek, CA 94598 Attorney: Ginder & felly 1801 N. California Boulevard, Walnut Creek, CA * 94596 Address: Ginder, Kelly & McCray, 1910 Olympic Boulevard, Suite 250 Walnut Creek, CA 94596 (New address as of April 15, 1978) Amount: $5,000.00 - Hand Delivered Date Received: March 22, 1978 *# *W to Clerk on March 22, 1978 By :nail, postmarked on vl. FROM: Clerk of the Board of Supervisors TO: County Counsel n R�6\J�AgNed is a copy of the above-noted Cla' r Application /t,�o File Late Claim. ?� ,q/22/78 J. R. OLSSON, Clerk, B V � a . --... Deputy c cP' atricia A. Bell i. coag M: 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 15 days (Section 910.81 . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late Claim (Section 911.6) . DATED: , '-7J-'/% JO0 B. CLAUSEN, County Counsel, �..L ✓— Deputy III. BOARD ORDER By un=.=-•ous vote of Supervisors present / (Check one only) ( d ) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: 4/25/78 J. R. OLSSON, Clerk, by �� � -y Deputy .P U WAR:\'ING TO CLAIML4\Z (Government Code Sections 911.3 & 913) You-Rave only 5 montn6 o-%om the g o� iz notice •to you tin cviuen to j.i.Ze a eoutt action on .this P.ejected Cta m (see Govt. Code Sec. 945.6) on 6 morins ',tem .the den.ia i o 4L youA ApptEicati.on to Fite a Late CZa.im cat;dt in wlzi.ch to net tion a eouA.t 4,o.t uZi.e' �-'tom Section 945.4's c&&n-6it i.ng deadline (see Section 940'.6) . You may seek .tke advice oo any at;o.%ney o youA choice .in connection teith #lows mane,%. Ti you want to conduttt an attoa.ney, you .6houfd do so .imnedi.atezu. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator 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 29703. DATED: May 1, 1978 J. R. OLSSON, Clerk, By �f. �Uis., Deputy N. OUS V. FROM: (1) County Counsel, (2) County administrator TO: Clerk of the Board of Supervisors Received copies of this Claim or Application and Board Order. DATED: May 1, 1978 County Counsel, By County Administrator, 3y ((, Rev. 3/78 00, :`�� F I LED CLAIM AGAINST COUNTY OF CONTRA COSTA (Govern^ent Code, Sec. 910) friAR2Z i�7$ J. R. OLSSON CLERK BOARD OF SUPERVISORS Date: March 17, 1978 Bi�Lcco. e4��la aCs� G.-ntlemen: The undersigned hereby presents the following claim against the County of Contra Costa: 1. Date of accident or occurrence: December 21; 1977, approximately 10: 00 - 11: 00 P.M. 2. Nave and address of claimant: Mrs . Marie L. Brey 2811 Fyne Drive Walnut Creek, CA 94598 3. Description and place of the accident or occirrence: Mrs. Marie L. Brey' s residence at 2811 Fyne Drive , Walnut Creek, and more particularly the living room, family room, and kitchen. Storm drain behind claimant' s residence was negligently or otherwise improperly designed, constructed, or maintained thereby causing storm waters to overflow and flood claim a n is property. 4. dames of County Employees involved, and type, make and nu;iiber of equiprent if known: All county employees names presently unknown) who approved plans for, construction of and/or modification to the storm drainage system and subsequent approval of plans , con- struction and/or modification to the watershed and drainage plan or pattern in the area, particularly as pertaining to uphillproperties 5. Describe the kind and value of damage and attach estimates: Less than 5 , 000 to structure, floors , landscape, carpeting and household goods , exclusive of the dimunition in value to the real estate as a result of the continuing nuisance. Copies of available estimates and bills are attached. i c� �J, -I Signature V Microfilmed with board order > n' F' 4 `> 0� o x�>z s G—rte) z � i ;t 52 in CL . o 'Z 111 t f ."1• > 1 ^171 # # z ., < M-iom > in } rr -00 i - O r. . . > to ,..' C. C N A N C1 Y':4 W CO j� LTi N C'+W T T cl iJ�FT+or c 0 Cf �+ r c t"1> n > f _ Z rn z� rn O c¢rr t L\.+ i C.n 9 CARPET5 'TILE LIN-OLEMII No 1408 C1, r-IC CCAS' FL00RIKcG 3678A MT. DIABLO BLVD. - LAFAYETTE. CA 94549 284-1333 - : h AMOUNT tJcSCRIPTiCN - •-- i fry :, f ���L' �•LP=L -L- ��� ��G' � 1 SERVICEMASTER OF CONTRA COSTA COUNTY P. 0. Box 71 LETTER WALNUT CREEK, CALIFORNIA 94596 ( 115) 935.3900 12-29-77 Dale Mrs. Brey To Subject 2811 I"yne Walnut Creek, CA. 94596 Dear Mrs. Brey, The following is an estimate on the work at your Name after water damage: ESTIMATE: Wet pick up charges 40.00 Cleaning of area rug 75.00 New padding 72.00 �RcinsC"a'I'I.ivingr`oom iricludi'ng`1"'-0"`strip-••--••-•-•-.-45.00• r -S Thank you, Mr. R. HL-ster 0 Please reply [] No reply necessary 1.'N"un„ t—AA.:,�,•n.�,rn,,,hn:.10-9-j"d Alnn.oulu �, 4�)PROPOSAL * and CONTRACT Date Der— n-R::: , 19 "Z:2 n Dear Sir: % j I y/o ct ..rte propose to furnish all materials and perform all labor necessary to complete the following: :��-�''tom:i���'�s=-r.,'�1`1�l• � C.—r a�1—,�„C.c,� �Y�.'' /r• ��:s.r,C' 1�•�f'�l r. sea/� ,�L'pi1�� f7--"e_ /''e 44M:Z r'.r' ffZ�f 7 0eZ-,/1 L.�t:�.�.ii �G!moi -� r "•* %�!r-.��•. J/►S�s_I�: '� �/ �•%" /e2���(!�-T �:ti:/.r i�/fe;,-T�-dam T==?-• _!"�.�?� T/'•'H i lV-fzsg-i-.� i-•/• - 1lJ :a.�`i�l> i///.-`gyp~v i jf:.i/`l!�-�e) All of the above work to be completed in a substantial and workmanlike manner according to stand and actices for the sum of �•�� �%• ,t� �--� Com.-�."�+' ��-nollars (S -7 7_ — ) Payments to be made %fir �=,�� ,c..� ��'��_.�. -•.•.r— r� "- T.sjo Q -as-tlse-work-progresses .10 the Valet-of -ger-ccm( - }-of-ell ork��mpleted: e-enrire arg;:a:.afcpatr=-- be r_:A ;rh::a- -*m- fter-completion. Any alteration or deviation from the above specifications involving extra cost of material or labor will only be executed upon written orders for same, and will become an extra charge over the sum men- tioned in this contract. All agreements must be made in writing. Respectfully submitted, By /e ACCEPTANCE You are hereby authorized to furnish all materials and labor required to complete the work men- tionud in the above proposal, for which agree to pay the amount mentioned in said proposal, and according to the terms thereof. ACCEPTED Date 19 . j-4 C4�,,��,.�x`:2(� 605no .9 Cl `1ST t QUOTA Dare L ; J WE ARE PLEASED TO QUOTE AS FOLLOWS YOUR INQUIRY F.O.& TfJWS ESTIMATED SHIPP►NG DATE OUA.A4QY' DESCRIPTION PAIGE AhMOUNT t''�k t? /u/tf L�a..TI'-Ct •N / '�r•�/ Y�4't tf ,rif.�./ t .. tJj L " l A 1 l L / L/ ABOVE PRICES GOOD FOR�- -30-DAYS OFFICIAL SIGNATURE - 15'162 ►a+rra csa....u►Ts2 l lthYL: -TILL LLIVLLUWYI PACIFIC COAST FLOORING 3678A MT. DIABLO BLVD. - LAFAYETTE, CA 94549 . 284-1333 _ �Yr Date ZEN t Upon written acceptance of the following u'T-r within 'o Mays from the above date, P. C. Flooring hereby aarces to furnish the following labor and/or matenat on the premises located at: and in accordance with the following specifications: Urizi r Total Price: — Paid on Acc't.- Balance Due: Paym-ent In full is cue upon co=plet:ioa. PACIFIC COAST FLOORING By- The above oficr is hereby accepted by the undersigned :ubiect to the above terns and cuu-6�id inaddition, to t'rose contained on the reverse hereof: �Purchaser: Datr . Bus. Add.- By- Res. Adel.: C�V.t�r-..yr•4 ; „cc:ass City i'Z � 41211210 �griet Phone We submit this estimate to confirm our mutual understanding of your order. Please read it carefully, verifying all specifications. We cannot proceed until this estimate is signed, indicating your acceptance and authorization. i✓f.�L 1 i' �..� � 72 ; 'aft. � •I s=j •� = � :+i l: �' "f �`i r! f i J 74. f f 222 x MERCHANDISE ORDERED OR CUT FOR YCU 13 NOT SUBJECT TO CANCELLATION A11 fabrics will fade (draperies. floor coveringsl. Draperies will shrink or lengthen aus to atmospheric conditions. Fabric* will show pile crushing and seems. We cannot be responsible for delays beyond our control. If the above specifications and completely satisfactory. pleasO sign inaicatin; your acce.-taree suthorizin; us to proceed. Breuners Accepted Dote l ✓ p C. Y J Sal��•�n Approved by Date Dir'. me-age- C.O. j0-9-7s WHITE - Stare Copy- YELLOW - Customer'. Copy PINK - Saies�an's Copy j d% y_ �•' _ DATE OFSALE i' DEPARTMENT t rr,t�a c ` �• I_ ? d�C KEW Pi .�1 #'1 r�� Uj.31 �; e IV 7 f t -I f-- !r STORE PURCHASE ORDER NO. e STATE 7,IP CODE Co J T'��.7 L1 t CIZ f `-- / ' ty/� CREDIT AUTHORIZATION " DATE RUNG IPROx.i ArCt?�'t.7 t { I N I—1,E�K }` V w C Ga WA T£LEPHOA E NUMBER(S) ASSOCIATE NAME: ,�'j&[�'Z DATE TO INSTALL. V ,y 1t:C i t.O PMER AGREEMEM -,.r,>Y ORDER fROM'BULLOal TtiE MA . TfitEA�TABOR,AND SERVICES DESCRIBED BELOW,FOR 1 AGREETO PAY, BELOW.1UNDER- r STAND T14AT NOTLVITHSTANDING THIS bRDER AN!?BUL`LOCK# S ACCEPTANCE THEREOF, THIS ORDER,SHALL' HEREAFTER.`AND UNTIL BULLOCKS SHALL HAVE .FURNISHED THE MATERIAL,LA$OR,AND SERVICES HEREUNDER CONTINUE TO 8E SUBJECT TO THE APPROVAI;OF 8UL10CKS CREDIT DEPARTMENT:I FURTHER `. UjQ6ET'a� jjWD THAT HLUOCK'S SHALL NOT IN ANY,EVENT BE LIABLE FOR DELAYS IN PERFORMANCE CAUSED,!BY ACTS OR REASONS BEYOND ITS:CONTROL: . DESCRIPTION Cif THE MATERIAL At�'D YORKTO BE PERFORME."T AMOUNT ,ROOM ITEMS �L �E.-I iG C olsF C�� L3.6 ID Arm- ` I t � S INSTALLED BY BULLOCK'S YES NO OWN RODS. �, YES NO . ' NEW RODS YES NO r FIBER CONTENT IF ANY CARPENTRY:IS NECESSARY PRIOR TO THE INSTALLATION II.E.TRIMMING DOORS TO ACCOMMODATE CARPETING),PLEASE - %'R NGE IC3 HAVE YOUR CARPENTER OR BUILDER DOTHIS BEFORE THE INSTALLATION DATE. INCE THE ABOVE•DESCRi$ED MATERIAL LABOR AND SERVICES ARE TO BE FURNISHED TO MY SP£CIFICA- SALES PRICE 1? G IONS AND VVILL NECESSARILY RESULT IN SUBSTANTIAL COMMITMENTS BY BULLOCK'S PREPARATORY . HERETO,I AGREE THAT I WILL NOT HEREAFTER CANCEL THIS ORDER SALES TAX + f DATE sG.4 ID ACCEr-EDANDAGaFEDTo DELIVERY CHG'S. f ISL+$1ECT 70 CREDIT DEPAZTMENT APPKOVALI 70TAL PRICE f DEPOSIT ASBALANCE DUE,, • . 50C'tAZESStGtrATU�E. : ,`. CUSitU�.F23S1GvATUttE . . . tSTOMERt"+ CHARGE SALES TAXON FABRICATING 00 5 ONLY NOTONINSTALLATION _ 1'�.'. ' SO. D OF SUPFn;I50RS OF CONTRA- COSTA COUNTY, CALIFOPNIA Board Action ' - - NOTE TO C La P,L LNT 4/25/78 Claim Against the County, ) Tete copy os t'tt,s document rraUe do you 4A youA Routing Endorsements, and ) tTotice ej ate action tahen on you/t ctaZn by the _ Board Action. (All Section ) 3oatd o5 Supetvisortz (Patagtaph 111, below) , references are to California ) given ptvtsuant .to Government Code Secti.onz 911.8, Government Code.) ) 913, 9 915.4. Ptease note the "waAning" beeow. Claimant: Richard W. Cox, 2955 Blanding Court, Hayward, CA 94541 Attorney: _ Address: Amount: $48.50 Hand delivered via County Administrator_ Date Received: March 23, 1978 $YWWPI 3' to Clerk on March 23, 1978 By mail, postmarked on /I. FROM: Clerk of the Board or Supervisors TO: County Counsel ��Fn - REG� 4gar-hed is a copy of the above-noted Clai Application to File Late Claim. Ds 'I : 4,51,3/24/78 J, it. OLSSON, Clerk, By (��a ^�( %a Deputy �-� Patricia A. Bell Tf:�%:'`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 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Late Claim (S 'on 911.6) . DATED: 0217- �� JOHN B. CLAUSEN, County Counsel, By - Deputy _ III. BOARD ORDER By unanimous vote or Supervisors present (Check one only) ( )__This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. DATED: 4/25/78 J. R. OLSSON, Clerk, by Deputy N- POUS Ivan\ING TO CLAI,\W\ • (Government Code Sections 911.8 8 913) You have only 6 monthz '-xom the m g op .t;tcs notice to you t tvfuch -to ' jiZe a eowtt action on this rejected C,Qaim (zee Govt. Code Sec. 9=15.6) oh 6 months S•tom .the den.iaZ o6 your Appti.caticn .to Fite a Late Ctaim taZthin which .to tuition a count Son net',i.eS atom Section 945.,1'z a airy-O'iting deadline (zee Section 9'-16.6) . You may seek tAe advice os any a,ttonney of youA choice .in connection tv dt .itis mat tet. I,S you want .to eorzuet an atto•tneu, you shouzd do so .ircmc 'c..i.ate&f. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator 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 7-9703. DATED: May 1, 1978 J. R. OLSSON, Clerk, By 11 �azao Deputy N. ous V. FROM: (1) County Counsel, (2) County Administrator TO: Clerk or the Board of Supervisors Received copies of this Claim or Application. and Board Order. DATED: May 1, 19 7 kounty Counsel, 3y County Administratcr, By 8. 1 Rev. 3/78 Contra Costa County RECEIVED MAR 2 31978 .;,rest 18, 1978 �i^i '�ORh$ �F� 1!r'i_H Office of. HI a_IC 4: l:. •�-z• ;; ; County Administrator �.: aTc7:L'Rary .:'if S.^:,•nth of Uhis ?'t?ar ati. ihc,-.t rirn thirty � sllrt�i'aed 0 r^.r _':e'JX -*a-r:i. on i:Qrris Cia,.%,ao-. Road °!o:Ae-.-ni.q and !•:-.`-•cn ROs.g j saFbut Z'r1S ] !c•ible to ..`va7a hole of .:a,-,n kind Just bc.are the T::-in Creeks roeel. heaea. she irr�_:_ct .-Yas severe. The steel belted radial fire did not fatl but it coL.Racsesa th sufficient force to bend the :•::Leel cad ailc:•r the aair to escape. The rear vicer r.irrcr' ?4o:'ed consi`?er bl:r and the shock fractured the i.-A1 Dir'.e. The claim 1 an .-m esenti ncr is for reimbursement of the f ollo:ying itE u5'. . �L The reali gn.-cnt of tba front end; this incident occur ed just nineteen dw1s after t had the front er.•a al iPned, sen nttacred race . t. A•replace±rent .:i:eel. from. n auto i-merker. The rencuntinZ of r su: oSed -till good 'ire oil the .is^.CP.RE1':F :!1,P.f!I. AdajL7St'i:�:; the }l!' 1 �- t indicated th'�t a w�_r s V Z4 .:ate .a. {- lnn,ae:L of this nux-nituda cQ::ld t1w(w the* fram. a2li I'�T.eI!t. IL an. nrt a cl?4-i9 for the foLc_,'%r. A no--r tail pipe as the e=*sting, arto ii-ns •'-i.:. Th.: vire, as it, '!S ctn-vrently not dampged. done call message Units, several tries to the -ar-1-0 arta? ;vita wrecIcer: duplicating, expenses and postaue. :Ni^li^at:p rl i:.ln arc nt to Contra Posta Counter Public Works Department, Pus-Iii-sr, And .�:`-;r:^. ':;vision, -2-d ''ast 13ay "uni cipal Utility Pictrict as the �r�:: I•r.• :r.::,;1';i.3';- 'cv this incident is not clear. l r w*. Yo'.:, 5.1 Richard W. Clac U55,:;•en X955 31e.^dir.� Court Callforl"ia 9-4 5 141 I L E fRIAR a3 1578 ,� .•.�- y�� vice rI' J. L OLS.tO.V CLERK BOARD Or SUPERVISORS t CONMA GSi CO. ...QL—�U...De`° Microfilmed with Board order ;} wr ,.:� -� •'�1 ��...Y•^A'..a.w. .s t .,1 ;t.s,2 } •�, c ,x. ,c. � �.e;,,s.- t_, , "x r'�- r Y� '}'`+! ,ray ,�5 i + h •"•' $ .. ;fir Stetl}Qng 5atY1Ct �+t � !`• ��� Trnnsmis�lonf �'� i o Wheal Atlpnmrrnl 0 Gn Sruing � ��� 1� Eat- �� ����� �'� B.i������ t►Wlag no 'AU ''�EPM' `` �� 5trat hlanin WAidKtD CARS' BOUCH7 o ,PAR CS rOR'ALL CARS > Cpaiplaio Autornotive',Repai fng Ifl W, WINTON.,AVE. x 2492' or ay .o` 'Caslra Valley,,Ctsfffarnip,`4454b o' S37:d?i39 HAYWAE"I CA;. ,94545 � n�AKc uccrvse o.. sY�co ter �> p +� PHONE: 7$3=0c}11, "o. 83.042- ... s. i oc DATA ci1STOMErz 5 ORDER Alp. DATE SOLD TO s �. ✓..rj _ _ rt: L.,i,.. .. ,. PHONE _ s tnaoe e.n} a}a�r ��t:t't+ewtC "lAISC'C:::' :: PAID OUT i } OTY, MUM. OCSCRIPttp'J PRICE' AMOUNT 5- -7- 7 1 _ ��,�t �J�%++1•`, w/f}jp��'T F__ yy����# � _A'. �ffj_ '�G:r.�fyl(/«.--- .J ,.F%iX✓-.T:ac.. !_./':I'�M,�..s+.»....�.*........... .J..p: r' �. 1 ....�..7— 7-71 Al ' SATCSMAN 1. 'S ,�, it' rpr,t - ♦t " .r r r . '.t rt,.n+,-ro�na..r•r.r. rA...+a• r = ' ,r '. /� '. .}r^•('}. !1. .[ .ti.T11!'1,6f�,•. 1 It' !1 � � ' ri (21 'RECE}Y 8Y ` - t10�}HHI IIi MOOr�RYIYNII`rvw�� InC.,� !� •� t<I t.��< I� :�S�n i ���{> �t j,JY• ) y �..,t .•.�Y as/� �rr: ,S' e _ ';� .✓....w�>.4 i' ,.�y.�.r',l,r .b«��t,.�,y..w...J+�wii,irawNlrl' `N4A.::�.,4+.•:.Sf4 F ...n...i.�. .;-J. f., may• �� _ I1 •N +r u . ix?r• + ;!,? s v .:.., .�..�,*.i t., 7 vii;, +.,r', rF. t... 7.Y� l` h •..au.•.,..7 ..,. ., a r.. #, r .,a`ht.,: _...:sCh,>.. .. ,,. .:. .. .Y.• � ....... .., :. v4 n-.+5:.: 1 sa:y �. e t. +.., .7k. +°'7.t. 7 a ,,, .;' _....,i ...•,:. ,.,.w .... fr,,:•ws,.,. r .. ..... 1 Y! s;y *¢, .+, .t J'+ �'.,4•C 1x.. ,} t :,q � '4 .1`: ti'; f r:7;'",L ••+•tom. /. }�,,, )�',. r C ` / J. „ a y i,. N, Prion!Elid'IL � a .s�tmatk l p k': UT ;,=LN4LESALC° C•y MU w ITi+7A1L r7,; Sloortns.5arvtee .<<9x+f ; C•'' t �+S Yronsn uta, --- Y ---,---» -, 9 Whaal Alfpnmomf 3 a r . m r o Tiro Truing Colonel L, ' CAufomolo Ropair(nq 2932 Crovo WaVntayCaiifarnia 9Q 5Qb o 537»QQ3�oClarfcy 3 E -- 2 LOCATIONS 7O SERVE YOU n�An UCENSE NO.'. SPECCDOmE1Eri itEAtnn'c #1 •27419 MISSION BLVD.,WAYWARD(94541) ',PHONE 582.6990, � •, mike Gilmore,Manager•Installer — 92•25870 MISSION BLVD.,HAYWARD(94544) PHONE 582-0377• , Jerry piper,Manager•Installer CUSTOMERS ,r ,,, .•.,, ORDER NO, DATE 19 }Custometts «- ..... SOtD TO J4L� r"" bole ' 19 V PHONE DOR SS _ urge.sa7a iro,s tiro, •[AAge I ore rc MIX1 PAIL)OUT _ 7!,w enuat •.7t Acriaroeteaa MAKE_it YEAR �Ti...•+•1��s. ..� t (�� .� LICENSE NO. _ MIRCHANniSE SOLO �MERCHANDISE RETURNED MISCEt.�# t PART NO. oCSCCIP11oN• TRICE AMOUtit r-A--Tt•--r CNARG CASHCHARGE b;! sdtY.. duan. PARTS DESCRIPTION PRICE AMOUNT ~moi' i L.Murrill 7 r t tt It.TAILPIOIri I �r rr...&I.._..-..%.' _k ,�.l�h-1EFr 5 ••�1 r is F Y j r -."',".'.<_�'r'r.�-'.��...: ,d}:y,rr�� !�/�/tj I,,,�,_JC,��.a *!7tI 5.ArLC.b`.,/�t+/.I+r•sr.r_,;..,-:«_.-..r_c.-:kr.�,rr.YYr�I{k�pr rrt,,r.:."r"µ..r,,t.i.r�ki,.':.�"r��t•i'-<«�r.'! .,,�M..I.,.,•.lz,..:,....�•/!,.,.i-�-�j°T+.-t1.2'ST f,.:5t_i-1.•!»G.�...� ✓ 6 LABOR TOTAL iM TOTAL "'it_IAIIE JXH O Q{'It.TAIPEP PIP ». `.•i1! .. ♦!, r s > '.?". Atl ctuims end ratun7t.i1 goads►RUST be uccomNanir d hp ifiis.biti. A 1• 1 y � �;!,AtE51AAN _. RLCCIYE4 ti"r �� ^ 1 �� " rr ,R CwtU OY 1 �• f e 7 i.�7 4.�,� � 111 :. r ,.....,., ....-�.-�.- l .;t , E�. tlniW4e f L.art GgtUr„r�„r♦a:. .j t. Ur,RCr)n•Gu6rGtA1so ' ..�' I',« [ . l , d't�l. ; J 7 `,r i r•. ..fr, al ry,i;..t i f r ,:. i. ' Y•, «ri • 6yi7 :' 'd:.�ti.. kwwi,�iJ-h t:vt+. is.7. '.•."it<,,,„r'�e...:{..i� 7t'r...,+. ...,. ..ty.j. .,.,y:t,'•:. w, �+Ss ..,,4:.».0 d.a :J<`a.r ✓tt:..:.�ti.1d„L. .u.w+„�-...�......:.a.si,'.:� ,r... .� c. c. In the Board of Supervisors of Contra Costa County, State of California April 25, , 1978 In the Matter of _ Waiving Requirement for Consent to Dedication. - Subdivision MS 175-77 Byron Area It Is by the Board ORDERED that the requirement for a "Consent to Dedication" from the Byron Bethany Irrigation District as required by the Subdivision Ordinance of Contra Costa County is hereby waived. PASSED by the Board on April 25, 1978. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department: PW (LD) Witness my hand and the Seal of the Board of Supervisors cc: Recorder (via P.W. ) affixed ors25`h day of April , i9 78 Public Works Director Director of Planning County Assessor ,J. R. OLSSON, Clerk Orbrie L. Keys / / P. 0. Box 24 BY f�.,%!. i!l7:.>�t�tic . Deputy Clerk Byron, CA 945114 M. VANNUCCHI t i': a i H-24 4/77 15m f IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Nomination ) of Members to the Alameda- ) April 25, 1978 Contra Costa Health Systems ) Agency Governing Body. ) The Board having received an April 19, 1978 memorandum from Mr. C. L. Van Marter, Director, Human Resources Agency, requesting that the Board consider the nomination of ten consumer representatives for submittal to the Governing Board of the Alameda-Contra Costa Health Systems Agency, from which the Governing Board will appoint seven members to the Governing Body; and Supervisor E. H. Hasseltine having recommended that the Board submit the following nominees to the Governing Board for its consideration: Mr. Charles Evans - Clayton Ms. Gertrude Hall - E1 Cerrito Ms. Ruth Lyle - Concord Mr. Ben Russell - Concord Mr. William Zion - Lafayette Mr. Woody Williams - Pittsburg Ms. Ethel Dotson - Richmond Ms. Iris Mitgang - Orinda Mr. Ernest Hulsey Jr. - Walnut Creek Supervisor Eric Hasseltine - Danville Supervisor Hasseltine having further recommended that the Contra Costa County Subarea Advisory Council be advised that in future years it is to furnish this Board with a list of ten nominees for appropriate Board action with the understanding that the Board may choose to modify the list of ten with other nominations which it may find appropriate. IT IS BY THE BOARD ORDERED that the recommendations of Supervisor Hasseltine are APPROVED. PASSED by the Board on April 25, 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 25th day of April, 1978. J. R. OLSSON, CLERK By 4�M'IP(x Ronda Amdahl CC: Alameda-Contra Costa Health Systems Agency Governing Board Contra Costa County Subarea Council Director, Human Resources Agency County Administrator County Counsel 00, SaJ Hunan Resources Agency Date April 19, 1978 CONTRA COSTA COUNTY To Board of Supervisors 0;04 From Claude L. Van Marter. Director Subj - NOMINATION OF MEMBERS TO THE NSA GOVERNING BODY In accordance with the Joint Powers Agreement approved by your Board and the Alameda County Board on April 18, 1978, your Board is required to submit ten consumer nominees to Che Joint Powers Governing Board from which the Governing Board will appoint seven consumers to the Governing Body. Of the nominations made by your Board there must be at least one from each medically underserved area (Pittsburg and Richmond). Beyond that requirement, the only other limitations on your nominations are that they should represent the social , economic, linguistic, racial , and geographic characteristics of the population of Contra Costa County. The terms of office for members of the Governing Body expire on April 30, 1976. As a result., it is important that your Board give prompt consideration to your nominations so that the Governing Board can complete the appoint- menL- process as soon as possible. I would appreciate your Board considering the nomination of your ten consumers at your meeting on April 25, 1973. CLVM:cl9 cc: Arthur G. Will , County Administrator Geraldine Russell , Chief Clerk of the Board RECEIVED APR /9 1918 7 ' J. R. OLSSON CLERK BOARD OF SUPERVISORS "Li�' U �O;JTJtA COSTA CO. f with board order ,. • -- ;�;. ; a Zj �wAy ErIC H. HaSS@,tli1@ 45 Civic Avenue '' '_, -~ Pittsburg,California 94565 ',upervisor, District Five .�-�. �s'3; (415)439-4138 ;ontra Costa County r r ` 120 South Hartz Avenue 3oard or Supervisors _,_..,w [[]] Danville,California 94526 t !c= (415)820-3742 April 25, 1978 RECOMMENDED APPOINTMENTS TO THE HEALTH SYSTEMS AGENCY GOVERNING BODY In conjunction with the recently revised Joint Powers Agreement, this Board is required to nominate ten persons for consideration by the Governing Board of the HSA as appointees to the Governing Body. From these ten, seven will be chosen. The former system was to have six people nominated by the Contra Costa County Subarea Council, amour people nominated by the Board of Supervisors and two persons each from the two medically underserved areas of Contra Costa, Richmond and East County. Since our total is now reduced to ten, I would recommend that we take the following I ten nominees from the six nominations forwarded to us by the Contra Costa Council, the four nominations forwarded to us by the Contra Costa Council for the medically under- served areas, one nomination forwarded directly by the Industrial Association and the two members currently serving on the Governing Body through nomination by the Board of Supervisors last year. Subsequent to these nominations, we have learned that one of those nominated for the medically underserved areas, Mrs. Lovie McIntosh of Richmond, has indicated that she would be unable to accept an appointment at this time. Therefore, we have a potential of twelve nominees. We rcda u— this to ten aim The 4c,w names m VNINOW& nominated are: Charles Evans - Clayton Gertrude Hall - E1 Cerrito Ruth Lyle - Concord Ben Russell - Concord Microfilmed with bcXarr roc k-n -2- William Zion - Lafayette Woody Williams - Pittsburg r�� t Ethel Dotson - Richmond Iris Mitgang - Orinda Ernest Hulsey Jr. - Walnut Creek Eric Hasseltine - Danville 4e V%. My recommendation to the Board is to forwardr names to the Governing Board. My further recommendation is to inform the Contra Costa Subarea Council that it is the intent of this Board to have the Council forward to us in succeeding years their recommendation as to the ten consumer nominees. This should be done with the clear understanding that the Board may choose to modify the list of ten with other nominations which it may find appropriate. - C C r • 3 - In the Board of Supervisors of Contra Costa County, State of California April 25, , 19 78 In the Matter of Authorizing Acceptance of Instruments i It is by the Board ORDERED that the following Instruments are ACCEPTED: Instrument Date Grantor Reference 1. Relinquish Abutter's Rights 3 /4/78 Raymond H. Deutsch MS 166-77 2. Grant Deed for Century Homes Development Rights 12/13/77 Development Company SUB 4875 PASSED by the Board on April 25, 1978. 1 I hereby certify that the foregoing is a true and correct copy of an order entered on the E minutes of said Board of Supervisors on the date aforesaid. Originating Department : • PW(LD) Witness my hand and the Seal of the Board of Supervisors cc: Recorder (via P.tiri. ) affixed this 25thday of April01 198_ Public :•7orks Director Director of Planning J. R. OLSSON, Clerk By /1�- ,�� = � , Deputy Clerk M. VANNIUCCHI H-24 4177 15m In the Board of Supervisors of ' Contra Costa County, State of California April 25, ' 19 78 In the Matter of _ Approving Deferred Improvement Agreement for LUP 2173-76, Bethel Island area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with Lars T Delin, et al, permitting the deferment of construction of pepmanent improvements required as a condition of approval for LUP 2173-76, Bethel Island area. PASSED by the Board on April 25, 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. Originating Department • PW (LD) Witness my hand and the Seal of the Board of Supervisors cc: Recorder (via P.W. ) affixed this 25thday of April 19L8 Public Works Director Director of Planning County Assessor J. R. OLSSON, Clerk Lars T Delin By � n-,u�u , Deputy Clerk 36 Broadmore Ct. M. VANNUCCHI San Ramon, CA 94583 H-24 4/77 15m In the Board of Supervisors of - Contra Costa County, State of California Apri 1 25 , 19 78 In the Matter of Authorize Drainage Work and Culvert Installation on Anderson Lane, Brentwood Work Order 4722-665 IT IS RECOMMENDED that the Board of Supervisors authorize the installation of 40' of 27" x 43" corrugated metal pipe arch and regrading of 300' of earth ditch along Anderson Lane at an estimated cost of $1 ,600.00. This work will prevent flooding of Anderson Lane and adjacent properties as occurred in January 1978. This maintenance work is a Class 1 Categorical Exemption from Environmental Impact Report requirements. PASSED by the Board on April 25, 1978- 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Dept. Supervisors Maintenance Division Fixed this,,�f-day of ��. � 19 7d� cc: County Administrator Public Works Director R. OLSSON, Clerk Maintenance Division By ;)27 j�z�,.u� , Deputy Clerk H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California April 25, , 1978 In the Matter of Approving and Authorizing Payment for Property Acquisition. Center Avenue, Pacheco Area Project No. 3471-4342-663-76 • IT IS BY THE BOARD ORDERED that the following Amendment to Right of Way Contract is APPROVED and the Public Works Director is AUTHORIZED to sign said Contract on behalf of the County: Contract Reference Grantor Date Payee Amount Center Avenue Gary Hernandez & 4-1-78 Gary & Elizabeth $400.00 Project Number Elizabeth Ann Ann Hernandez 3471-4342-663-76 Hernandez 101 Flame Drive Pacheco, Ca. 94553 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Supervising Real Property Agent. The foregoing order was PASSED April 25, 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 Originator: Public Works Department Supervisors _ - Real Property Division affixed this,? day of19 7'? cc: Public Works Director County Auditor-Controller , •J. R. OLSSON, Clerk County Administrator By A Deputy Clerk M. NNUCCHI 00'; 01 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT April 95 01 19 78 In the Matter of Approving and Authorizing Payment for Property Acquisition Grayson Creek, Pleasant Hill W. O. 8535-7520 IT IS BY THE BOARD ORDERED that the following Grant Deeds , Rights of Entry and Right of Way Contracts are APPROVED and the Public Works Director is AUTHORIZED to execute said Entries and Contracts on behalf of the District: Deed, Contract & Reference Grantors Entry Date Payee Amount Parcel 878 Jose Carvalho & 4-13-78 Grantors $175 . 00 Almeda Carvalho 25 Richie Dr. Pleasant Hill , California Parcel 880 Steve J. Beratta & 4-14-78 Graiitor.s $175 .00 Sandra L. Beratta 21 Richie Dr. Pleasant Hill , California The County Auditor-Controller is AUTHORIZED to draw warrants in the amounts specified to be delivered to the County Supervising Real Property Agent. The County Clerk is DIRECTED to accept Deeds from the above named Grantors for the Contra Costa County Flood Control and Water Conservation District. PASSED by the Board on April 25 , 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed thiaJ day of - 19 7r cc: County Auditor-Controller Flood Control J. R. OLSSON, Clerk By Deputy Clerk M. VANNUCCHI H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California April 25, , 19 78 In the Matter of Authorizing Acceptance of Instruments for Recording Only It is by the Board ORDERED that the following Offers of Dedication are ACCEPTED FOR RECORDING ONLY: Instrument Date Grantor Reference 1. Offer of Dedication for Roadway Purposes 3/4/78 Raymond H. Deutsch MS 166-77 2. Offer of Dedication for Drainage Purposes 3/4/78 " " " MS 166-77 s PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department • PWD(LD) Witness my hand and the Seal of the Board of . Supervisors cc: Recorder (via P.W. ) affixed this 25t ay of April . 1978 Public ,Jori:s Director Director of Planning J. R. OLSSON, Clerk By 1 . ��., u.��- Deputy Clerk M. VANNUC H H-24 4/77 15m IIS THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) Federal. Aid Urban Project ) April 25, 1978 Priority Programs. ) This being the time fixed for hearing on Five-Year Priority Listings for Federal Aid Urban Projects for fiscal years be- ginning October, 1978, and ending September, 1983, in the Contra Costa County portion of the San Francisco-Oakland urban- ized area and in the Antioch-Pittsburg urbanized area of the County, as set forth in the December, 1977, report of the Contra Costa County Urban System Technical Advisory Committee, submitted to the Board this day; and Mr. Keith Freeman, Public Works Director, City of Pinole, Chairman of the Priority Subcommittee, having commented on the aforesaid report and no one having appeared in opposition; IT IS BY THE BOARD ORDERED that the aforesaid priority listings are APPROVED. PASSED by the Board on April 25, 1978. CERTIFIED COPY I certify that this is a fuu, true & correct copy of the original document whicb.is on file In my office, and that It was pawed & adopted ty the Board of Supervisors ot-Contra Costa County. California, on the date shown•ATTEST: J. R. OLSSON. County Clart&e:otficlo CieriE ataNd Board of supervisors. q Deputy CFlJrk. /y! � APR 2 5 1978 on M. VANNUCCHI cc: Public Works Director County Administrator Metropolitan Transportation Commission State Department of Transportation: (Sacramento & San Francisco) B ARID Alameda-C.C. Transit District Cities of: Pinole San Pablo El Cerrito Concord Lafayette Walnut Creek Pleasant Hill Martinez Clayton Pittsburg Antioch Richmond Moraga Hercules Western Contra Costa County Transit Authority Eastern Contra Costa Transit Authority REPORT OF THE Co;."rltA COSTA COUNTY URBAN SYSTMA ' • TECHNICAL ADVISORY COMMITTEE 5-YEAR PRIORITY LISTING FOR FEDERAL AID URBAN PROJECTS I INN THE CONTPv% COSTA COUNTY PORTION OF THE SAN FRA\CISCO-OAKLAND URBANIZED AREA FOR THE FISCAL YEARS BEGINOCTOBER 197 AND ENDING SEPTE;i?Ei�l9ir3 l PREPARED BY: 4 PRIORITY SUBCM2-11TTLE Kciti: Freeman, Public t•.orks Diractor, Pinola (Chairman) Stan Davis, Public Works Director, Antioch � Marc Coto, City Engineer, Walnut Creek Maurice Shu, Contra Costa County Dict. Giegling, Cal-Trans Robert Hom, B.A.R.T.D. Frank Lee, M.T.C. 1� t Dece,;,ber 1977 RECEIVED J. P.. Ots,ON Microfilmed with board orc6r CLERK C iRRID ID OSSUPCO!SORS B7 ,,,, � ........De 5-YEAR PRIORITY LISTING FOR FEDERAL AID URBAN PROJECTS IN THE CONTRA COSTA COUNTY PORTION OF THE SAN FRANCISCO-OAKLAND URBANIZED AREA FOR THE FISCAL YEARS BEGINNING OCTOBER 1978. 'ANN7D ENDING SEPTEMBER 1983. i Thousand : of Dol la,s Priority Project Description Sponsoring FAU Total Accur,u ;hive Number Agency Funds Funds Total for Fti;! Funds 1 N. Main Strict, N. California Blvd, to Lesnick Walnut Creek $ 2,413 $ 3,275 Lane - widening and signal 2 Monument Blvd . at Buskirk - intersection widening; Pleasant 577 695 and ;codification Hill 3 Willow Pass Road , I-680 to 242 - wizening Concord 950 1,282 4 Route I-80 at' Appian Wav - Ne,.,, bridge and ramp Caltrans 2,739 3,300 5 LiFavette BART Station - Parking facility BART 290 350 6 Geary Road , Pleasant Hill Road to North 'Main St. Walnut Creel: 747 1,314 7 Pacheco Blvd. , Shell to Howe - Reconstruction and County 455 583 widening 8 Oak Park Blvd. , Hook to Eccleston - Widening Pleasant 413 498 Hill 9 Route I-680 at Concord Avenue - Modify interchange Caltrans 1,245 1,500 10 Monument Blvd. , Oak Grove to Reganti - widening Concord 1,210 1,546 median construction and signals ' Thousands of Dollars io:itySponsoring FAU Total Accumulative :uizbcr - - Project Description Agency Funds Funds Total for FAU Funds 11 Routc 1.7 , Hoffman Blvd . - signal and channelization Caltrans 332 400 12 Route 21+2 at tdillo%, Pass Road - modify interchange Caltrans '1,328 1,600 13 Hi l I ton Drive and 'Manor Road., Appian Way to Park County 1,367 1$723 CCntral - reconstruction and widening 14 Stone Vall ev Roar , I-680 to Miranda Avenue - widen County 237 306 15 Cleveland Road Extension - new street Pleasant 942 1,133 -- Dill 16 San Luis Road , Buena Vista to N. 'Main - widening Walnut Cre& 198. 327 37 North Richmond By-Pass, Pittsburg Avenue to County 771 990 Parr Blvd. - new truck route 18 Coir! ,;,in lilvd . , Van Fleet to Bayview - Reconstruction Rich:iond 1,027 1,252 `ote: In addition to the above listed projects, the Priority Subcon.,,ittee reviewed a proposal by the count,/ for a new 40-foot wide road between Highway 24 at the Gateway Blvd. Interchange and Moraga t'!ay in the Town of ioraga. The project is not listed in the priorities since it did not con- stitute a formal proposal on an approved FAU route. The county desired a priority determination to use in an effort to prevent the sale of Route 93-77 rir,hts o: way by the ,State. The project ranked llth amo�, the 19 projects reviewed in the San Francisco-Oakland urbanized area, REPORT Or THE CONTRA' COSTA COUNTY URBAN SYSTEM[ TECHNICAL: ADVISORY CO,'DIITTEE 5-YEAR PRIORITY LISTING FOR FEDEIUIL AID URBAN PROJECTS IN THE t_� ANTIOCH-PITTSBURG URBANIZED AREA OF CONTRA COSTA COUNTY FOR THE '"D FISCAL YEARS BEGINNING OCTOBER 1976 AND ENDING SCPTEMB1:R 193 ' PREPARED BY: PRIORITY SUBM"nIITTEE Keith Freeman, Public Works Director, Pinole (Chairman) i Stan Davis, Public t•;orla Director, Antioch Marc Coto, City Engineer, Walnut Creek Maurice Shu, Contra Costa County } Dick Giegling, Cal-Trans Robert Hom, B.A.R.T,D. Frank Lee, M.T.C. Deco„-,Ger 1977 5-YEAR PRIORITY LISTING FOR FEDERAL AID URBAN PROJECT'S IN THE ,ANTIOCH-PITTSBURG URBANIZED AREA OF CONTRA COSTA COLPNTY FOR THE FISCAL YEA.RS BEGINNING OCTOBER 1973 AND ENDING SEPTEMER1983 Tholl ands, of Dollars Priority Project Description Sponsoring FAU Total Accumulative :.umber Agency Funds Funds Total for FAU Funds 1 Railroad Avcnue at 10th Street - widen and Pittsburg $ 93 $ 112 signal reconstruction 2 ldest 10th erect , 0 Street to L Street - Antioch 368 513 reconstruction and widening 3 Idill.cc: Pass Road , Port Chicago Hi h,,.ay to County 98u 1,162 Pittsburg city limit - widening and signalization 4 East 18th Street, Tembath Lane to Cavallo - Antioch 771 1,134 widening to 4 lanes 5 Route 4 at Harbor Street - ovcrcrossing, bridge Caltrans 50C 600 , widening 6 Route 4 at Standard Oil Avenue - new interchange Caltrans 11412 1,700 7 Buchanan Road - between Pittsburg and Antioch County 197 253 city limits In the Boord of Sup.rvisors o; Contra Costa Country, State or California April 25 X19 78 In the Matter of Ordinance(s) Introduced. The following ordinance(s) which amend(s) the Ordinance Code of Contra Costa County as indicated having been introduced, the Board by unanimous vote of the members present waives full reading thereof and fixes May 2 , 1978 as the time for adoption of- same: Amends Section 110272.202 (Subdivision 6) Of the County ordinance Code changing the - name: of the Girls , Center to the Contra Costa County Youth Center at Martinez, California. PASSED by the Board on April 25, 1978 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 — -af fixed this =qday of Aril 79 78 .!_ R_ OLSSON, Clerk By/� c.Y.c.i'�', �-�,�.c..-�.� Deputy Clerk H 24 12174 = 15-M Diana M. Herman ISI i /1 C C In the Board of Supervisors of Contra Costa County, State of Califomia —Apr,i 1 2 5 , 19 In the Matter of Appeal of Richard Marshall, Applicant and Owner, from Orinda Area Planning Commission Denial of Application for Minor Subdivision 164-77, Orinda Area. The Board on April 4, 1978 having fixed May 2, 1978 as the time for hearing on the appeal of Richard Marshall, applicant and owner, from Orinda Area Planning Commission denial of application for Minor Subdivision 164-77, Orinda area; and Supervisor R. I. Schroder this day having called to the attention of the Board an April 24, 1978 letter from Richard Marshall requesting that the hearing be rescheduled to May 30, 1978 to allow additional time for preparation of a soils study report and other pertinent information; and Good cause appearing therefor, this Board HEREBY GIVES NOTICE that on May 2, 1978 it intends to continue the hearing on the aforesaid appeal to May 30, 1978 at 11:05 a.m. IT IS ORDERED that the Clerk give notice of same by mailing a copy of this order to all interested persons. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. ec• R. Marshall Witness my hand and the Seal of the Board of Supervisors Clarice O'Dell affixed this 25thAprilof April 1978 a Director of Planning y SSON, Clerk By -ti Deputy Clerk Lnda Amdahl H-24 4/77 15m t - April zt�, 1'31's A• end d 1 \OTE TO CL.AMMT C aim Against the County, ) The copy oS t► Zz document ma.c.Z.e to you _Z4 yours Routing Endorsements, and ) swt.ice o6 the action .taken on your eta,im by the Board Action. (All Section ) Boaxd oS SupeAv.izots (PaAagnaph 111, bet'_ow) , references are to California ) given puAzuant to Govetnment Code:Seeti.orvs 911 .8,. Governm,!-t Code.) ) 913, 5 915.4. PZeabe no#e the "wa.'tni.ng" below. Claimant: Delores E. Longly, 5353 Buttonwood Ct. , Forestrill, CA 95631 Attorney: Address: Amount: undetermined via County Administrator Date Received: 3/22/78 By delivery to Clerk on 3/22/78 By mail, postmarked on � •� " sors TO: County Counsel FROM: Clerk of the Board of Supervisors 10C . amended ?rD -,9littached is a copy of the above-notedAClaim or Application to File Late Claim. - _ - W91 PLATED: 3/23/78 J. R. OLSSON, Clerk, By ��/ ��- Deputy 11� Jamie L. o son II. FROM: County Counsel TO: Clerk of the Board of •Supervisors 7 (Check one only) ( ✓f,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 Claim (Section 911.6) . DATED: 3 ` .�'�• j7 JOHN B. CLAUSEN, County Counsel, B�. ` ', Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Check one only) ( g ) ThisIClaim is rejected in full. amended ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: April 25,1978 J. R. OLSSON, Clerk, by cJ Deputy Diana M. Herman WARNING TO CLAINMN. ' Government Code Sections 911.3 & 913) You have only 5 months gtom the g op tkiz notice to you � ' c Which to 'iZe a count action on tkZz ne1ected Mv:m (see Govt. Code Sec. 945.0) on 6 monthA Stam tEie deniaZ o6 youiL Appticaticn to Fite a Late Ctaim w dun w1 ich to -et tion a count Coit .,Leti.eS 6nom Section 945.4s claim-6iZi.ng deadU-ne (see Section 946.6) . You may seek f e advice os any a.tca.ney os yeut choice .in connection cvith th s matters. 1i you cvant to cen,6u.P,t an attotneu, you 4houtd do so .cmmcd.iateZy. IV. FROM: Clerk of the -Board TO: (1) County Counsel, (2) County Administrator 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 29;03 DATED: A25,1978 J. R. OLSSON, Clerk, By4Lpril ,c-.✓ Deputy ' Diana M. Berman V. FROM: (1) County Counsel, (2) County Administrator TO: Clerk of the Board of Supervisors Received copies of this Claim or Application and Board Order. DATED: April 25,1978 County Counsel, By County Administrator, By 8. 1 Rev. ;/78 -`' Contra Costs, County _ TO: Contra Costa County R1 Department of Public Works MAR 2.1 1978 Martinez, California Uftice of C CLAIih AGAINST COUNTY OF CONTRACOSTA rT I I L E D (Government Code, Sec. 910) Date: inarevn. i f' , 1978 J. R. OLSSON CLERK BOARD OF SUPERVISORS COtVtRjl. to CO. ..De ut Gentlemen: The undersigned hereby presents the following m against the Count; of Contra Costa: 1. Date of accident or occurrence: Jan 19, .1978 1;00 P.M. 2. Mame and address of claimant: Delores E.Longly I :Lived in Laf. until Feb. 11 ,1978 5353 Buttonwood Ct. Fore sthill ,Calif. 95631 3. Description and D1ace of the accident or occurrence: ' Place of accident-Lafayette Public Library-.:oraga Rd.Laf,e,�a.Inside of library ,tripped over a low sitting bench while walking to the magazine section of library.I fell hard on my chest-face-stomach.P-crerienced chest-shoulder pain nauseau,headaches ,ba.ekache-hot flashes nor 2 reeks as of ' 17,`!978 I still zl un er Dr. have hea�px�gr�e vg� ' , nunDer or trey gent. :: v + , �s equip-Tent if known: Low reading bench was positioned at one end in way of walking isle. 5. . ^escribe the kind and value of damage and attach estimates: '.she ressure on ea area eels like someone hit me OK-H tr R with a p � $�3v� �e����. Sprained neck-injury to spine-spasms. headac:,..-s-,rackachea-will tare weekly Dr.care-Chiropractic visits until stabilized therf twice monthly visits until realeased br Dr.until all symptoms are scone. Please pay all bits di rest to each parts.`I':±ar;k you. /j Signature ✓ Microhm,eu viio- t`^"' —,,4,-r -- .,,:; 1 :... -=4 ,w„^,;•.aa�'4 a « ••«....... . .4.;,e ettaa,.,�..ra•.,r.y rt 4'.! •rn«�!vl:i.. •,NAV•••as_-"a• 4 • _s.✓= • 1..::. .v e.r `ni. 3 16t3l YOACItl VALLEY..ROAU � t. 1•t!itt�/ J. ( . tHt+vl,tls:F:�l %• 1I7+ +:+ r.Ci 1 PAU! NO II!AL141 _?_ �� CK 'CA• ' �3_L_a9.3 N 1-- �•` 4#-11461843111 01 _ t•n/tL'r:T' •.eyT NAtt f. IUitiT vAS+ �~µ :l:+119L •'i;7!,• A4C'•+l!'•i - C,;ItY SrA it' .ti+ t.OtVOfwY i3Et.CI: fi E ! iC3v CAIVALLOU LN LAFAYETTE CA 94549 .• ., . � ,.�ZP 1*1 W1ALaiYtNCi STAY aiATCb1'it iT'-t'+li:of «P .A.lCtfPtf+.. ( ..•.S 1 .1T a+ 3 6:i X311 191 7�' 4.VRtMAa1Y+'AYOR-NAME .s:+'.tltS Wo 5 fa1M£3 i•t L4I«.+t.itt9 ta._uw.,rfuVIS3 At* ..to,t+7 It IC t ,it.GR-AW'tav, ran t.•'.cx' I{ mFaT1ERT X .,.�. ''•SE:.CI 11DARY PAYORS NAME$ '.;c '5 Mayr a AI.allb7ijNt7 •)1,C.404(,tA I'i:•:art t 1) -40 tN IC t JL GROfr MAME t+n •++'t'e4+• • �T` itL y 4 i r tL�l{3ti�`{•..LV L:Yt131Lt_TO • 1030 CA ry ALLER(3 L14 . • LAFAYETTE CA 345+9 PR0FE5S10NAL COMPONENTS LJS•lfcICo- tnr • x32-RAOMLMIt +33+PAT11o10GT ITA-OTHER SCa+tM. •aR •f,:OPE '!• OESCRtr-r.O.; 7 .C t i9' !CTA- GNAC,£c or, pp NiaaT+•wm 'al.It: •ar^+.tt"'t'+ a;:sir PAI^•4t•r Jt +..Tlr-PAtop t+t flibi3�1a RA7Y G4EST Z VIcN`; 5�•7� "19-8 TAME MnS 4.13 _ 32ot:'-g EI)ERIE-«CY :,ERVTC-F F4053 r 01-19--h vlsf:�tlrNcy ROW., FI•IY c697 4140 R4DIOLOGY r OIATN05TIC 4410 TAKE 140ME 0RU-6 a •R;'; � VV 4230 t*I`IMIENCY 14COM 20.Sd 4230 E/R*PHYSICtAN:. j• d �� PLr_l3.',y.:E't� ::�� •4iS�i A 3�::rse�. FORWARD Yo ;r::.it' 3 i:Ia:: ?'.;1:C�Cf3:e;PAPIY. rti. iaS ti• 7.tt+ spit rt9a TOTALS —�► $8 t _ L r_.► � �•----��-ice- 4!,43. STAtf vt a. :A:fP: J••Y> >••• i .3 ^u Z,ti. •.Sa ,rt'lt':as«:E rS•Ct''tt'.}watWt ,^:hLURAbLL•. {r',1. �+•r71 t•t SLOOD +4T• tiJ. +� ._t.rtt•:'Vt •�;!):lf+r.., !ll�,s;. 4t. sv-�.t :. «• af.�•LCT.••t.fs t•.t•aEow_7:Ra•s .Z. Dir-m «LEs f7MOUNT RECORD} '••rte +•!R•L.ta ,.!n, t - 1 D•Dti_frP_E n .Pt%TSt ..• .I.r�.._�.. .. ._L...... »... . VUE Ot:CURRENGES CAtF•ANO GOUT •. C.t31NS,l ae A.•+;:E - T64 Doh IAQaa .TT.OVF pRoaa stC. t111rot-E 0Roia SCC.• UYI llttF FRC." '*}• DATE. ` +7 t,t+a7i t*�< -<"tt ftaY! t 'da ha it t++tti +4. p+,+ PRWAR,PAYAR PAY"ttE1F t4 PAYOR It(.2i P-�Tr/E�lMt ++ t.. a #Al\ •iy'' }#n`\,f(j yf�'��.'�� Sr 7(/�'�� ;/"'may(`'���y�'�) tf-V YLs:A+'!i!•;AtlET Ri7.:13 John 1 Vr�ult ! t/ 1e! 1 1o1 i`L.. l H�..JV�.. b l•:ALTtat7 f:rlFf.:c, CALIF. LT/!�+r! q. a TO PATf£Nt Sitr;t:l: r7,E HQSPLTAL IS ACTMI, `,7-Mi.I A, A-All; i+'11 t:4; t'AT+GNT ACCOUNTS ARE SUBJECT To FINANCE CHARGE IF IN F!L+NCs FOR 'N'i11AANf:E PEN-14111 A'.,V.NED TO IT 7T 410.71 ASStOVE NOT PAID NITHIN 30 DAYS OF BILLING DATE. . NO /+T_,:P0N`+1I11_ITY FOR GtrARrriTl.11rl^.: -" EREp CFaRr.+. • SyOt:>1 FINANCE CHARGE IS COMPUTED BY A_ '•PERIODIC MOVE rr%n P72paagT PA)tOrl AND•:EGY)NDARv CAYOR t.ACTIIA: f:,+,tyi vAt.+. RATE" OF V/2% PER MONTH. WHICH IS AN ANNUAL aE 114.E"ill O!J THE BILLING .'.HEN X1,NEY IS ACTUALLY nEC:E7vED 1 PERCENTAGE RATE OF 18%, APPLIED TO CURRENT S1401,71_T'• At! OVER-Alr!.7ENT DE 17ARE, A IIEFt1ND CHECK WILL.RE-Ull TO ACCOUNT BALANCE THE AUPIGRIZED PARTY THAI IS TRUE ME OVERPAVUENT.. (\ PATIENT COPY U07^48 Microfilmed wift,1--a -^-div : .. fl i 21a 7 8 3 NE cr it ftil� Y.OULD APPRECI.ITL •TOTAL EALANCE DUE' WIThIN 30 DAYS. FLEASL SEE REVEK'SC;• SLUE OF BILL FCR REIMEUSSEMENT f FRLM YOLA INSURANCE COMPANY. V. UC NOT 8 LLL INSURANCE. aiakti�'J�ct�P1ii "it�suRA�icE tc:sii«uerloris. i , 3E5E GELCRES LONELY DIABLO VALLEY RADICLCGY IC3C CAVAI.LERC LN P.c. ecx 2668 149 572 LAFAYETTE -CA 94549 DUBLIN CA 94566 t PRCVIDER tE ZZZ78161Z I REIM* tt tn:lEc P.?ttCt;c, ,t 4:Eit�'iS r A DIAELC_ VALLEY kACICLCGY GRGUP �ESL'572 .L1:- �.:. .Z.!f'..'.::Y 'y . .,.� .t .L:;•S..�'.�:1� '`'. 'K,Z:.r yt,l;'itr ,..3 ..i��• •r„"-1..7 i.�..T�w?f. .•...?....!�t.. t_��•_.•..��*� ;L-C-NGLY GELOSES 7.IC2C26CH- ST Z VIEWS 0119 7.2E k ,— IDR. t4CIVCR 1168 KEFEURING DOCT0R0119 RAUICLCGISTS JChN N.LIR MENC91AL hOSP ITAL wALNU7 CREEK . CA. 8L5 INESS OFF 10E PHONE A 535-0935 i - t ; `` 7 2,�yE_ . -_. . i _' _ �• i._. _'_____—_ _ _!� 7.25 MEW Microfilmed with board order /AVMSNtS ■ECEIVED AiTtR 141 ' Nft L%SA• ,Y INE DATES SERVICESSMTATEMENT DAtf Witt A/IfARON WfnE tFND•Rt D. l • • • • • Youe NEtr STATEENT. 1 —:!ATE REF. JESCRIPTICI'1 CH:F:ES t CRE O!iS BAIA;:CE 011--29-78 BALANCE FORWARD 8.5 p Ia 900 88q, 15 TOTAL 88# 15 t00 88. 15 PATIENT BALANCE DUE IJ-yr-, RFII INDER;+ THIS ACCOUNT REMa INS UN A IO t 1601 YGNAuo VALLEY RD. . 41s/91 PLEASE R.£f1I7 TODAY,, - PLEASE ENTER AMOUNT Pr DATE 0305+ 8 ` • 8815 ACCOUNT NUMBER 355857E ACCOUNT NUM3ER 36 RONALD LONGLY STATE MENT03-05-79 RONALD LONELY 1030 CAVALLERO LN DATE 1030 CAVALLE.K LAFAYETTE CA 94549 John Muir Memorial Hospital LAFAYETTE CA D£LORE5 E L - IL01 YGNACIO VALLEY tD.-WALNUT CREEK,CA. 14SYR SIS/7]E•IE00 �.� 3 ` C Y 1 i .3 F c , H 1 ! • JS Microfilmed with board orcer t its=' �I�. �r._ itlinr•:U }. _ _.____��_.,._ _.� t r ..c ra•.r ,t.t.i•.+T:r } Cly .�fJ 7t R PNZI til.: 11. re .a, 1:,i - w- s{ '1t11. clryt�f l'f 1 _ • 1'r?T ti I-iA1_,#0.,C_C` OVI • WI PI 1:4 30 GAYS. rtLV-1 :,c:. �'�.E. -E-EVr I? r`• • 1i)i_ Cr- ,•ILL r"UT RE I IIFUUS *4C`1T + Y-IL;i I N:-IUP AMCt- Ciz-IPANY. .A;T f'ILL I..`_`UgA_4C4=. __ __ _ _ � f _•:rr .?'•:".. .t.•.-eels`...!'..-+ - SEE ArrixtiED COFY FOR INSURANCE V. AICTIONS. ` t:C FFA111 ti{ •._. ,,1 1);lLrl iz' _. I. 'NGL Y D11E31-0 VALLEY RADICLC'GY 1030 CAVAL.LF'"'! IJ'}. P.O. ErIX 26::+H 149 . L\F -NYE-TIC: _: f)U3LIN CA 94566 PPrTVIUEI: 'E ZZZ78161Z f Yr'i THIS tMVER PORIION FOR V01M "Ii sQt` SZ-7C13C_�VAL1_ElT" ++T1I:'I C'vZ' CF, ,;1 F r�Ewous 01237 7.25 658572 i qAtANCE 1 t .+ 3�—ia�-i r ` xi st'li~�'S•>tiC`��.�. ...�.;•`��t�iJ��i� '+,.....�J!:.=. f.T.-l2Z'.Sl ' v AI)irL riGIST; JOHN' *•':-1 I '} ir'd:)r= IAL HUS u IT AL WALNUT C'2F 1 'C• CA. }'•S:f.tS y i� �„� {: z USI : C` } iI ('i iI'Ji- K .935-0935 4f '� .''�,,; .•'�, +� . It t-11 7 7. a _ i' • 1 y 01 Microfilmed with board order URTHOPWIC: W ;ls':-:r srATEMENT • ROBERT R. MCIVOR, M.D. 120 La Casa Via Walnut Creek, Calif. 94598pu AND `''` ��3:•'1[: 1 Stl l.'_'. :(cn ld Lo i^'1 V r r�E; •: J •� s 1 i PLEASE RETURN UPPER PORTION WITH PAYMENT. t1 R V S NO.ow DATE DESCRIPTION CODE FEE PAYMENT BALANCE FEB 16 ? 90020 1 2 5.0 2 5;•0 0 :AM 29 77 24 2 5.0 0 00 JAN 2 5 7 FE 9 00 70 1 2 5.0 �• JAN 2 5 7 E, 72050 . 2 5 2 4.0 4 9.0 0 • .I/A. 25 78 99070Ptt_t_01, 2 1 9.0 5 1•0 0 •L •1`�. �t • ,t 1 PLY LAST AMOUNT t .N T..S COLUMN EXPLANATION OF SERVICE CODE I " v1 � .n•n•L v.s•T •y .�r.r �• ■.•r.wvcr s•v O•Sc•••wbt :O fY+GL•_H7 S• o•..Ct..s.T w+.t• •: SL+G[+• 2• owrYO/[O•C sL1//L'LS ••Js/.T•L v S1• •) • •ww03+•r :a 'rSV+.•.![SU Dr••r[o 7 ■+...ft o—ca •• D•S[OG+.r •D1 o+cO++t••'oY e CAD, •, r•(LOG--- CAD,O.• . •'OMNI•.•.OM•N••OS/ :S Mrr(rf.weJw•Mc[ • 1r1tcT.or•s+.+•T.ow •• CO••SYN.••ON.r01.•!( a• y / rOS/.•,LL[rt+G[rC,+OOr •• [fYvL[Sc[wT••OY ...s.• pp •'r4 Microfilmed with board order �.� ,. ..c Ll ty RECEIVED `: MAR 61978 TO: Contra Costa County MAR 6 Office of Department of Public works rLuifC v,,,npu.S DEPA ir. =iW County Mministrwar Martinez, California CLAI.�1 AGAINST COUNTY OF CONTRA COSTA (Government Code, Sec. 910) '�� 1972' J. R. OLSSOU RK BOARD Or SUPERVISORS Date: Feb.2 +,1978 B ..�sIUUL S_11 ...De Gentlemen: The undersigned hereby presents the following claim yn-inst the:. .e.. C—i:i;.j of Conttr%a Costa: 1. Date of accident or occurrence: dan.19,1978 2. Name and address of claimant: !,lved at prevaoua adaresss to Feb.Jl,l9'(6 .Delores E.Longly 103U Cavallero Ln. 5353 Buttonwood Ct. Lafayette ,Ca.94549 Foresthill ,Calif.95G51 'Lip. 3. Description and place of the accident or occurrence: Accident occured at Lafayette Public Library,Moraga Rd.La.f,Ca. While getting library books inside of library;walxine- toward o1a - magazine sect!,,n, I tripped because one of the low reading benches was in the way,one end of it-far end away from me was pulled out in the open walking area. -4c Names of County employees involved, and t e, make and number of equipment if known: 1t caused me to Tali forward hard on my cnest- face and stv a ,a. 0 1 rroke no bones but have had neadaches-hard backaches- swollen face-constlant pressure on whole head area-wnicn comes and goes--cur- circulation -nuiiencss in narius at times.After moving to a new arca , 1 am under the care of a Chiropractic Dr.Gilbert Smith,Auburn ,Ca.until released from Dr. �. "ascribe I;." k4r.d andvalue 0: damage dnd dLLacn estimates: care. I ass under a Dr. 's care , so I don't know how long it will take for my. system to recover from this accident. Tr_e Ri ciimond uniroprac:ti c ,Inc. nas complete exreys and a repurt u1' ine accident _finaings. relores .t..iC:ngly 4/ /✓J Signature K,crotilmed with board order •Y ItICHMONI3 CHIROPRACTIC OF171CI: 3421 6oldc'n Cia(c Way !��, ;, :• i Lafa)-ette, California 9jf549 %s ; 284-1575 i s Ronal: J. Richmond, D. C Stanley iC Walker,D.C ��:• .►. �v a.... :a� .ri -fie. .�_. i1 • t ' i ASSIGNMENT AND AUTIUMIGATION 1 PRIVATE AND GROUP AC CIDENT AND IIkAI:l'11 INSURANCE I herelky request 'Nano• a t,umli:in� ti I.„ =•.�,_ ''- ,.: :� �f", �,.,�,�•�.=-j,�- to pay direct to RICLWOhD CHMOPPLACTM E C. the Sum of $ of procceds 1rkvable untlt•rthr Ivrnls ul Policy No. Se r' or VIII-111 111. j on account of claim ticcurring on or about Date I specifically authorize that this sssignmt•nl mai• be paid from ANY 1 1 benefits due me under this claim, either from disability l,cnt•lits (oil medical payments. or hath. I understand and al;rrr that ani• etrq,aid' balances not.covered lk%- this policy will liv paid Its• me. I also authorized Dr. _S±.aI11Q.lt_ - Walker-- Lu rvIvast• am•i inforriation. pertinent to nl% ease. tet :111 Inauranrt tlltul,:,n} ; adjuster or attorllvy involved in ille vast.. Dated at this Feb. 10 _• 1 78; - - t Cily and Niall. !)att• ' 11 Siclt:tlu i• !'�tlii � I1+djI •1' _�-'_^�_� I ti1::11ai111'. \!.1 I Ilttlittll 11 Jlli:jl 111: 11 11fI111 1 its Ill•1• r Microbi ned with board order x TYPE C:, I'1l441 CAL ! !,TANnARD OTHER "Al IENr K. INSUREM (SUBSCRIBET,17--,*.-•-!FO.'!oi%IATI 1-I i-Wl� 3 -%5k,9;EO'S 1410"t. tFolf —lad-1'I'll--f.l0st Mr—J LONGLY, DELORES 10 2f 41 : CONTRA COSTR LIB t= 10§0--CAT,J`RLLERO LANffR mZwtu.I),.;wtour No in.r.-oup N.) CONTRA COSTA LIBRARY j -1 d tt- -L:!!:l!11) 11 1'J1:;UVEU'5 Auonr!;s ist--t vrv.jfxe..?fP cod-) _j AWO A'A"111NI '1-@30-CAVALLER0t8NE- s —LAFAYETTE7;---GA-9A5A2_ EI- 12 PATI!:%--'S,04 AVIADRIZED PERSONS SIGNATURE Welij Aei Wo-1 11-9-1-91 4 A.'"•.—I.4�_.#— M,-P.—is. MYSOCIAN Off SL*PL*f OF r04 S4FNV#Ct 01`51791810 SIFLOW 4-FOICARr Eli—-40--—pr rl,P.,.r.fiiill.A..vai P14YSICIAN 013 SUFPLIER INFOHMATION 14 Dl*,! ! (-A!',PATIE?,!Y C.Vr.II t#AU r.;-VE Oil SIMILAR SY0.1-PTOMSY `bi 01 20 78 -- E q F11--I INJ NO 1'4 T -1 f R L,.%14 11; I)-.IIS(7);PARTIAL(ItSABiLITV THITOIIGH -0 ION 19 FEFEAqI1vG PttSSICIA%'0R 071'r-s—SOU-Ml Fi�ITgCR�IECI;JrLLAIEO TO HOSPITALIZATION GIVE HOSPITALIZATION DATES ADMITTED ]DISCHARGED ',L IZ44 i--;;I%ofm L)Ire o1f.4 1i: vjAs LABORATORY WORK PEHFonooEo OUTSIDE YOUR OFFICE? I VES0 I C ARGES ?3 0. NY K;4 RF1 �HERS 1,:1.1,ETC OR DX CODE );�c 71 Z}VA 1%Y NY.lir I Mk TRIPPED OVER BENCH 114 141' -"SLE FAMILY PLANNING SERVICE ICDA DIAGNOSTIC CODES LISTED A I! 1 044ms.MAE 1 E F !_CAVE VLANK I . -7--.T 7 V4 CHARGES NT-O/V; H I ST-E- ---1— 16 if--0 :Oi 20 78 90040 O/V BRIEF EX/T 2 ;E8871 :12, 2 ot ----- ------------------ -4 101 21 it 90040 O/V BRIEF EX/T 2 7-2-9. 15 12j 2. O/V-BRIEF-EX/T ------ 0:1 28 78 90040 Osis BRIEF EXl'T 2 1728 5 121 2. s--`q0046-- Cr/V- ERIE?-E ;;=T---- Z_2 01. 31 78 90040 O/V BRIEF EX/t 2 72-3. 5 is .02 2 78 90040 O. BRIEF EX/T 7 2 511. : 02 6 78 91-3040 O/V BRIEF EX/1 :1 IRT.AT :121 2�r k � t� ;( 11-0-2 3 -78. 9004U1 __7 "O.,"V BRIEF EX/T 2 ---i7_28f"-:12j 02 :10 76 9-P-3040 O/V BRIEF EX/T 2 :728. 5 :1.21 2 C, 7 • ------T_ is -w *!--oniod *R AMOUNT Pr-in BALANCE DUE j.. I% 9—JU Ito-t.... ".:1 -202 -9 0 r-IN oR .urt It--;•i;A%7.( A,"C-4ESS.PROVIDER"JUMEER. � � ���t��J� � •I 1 _ t L j.: .sr CLIVE 6 ',Ei Er-„•.E t.*o . . . . . . . RICHMOND L'i 1 *4.t 173041-3-3LON S-4-2-125?931 CHIROPRAC-TIC, I A34":5J 3421 GOLDEN GATE WAY LAFAYETTE CA 94549 .6, A 4 ul !-I I Q_ ,ate RIC,1H-M0 !D CHIROPRACTIC- OFFICE 3471 C,oIdcn Gate'Way � . 3_:fayettc, California 94549 'r t-• i 284-1575 j Ronald J. Ricmood.D. C Stanley K.Walker.D.C � 'r"~� �F`��-:+y..""►�:vi�.r•...,� 5 w 1`A�M� -•A`L 1 t i ASSIGNMENT AND Al:'t'!ic)[tl"l.ATION PrUVATE AND GROUP ACCIDENT AND HEAt:r'il [I SURANC El ' i herabv request GentEa ► � _ •-.1 -•:;•�--`w .._ to pay direct to RMHHOND CHLROPPACT'IC,MG 1 the sum of $ tsf proceeds underthe it•t•ms ul! Policy No. Series t,l• Form Ni). {!{ on account of claim occurring on or about 1 Date I specifically authorize that this assigntnt•nt mai• liv laid from ANY; i benefits due me under this claim, either from disability bent•1-ils.o:y medical payments, or. hath. Lundvi-stand and agave that any untjaid balances not covered by this l,oliv.% will I)v paid by me. I also nuthcirized Dr. -S ani,ey_K_ Wal kQr lu rc•It•ast• ;u�.1' information, pc:riincnl to 111.Vcast•, to ally iitsur:uu r L adjuster.%,,r attorney involved in the vase. ' _ • !, Dated at _ this Feb. 10 — t,178� Citi• and State D.111• Si. n:�ttt •�• t� l'�,itr�_hJ�I,•r- s _ j ' - • -•�._��t£,,__�` �?a ISP _._. ..__.._..�' '. t tii:;tcttur�• C l'IattuatN t! •blti, lhat, l,ultt ItsItth r t �.J.4 Microfilmed with board order . +k -.LLi•J171•IIl�•ta:,I{:rf)Nl Lt7\IPII Tn...{Ut;p.tax. ,••::.t:n,.. TYPE 014 PMtit �ME61CARF, • �.J Mr-11--CAL t �STANDARD Cl OTHER Or / PATI!N't & INSURED (SUBSCRIf3ERI lNfC;Rrri,'111OrJ •_..�t r.L.•_ —._ ! •tt is•=i..vv.-r,s n.x.7.1 j INSIORE-ON NANIF. ,Fn+r .n+..:r.nn=Ob.r.ra-t fair mr-w/ i LONGLY, DELORES 10 3 41 CONTRA COSTA LIBRARY a Daftltl5•t�'��:l�::�s�•.•,.or,.�r.r- .ir:.:n1 5 =:.:7i�"I'T •I -- ( t; jtu564&Sil)ralj.WiBICCANENO.JU OICADNO • I �O'OR AtE 1 k{ lrr»,ALE i __354-4$-243_? ..03 F0 GA'I •---•&-LR E_ 1 �'�iift7.1 -i.iAlu• ••1+i.i +'•:.:=—�'P IN'WRED'SGROUP"t0 r - ..{.:FIFA TLS 1--T - - - ���`'� + .:.r_ _•_._.-- 'ntrq u /O.G uvP N+wtw/ _ _ _ � i—_Xjj CONTRA COSTA _LIBRARY 9 OT•+ER'+!A I•=Iw�tiltI'(jt•t I:A;.; 1 •.. 1:1 i.•1;t',r•.:•1 r',":I :IF I)TO �A 11URRElYS AIiDNE5%151-cer,rov.sralr.ZIP elwel Assold-rr Fr:•••I:• A 1'.• is t,c:i:�l s»•.1t IJI r s j \rsi X _lF:o ' n A•yt::f(tACCOriIRT •1-�3�-4"'Pls TT PafiEtiitiO�i�aU7NOR12LOPEN5UY5SIGtt:ATU4-1kew•/ACII+•W.riynxg/ ---•�• tJ rAUFOVIVflFiAryEhipritfGfAtRF.Vif#Ts/pYhriASOGAWD I A.Irww e:.4.r M--r II•ee/=Mw-wnw Vrtnu,W VW_My Cb n r+s Iver.•=M— ,u= � OWSKMM On SIMt2NA FOR SFRIPWF OFSCOWD/FLOW .•FO,C"ff F.+Lq 11"w•••fr Lrrvf w M mr PW9,W Av,rw&.a-r~w ft— t rrr•Sl.� • PHYMi;1AN OR SUP f•sf=tyit�'ictf1A;J 14 DATI vt _ - ql'.!'.•d uitit.,••:i'T•• .•R li'• '1411 I Ui•1 , •,:t 7•,7 1,. i1hE nA11t r ( : . EVER HAD •A:,7L•rip S mot.An SY6:PTOLISr I'J!L•t••,.aC•Uf7f.`.i nq Ytut rIl•fANfa.. •,,•.• ti 01 $ f ,t I NJ O.L G43 ` rES�— !Yo 17. DATE lim"tt47f I)MAI-A•:` MnA+CS OF PARTIAL DIFARiUir _ AITU+i^:"r•:Win•, , F R;?• Rn:t fNNOL'GN t4-MME aND aCOpF OF pEFEq�i�.G PFirSI iA�.Pt:^7:, is r• --' -►•.. , �--•- C L SMORCE 0 TCN SERVICES ItCLATED TO IIO$P114LIZAFIO.4 GIVE HOSPITALIZATION OATFS _ ______ aDti='TED 'DISCNaRGEo :1 erAt:E b ADDRESS OF�4�Ii7TY Y,+IEHle SI•RVtcES t:EwnE 1:E7 i/!.IrSr.•wA••n.•::r o•Pir.'./ -• 22.•WAS jABORATORY WORK PERFOROJED CUTSiDE YOUR OFFICE' VES f`C7j_NO CHA14GCS :�Srnta:r-:c n`ii tiaivn[CIii:�[5 nn tri l=.\�:�t:rE ;1�•,fi(Y•:�Tit P{liU'l I+.la• •Y CIIIA•.+N r7 NV nt•rER1!W:E TO YU7tni As'0.-J'.[it od air coi:E T TRIPPED OVER BENCH IN AISLE rar.,LY PLANNIUM SERVICE a ICDR DIAGNOSTIC CODES LISTED B�PRrIC[fMr•tl... -1- .... C _. -.._.. —._—. D E F LE 5V6 BLAN7R \y' DATE OF j:,-., NUVOt It =.•.• ;t .. -r:•...:,,•.�•,Iwl a:•kl't.+:t ti DATE t! i.• I«--...•._•... �:,. •••:•...r' ..;;..,:••r•L•l :tr•: I^I,I,ti{tL• 1 2 2 jA 6 7 • • >E CHARGES _ •� 1'n,�:. .. c,•v, s,ry c••. •. : 'd •.:'.:•,f'.u. ..;r�.rlgt s•.Ct r.l 0040 .I O/V-BRIEF-EX7t--_._..2__ �$ _1�;,.2 _ I -- - =-' -----�--- -- -i- -1-- ! 1 1 -- --T---TITis.,��----- --- '----'------------------------fi---- ----- -- - --- ----- - ------ - Cc!!r-•al rie,.art:Ind iniurn;:inn ccnIm ned .- Ncreitiprovid.dloku»eandCr?::Y:?SL::�:rmG:Cii:^i!i•7:.a d 'r.-xn only and Rs 1c- 1 ^'�:;' Y 7 •jV i�� :..i •M'.•:t'l,Y:.�jr'li L7.F�i -- ----•-_._yet .at;l:o:izad td_1or%v_,rd :1:1;, it c.mnna:ion to any aftr ---+'------ (---— -- -T PG --------- -rson or entity. t � 1 � ,' :• I r- :5 SIG{;a•t SIF Dr•r•ns,C1A:J PI+ I;nl•, lti Y ,!I T Ay:r.,;•;•, i:/ T(ITAL CHAP(,. �.s .::r,�••:r cal e. • • � Bala::CE DUE I tA'•td.rnlr•l•,•r•a:l.e.r rrr,rft••:.A r'.w y r,p. j r.:•. .........,,� :f•-�./ � �� � no 4 ti e AM raw.,?it+ p+ 3 :i•.=INw*.,w=f :r[+.t. J S �` }_� / r `!.'� •ti 71 :..v:!..1 i.j:tiN!:4.1L1f•::•:4•:E.h::ORjris( WX DE�rrU51AEN, _ •L..� (, .�;V�/�!! \..;iW '...I E ,t Tr LFr=/0':E an •l K(;I:I.:I:•r.U7+IrY =,r)I ..f •• f r•r,t Z-78 i 1• .1.,f ): \lr�. uP:.T1�i�7'v:.iL'•.n.17 •at' -._._. _ .._ _. • '• ;1..=r.st•_ . RICHMOFID. 0049.BSLON ••) _' • . . _ � . 54-��55��3. I . CHIROPRACTIC. INC. . ."Tarr rFc'c:JIs - - -- - ----- -- 3421 GOLDEN GATE tJAY 1 :•�, Ir;�:rlt It alHO•.nrnL 7 _„�.• r::!a:••(Matt r:I•E' 1 n\ LAFAYETTE CA 54545 2 •f+•1• (:�rrt•aTh- a•I:a•n••1. T :'ftI ''Ilr:•`.Un�C;.^.la{r11r lt i .. va'•'\,.�,tr\..i n •nt u•,P,:iiy'.•fl,••,': 1 [ i,, ,:r !•• ,, A ,,, ,.,,L;,.,,,:,,,„lf ANcroiilmed with board order u• ;t••+t•.:.R= t o►tuT t •r..i p_ f.f'-$it•:•r,.•1 11 !WWI.Af .41'11.81\ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Granting ) Permit under Section 418-2.004 ) of the Ordinance Code of Contra ) April 25, 1978 Costa County ) Permit No. 128 Henry F_ Duarte DBA Duarte Hog Ranch Alhambra Valley Road Martinez, CA 94553 Effective April 25, 1978 This permit is granted subject to the following provisions: 1. Post the $2,000 bond with the Board of Supervisors as required by Section 418-2.006 of the Ordinance Code. 2. Every vehicle used in the business of refuse• collec- .tion shall have painted on the outside of each side wall of the hauling body, in letters not less than four (4) inches high and one (1) inch wide, the • following legible information in a color contrasting with the body color. a. Name of refuse collector b. Permit number issued by the Board of Supervisors c. Number of vehicle, if more than one vehicle is operated by the collector. 3. Maintain the premises in a manner devoid of all accumulations of refuse. 4. Store all feedstuffs so as to totally preclude the availability of this material as food for rodents or breeding sources for flies. 5. Maintain all equipment in a reasonably clean fashion; transporting or collecting vehicles shall be kept clean, free from odors, and acceptable to the Health Officer. 6. A means shall be provided to cever and contain refuse securely within the hauling body of every collecting or transporting vehicle so that no refuse shall escape. 7. Establish an intensive trapping and baiting program to eliminate the present population of rats. S. Failure to operate the transport and hog feeding opera- tions in strict compliance withtthe conditions specified herein will result in revocation of the permit and forfeiture of the bond. PASSED by the Board April 25, 1978. cc: Mr. H.F. Duarte County Health Officer Director, Human Resources iiz iia CERTIFIED COPY Agency t r••rt?fy that ihi< i; � :;til, true ,� correct Copy of -.:,i .,.n. .+: i= nn file in my ofri, County Counsel and ;`.a: T: d by the Board of County Administrator C.-diforld 1. on Dilra M. Harman its•.• In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 7_• In the Matter of Amendment #1 to WIN-COD Contract with the State of California Employment Development Department to provide employment for WIN-COD participants The Board having considered the recommendation of the Director of Personnel regarding approval of an amendment to the County's WIN-COD Contract with the State of California IDD, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Amendment #1 to Contract #11'IN-COD-OJT 9400-308 (State Registration No. 78000868) with the State of California Employment Development Department to extend the term of said contract through January sl, 1979 and to make certain adjustments in the contract budget in order to provide on-the-job training employment for Work Incentive-Career Opportunity Development (WIN-COD) Program participants in various County departments through January 31, 1979 with the State reim- bursing the County for up to $145,544 in related costs, and under terms and conditions as more particularly set forth in said contract amendment. PASSED BY THE MARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Civil Service Witness my hand and the Seal of the Board of cc: County Audi tor-Controllersuoervisors County Administrator affixed this 25th day of April 1978 All departments involved (To be distributed by Civil Service) J. R. OLSSON, Clerk � By i L - Deputy Clerk Maxine M. Neufe H-24 4/77 15m - ICT MIEND ENT OF CONTRACT PROJECT CODE 25B :REGISTRATION M. 78000868 ArirErirDr1ENT # CONTRACT NO. WIN-COD-OJT 1 �.•-, ; 9400-308PA GEt 1 of' 5 BEWEEN THE STATE OF CALIFORNIA EMPLO)WENT DEVEILPrE11T DEPARTMETIr HERr.IPlA= CALLED EDD AND CONTRA COSTA COUNTY The above-referenced contract is amended by written agreement of both parties, effective 4-01-78 , as follows: See Exhibit ^A^, "Amendment of Contract" T2 pages}, and Attachment I - TRevisedl, "Cost Schedule and Budget" U pages}, attached hereto and incorporated herein by reference. Except as hereby amended, all terms and coed ti-ons of the contract remain unchanged and in full force ani effect. IN WITNESS WHE'�IF, this amendment has been signed in quadruplicate by and on behalf of the parties hereto this day. DATED' APR 2 5 197 AMPLO RACTOR EE1.T YME??T DEVELOPMENT DEPARTME, SIGNATURE SIGNATURE Chairman, Board of Supervisors E TITLE ContraTCosta County Board of Supervisors ADDRES artinez.Ca-ifornia 945 TELEPHONE ADDRESS 7TELEPHOTIE Attn: G. Ci,;;f Cleric DATE APPROVED -DE $050 A Rev. 1 Q5-74) Microfilmed with board order EXHIBIT ^A^ {page 1 of 21 f` AMENDMENT OF CONTRACT PROJECT CODE 258 REGISTRATION NO. 78000868 AMENDMENT I I CONTRACT NO. WIN-COD-OJT 9400-308 PAGE 1 2 of 5 The above-referenced contract is amended as follows: 1• Page 1, paragraph 1 is amended to extend the term of the contract from December 1, 1977 through September 30, 1978 to December 11 1977 through January 31, 1979 to reflect the delay in commencement of the contract and to provide the full 9 months training period per enrollee. 2. Page 1, paragraph 2 is amended to reflect the fact that a total of 19 positions have been deleted under this contract. A total of 14 trainee positions have been deleted from the original 33 trainee slots - four {4} Typist Clerk Trainees and ten {10} Eligibility Worker Trainees. 3. To reflect the reduced contract amount from a total of $252,203 for FY 77/78 to a, total of $145,544 — $97,615 for FY 77/78 and $47,929 for FY 78/79, page 4, paragraph 11 is revised to read: ^11- Insofar as funds are available to the Department under Section 431 {a} of the Social Security Act and Section 5251 of the Unemployment Insurance Code for the purpose of financing this contract for Federal Fiscal Year 77/78 and Federal Fiscal Year 78/79, the Department shall reimburse the Contractor a total cost under this contract of $145,544.00, as shown in the Cost Schedule and Budget Summary, attached hereto and incorporated herein as Attachment 1 {revised}. The total cost to be reimbursed to the Contractor shall not exceed $97,615.00 in Federal Fiscal Year 77/78, with the balance of total cost under this contract to be W Project Code 258 Exhibit A {page 2 of 21 .'AMENDMENT * 1 Registration no. 78000868 Page 3 of 5 Contract no. WIN-COD-OJT 9400-308 reimbursed to the Contractor in Federal Fiscal Year 78/79. This total shall be an amount not to exceed 100% of the Contractor's costs, including fringe benefits, of employing participants as specified in Attachment 1 {revised}. In no event shall the Contractor be entitled to reimbursement under this contract for any costs incurred during a given federal fiscal year in excess of the amount for such federal fiscal year specified in or com- puted pursuant to this paragraph. 4. The total amount of fringe benefits per trainee have been adjusted from 30.32% for Typist Clerk Trainees and 23.61% for Custodian I to 21. 40% and 28.81% respectively. The fringe benefit change reflects the increased OASDI contribution effective 1-1-78, and the anticipated increase of Health & Welfare benefits effective 8-1-78. The fringe benefits are further adjusted to reflect a 5% hazard pay for I Typist Clerk Trainee and a 5% shift differential pay for Custodian I. The revised Attachment I, "Cost Schedule and Budget", attached hereto and incorporated herein by reference, reflects the above- described budget adjustments and replaces prior Attachment I. Project Code 258 WIN—COD OJT 9400-308 ' Amendment 1 1 Registration No. 78000868 4 Page * 4 of 5 Page 1 oF 2 of Attachment I revised ATTACHMENT I -[revised)- COST revised}COST SCHEDULE AND BUDGET Contra Costa County Trevised} 19 TRAINEES 17 Typist Clerk Trainees *9 Months Training 3 months training at $634.00 x 17 trainees = $32, 429 **3 months training at $666.00 x 17 trainees = 34,066 *3 months training at $699.00 x 17 trainees = 35,754 SUBTOTAL $102,249 Fringe Benefits at 21. 40% {Includes: OASDI 6.05, Health & Welfare 15.00, Comp. Ins. . 3511 21,881 TOTAL TYPIST CLERK SALARIES $124,130 2 Custodian I 0#9 Months Training 3 months training at $768.00 x 2 trainees = $ 4,838 **3 months training at $807.00 x 2 trainees = 5,084 *3 months training at $847.00 x 2 trainees = 5,336 SUBTOTAL 15,258 Fringe Benefits at 28.81% {Includes: OASDI 6.05, Health & Welfare 15.00, Comp. Ins. 7.7581 42396 TOTAL CUSTODIAN I SALARIES $ 19,654 TOTAL SALARIES $143;784 • -c- WIN-COD OJT NO 9400-308 ,,Page 5 of 5 REGISTRATION NO 78000868 • ATTACHMENT I Page 2 of 2 Attachment I COST SCHEDULE AND BUDGET {revised} CONTRA COSTA COUNTY TOTAL SALARIES {Brought forward} _ $143,784 Physical Examinations at $80-00 each -E 22 trainees x $80.001 = 1,760 TOTAL AMOUNT OF CONTRACT $145,544 + Includes 5% hazard pay for I Typist Clerk Trainee. * Includes anticipated 5% merit increase after 6 months. * Includes anticipated 52 cost of living increase effective July 1, 1978. -an -Includes 5% shift differential pay- f C C • In the Board of Supervisors of Contra Costa County, State of California April 219 7A In the Matter of In the Matter of Community Services Administration Grant Action No. 90188 for a Summer Youth Recreation Program IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute and submit to Community Services Administration a Giant Application in the amount of $12,070 and an agreement for Delegation of Activities for the continuation of the Summer Youth Recreation Program to be administered by the County Superintendent of Schools during the period June 19, 1978 through September 30, 1978. Passed by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig. Dept. : Supt. of Schools witness my hand and the Seal of the Board of cc: Robert W. Hughes Supervisors Nick Gonzales affixed this 25th day of April 19 78 rnnrtj� Administrator Director , Human Resources J. R. OLSSON, Clerk Agency B ami' County Auditor y ' Deputy Clerk U. S. Community Services Jeanne 0. '-iagl' Admin, c/o School Supt. H-24 4/77 15m --�7���tz����o�t C � 8 � � YouthSupervisors for Contra Costa County Noiqhborhobd Nick Conzales , Ir NYC Director 4 15) 944-3300 16-1,9-7'1 9-30-78 90188-01 . Corps (NYC) 7") Santa Barbara Road Leasant Hill] Calif .! 9,1523 I PA C-tVI-11:1 n::Cljt r"C-1 T I A GO A 1- 11—. ` ^' , - .' 0' � Summer Youth 8�crea~ | l ��� 0��/S�BP Coordinator will / - - NO�8 ��� '- tion Program (SYBP) ' work in cooperation with �9 M to provide Community Service Jqeocieo ,«ual recreational ' otivit s Public Sobonlo / county Social Services , and City Park andd i to economically Recreation departments to 0 weg recruit youth from low income the ages of eight ano target areas. 11hrough these ` | ti=~^ ~~^^ ` -e- will be ^- | ' Activity to be served | Camping 200 � | ouatu/y ^ ^ ~,, 1 , 800 Field Trips 1 , 000 ' ! � . . ! - | ( / `111~... -..T_. I f.' ' - -.!-� �^ ^"~p'°� ��/m,"� o c ^ on ~x/"npAL. 0r`CcoC,/ Gpv:"�'vGoC~"p = ' --' R. I . Schroder, Choizmari - Board of Supervisors \ Aril 1912� LI).` . . . ° • A�i't:1C:>ci'i' CcR i H--CATIONS ( J-.r.~ i .•.:1•.....,trn,.,. ` Irlret•d prnpnna ..n.l.r $-r tan- :-=. J:rtrnrti rand C::/GN: r,U: 9Q188_Q FUZ L•1A UiC ONLY 1�..,• , P14,1 I'rn r-nn7 undr♦ SrCtlnn :r:a•mf Lawn es.tr t.:n• 4 y - rrwMC OF • S+ PROicCr I�ar.aGctt U:•;dell\r10r\ ^J4Tc FEC=tVc(} envie I)ra•rinynrne Grnnla ander Til. i'1!aJ fhr C.,n-• t N U. [ munitr 5-micrs elcL) _ I Helen GiLrtore SECTION 1. FORMER COMMUNITY 5cRV10ES r'a Di.iitilSTRATION EJ14?LOY ZS (LArfJ: '•}•rt"1,-thio .J t:.r Ilna:.rrr Ir ani nJ twl7r 7ur71.nna as �naatav!.f 1. I)oct any perrt,n who was. employed Sly C'A Within t:C Inst1_t::ar.ta,l...n-r{-r nanrrc•.I.,r ne part-r,.•n!rnpin7!�nr eOn lnlrRnil ie-:Y�JG Chief cxccctive•+Hi(er of.ur - co t4r ruv:•r[nn;:rare!L. ut h.,.e any financial irtrrcst in: fa)tat appi,eant :c_trr,ty; (b)do•gent y to i which III(: app•:;cartt ;;I delcrJ;e t'te adm;ni,trarttnt ca any jurt Cf c ;-fC:farn� is E;)a j-to,peceive ccn,ractcr(t sticontractor v+ho will have s t:ontr;tct for :},uGi1 rx rmve, !. i)e,es .Iny such person scfv,: in any executive cap.:city, in a p+os;tion p.tyins :note than jpii,C.fir) p'r year, for an,of :^e above .tF:;ncies? 3. Is any soca person expected to worl, on the which is to be supported by tac Stant? i. }las any such person pactic;^:•cell, or will any :uch person participate, in tate pmp-ara:mei of this appi;ea:ion cc in conlmunie.t- tio^m. with CSA eoncernin•.; thr re quested grant? LJ YF-5 a r•70 ( , 1("Yts",c::arh n platin{ n%trio names e(anr CSAe.nC.rr,rr!. involved. 1. aitians •irh CSA, and vac •-!n t.nn lit t,t r.•tt.i IAr e..p/.:anf.) t SECTION II. CLr7IFiC:.11Ct:t OF CCt:i'_S'1A7I0.1: CO!!r''.RABRATY . t The %alarie, and irint:c hcncii;s of at; ctnvioyec of :his ..p p;icar.t which are supported by CSA iunds, or are eoonted as contri- 1,uric,n to the rit-t-Federal Olac: unJcr a i,ranc matte by CSA have peen revirwc-i aecurding to CSA instruction% ar7d compatai•rlity has been established. C)ncumentation of the rncthodn by which the applicant est.b;islleti comp-nh1!ity is available in applicant's. Wre. for rericw Ir}• p-ersons :tuchirized 1:•y CSA and pc•rsunnci c•f the C,ercral Aeeoun;irb till;cc. l , Any amendment in the future to the CSA approved salary schedi1c re-.ui:ia; in J pcnctal t-isc i:1 .aiarics ur any ehanre or in- efease in fringr benefits for a41 ern loyres shall be based ort J current clef crrninntion of eon.prn.ation eorp.trabiiity. t S%CT10N M. TITLE VI OF THE CIVIL Rl:.):TS :,CT The applicant AGREE!; that .. -will' compl=y wi;h Tide VI of ra- Ci-;l f{i;a:r� Ac- of 1766 flr.L. ;.c-��_) an,f -Be stegulations of the Consnunity, Services .-•dminiet:a[iLn iscucd pu.s"ane to that tide 175 L.:..•. F's::,l.iol), :a the end c5ac no re:scn in :he United ;raves shall, on ISc r;round of race, co!or, a: rational cri;i:a, be eacl.;dr-d i:c:m -artic:rat;on in, be afcn;cd the h-nrfics of, or be cthcf-ise s.thiected to discrimination un,-cr an;r pro;;:art er activity, far wiich t is Appilcam rccc;ve, Fe.lerni financial assistance either 11ifectly or indirectly from ti-Cur inanity S-�r-•ices A-`.-.tn:s:ra:ieo. and If`FEBY GIVE• AS`ZU AXC:F. THAT it Fill immediateiy, is all phases and levels of pre;;rarts and act;vicirs, instal; an aii;::aative action p:o;rale to t;thieve equal up'gor:unit;es for pa:tfei- p.atiun, with p:ovisions for cifrctive periodic soli-cvniu36on. In the ea,e where :he Fed:-al fit ancial assistance is :o provide or improve cr i% in the Icr^t of r ctsonal property, or real property .•r Intcrc-t therein or strttctures [itc:con,tai-s assuf3nce shail obli•:a:- c::-_ Applicant. Gr, in ;to ease of .t sub•%equens u3ntrer, c^c trnrslerec, fort a p•rr;cvi Burin;; which tic p•uprr:} is u.ed ice a pt:js•se ccs �hict elle Fr-:^tai f;nam-ial assistance is es:enl::ti or for another purpose involving the, p.rovi-ion of similar scrvir--7. hall bercii:s, or ic. as long as tie Applicant retains o•vncrn ip or possessinn of t c ;rn;r:•y, -hicheve: is Ion�•rr. in ,all ocher ca•.-s, ta:s assurancr s ca;; uh;ig3te the Ap.meant for Inc % rtod during whit;+ the redcral financial as.,i%zantr 1S cxte.^..l^_d to i:. THIS AS1;UR 1;:C:;: is given ;n cc•n-..idera[ion of and for the ,t::p,u,c of o�?:atnin either 'irrr:!y or indirrc-!y any and III Frdtral };rants, loan,, coa—Icts, pro, -:r:, or N%co-ints., or othr: Fr__...9 E:ranpia( .+::s1c:.trcr c.r:rr,Erd akrr Ire d--:t: ar:eoi to the ,7pii- eane I,y Ot,: l':.:.::te,aie; Service-. :l.!atittistr.tel•,a, in:iu.9:ati i:tom:.ti;::,-re ;•.t_:---:, -tit-r te:ci date on. aczoun: of ap;riie.tli:ns fcr }'eticcal I;cancia2 a.,is:arcc ":lith were a;;r:•vrri t+-ic•:r . .V!1 !.Itr. Ti.-: A;Vii.:ant t-cn.ni:.es and .ie frrs t;:a: ::u;h Fed-crai financial a—k—incr will !,c -+irnt-ed in rritance an ;ttr :r;:rs-r.:.l::..n•. : ' a; -_...rr.:s ^J!r in a^tc a:.:.,::ince, ind ::^..ir ;!1.. lin;ted flitter shall have the rl•;i.t In scow --icial cr.ietrrn-n: a•E :'taw, as,:::a.c.e• lhts a: :u:ancr is hia_6n cin the , Aj;.i;c.lre, its succ s ior,. tfanafrre-,, :n,! a„iCnrr,, and tar p•rr,nn c:r ,-:tett% wit�•tie !:i�:tart:res .t••^-a: !�r;.rw arr all[.^.ori:eel ro si:•n . this as,u:anCC t•n "r?coif of t::r SLCi'10N !:, )(',ItiT. 'r..:rl_ ::: ,.i'i'CIO I ('•,.r.1.:.+�i- r,•I•.:•,t. r,...it ,.� rr ..,.•n, .. ._ -. . .. t!- l. .- .n.t. .,•.:-. •.. •' �J Viand.. .•1 %,:her t:,l+•.tit] al:v.•I:.. M �tl••{fait+, a4 .1(:N'IL.d'• •!•:,.f .. ., :art: the ...a., e.f far p.+J: -1:!:Itt :he lommv.-Ii: will no: !�r .itnun;.h-t! nl .•,.!:: til }•r.wt.!r ne21-1 edrntl ,h.lrr C.•Rtll[•::.:rvrl, taw: I..:. l:s lr:cc. 1l uh fc,p•a.:t to c.t.l, J%os;.tm.c.ra..at io Iht, i..r..11.a; frit r,t: ' f I i Th.: antaottt, t;hunt.; .n l..m-I eder.al •J...r- tri -W a r.rt in.fr..,e rtv:: r c;-n.El:c::a f er: noo-;'&•.heal %ources refile f.•r R Ina 11:1( anti.'lira .1.,:ntf• flit t-rlvr la.—.!.% ":.[•r t.. inl::.11 ..p;•1+. .,t,N•t :: t•"A f,•r :hr �:.••{:ata aC:.••:.'tf. C:l lh• p•rnaanc ACt.atAt ,trvltra w1II l•.• tit I.IjItfan tu, noC 1n ,a::.,c1:...It'.t 1.•t, ,rni::, C,rvu+u\Ig j•.a.r. c�}yt•� Cl•m:aunit} err.t.r a Act .A 4().:4 int+ 4. .f....1 tits r ...... 4t 1, (.• 1�.,•.acv rt, rt'tIN14VC'1l}:IN S:VJ1'R* :l $Ec lion V.. CERTIFICA110r. . The %Ti lieant agrncy t+l;rees tl:ct r.n;• fuudc teerited n•. n te.eit of this r.; -!tr.ation -01 Le er;ended in aeeuldanee s.i:h Ow tcnns of site rrant and in .+ccm%i;,ncr with re.'ulationr. of the Community Service-% Administration. The unde:sicued CERTIFIES that tic is authorized to sa•:-!ttit this arplication on behalf of rite applicant arcncy, end to marc the ,eortmitnettt5 :o.^.:aitteJ in it. 0 NOTC: 1f 0-c r.rp!icnr•.t r.�rucy is. by CSA as a Community Action A_reney under Title 11 of the Community Sc:viccs Act. or is serine fund. under Ti:lc Yii of the Art, rhi: arrlication must he siFncd by the Chnirnan of its T.occrning 1.0:td Vt. i( 3 Community Action Agency i, a p ilitical juri•..iirtin.^., by the principal &•nverninr ulfirinl .►f the juri.a'ictien. In othet cars, the app lit atiur. choultl nt,tncilj Lt %ignrd by thr chief exeet.:ive offier. t.f elle agency. fhlter aiFnatures will be acccpted tinly if e%idtttce of tltcir authority to commit tete arl.licent is Sub++tiut:rl to CSA. WY TYPL'O NAmL AKZ TI:LL SIC-KA.T GATe Robert I Schroder Chainkm of the Board �/ 4-25-78 TYPCO NAME OF HOARD Ch AIRMAN OR Ct_wPANAFLE OF frort ra•ne and raft fadiealyd above] t 1 . t I ' i 1 ' t l • f r A .• i •;1 OFFICE OF CCC'.OS!.0 Oi'1•r:9TUtitTY Ar i LIC.57:u1• Fi)-1 C01MMU`I•7Y ACT'C'.•t P103 'A _ -- --� _ PROGRAIA ACCOUNT 13UDGET ri�lr::•e I,f r gr,•ri•.; rrr.rrlyJ . 1.' :•. •. .. .. !!•..' t:•rLI:A4T ACCuCY SUC: 1T7G0 7. Pt .flr -e-,.%r, r..- '.rlr•,- 1+•ir _197.8 � .:_ontra Costa_County-Boat-4 �SitpexStisC ____ _ __.4-.-2578-•------..__.c:°°:'. ``___9=34-?$- -.. i 9Q1.8.8-p1 .. • 4JG�!--rico AS PAgT a, FU':VI-:3 f,C000ST I4 AMCfri:wC►:, r1CQ1r�ST !/ • r ? t C..� �! f• 1! IPF II l• C/�fC•(::1, •Iff'tCh �.I� y�'1 �jy ••J6•I , .tlp., ,..r /'L r.•..1 f.• ..•.f � .,�-. [iUCGL"7 SU::-.:AIiY _�._.�._—...-----•---.�._.._..,._ -i VED PY -------•-- RE_QUESSTCr7 PROCRA YEAR ,iCC:::`5j% Z-% ki Y A:"% & I. CA cc,:AY• TOTAL � TOT AL f FEDERAL 71v:t. 1 1 TCv d i PP ZnAt•1 PI CCnAM SMASCF SHn1:t: O 77TAL I9�( TC'/•: tr;; It T. 151 rat 131 I 161 171 1 ftl r'11 'r:;1 Ml i •r •. r':•::tti:L ;s 2,042. 28 3 2, 042.28 2 ,042. 28 0 3 1 !ALA 7;F S —1 -._..+..��. ..._ ._--i__I----•---_-._•__. ._: _.! ._...__._..._ —— — 1 i r•. . •Ar« 2 ,015. 93 3 !,,. _ _ I _ 7 a � w?•tPCRSOtitiEL 1 j C:STS 10 027. 72 3 1 , 10,027 .72 10,027. 72 0 3 IL ••� � A•.a Rcr+..Ls 8,450 3 ' f . .. ES I f'-•SAlk L. LF_aSE, ` r" 1 300 _1_• ,.s 0---ER cog's 1, 277. 72 3 'OTALCOSTS 12,070.00 3 12,070.00 12, 070.00 0 3 plus carr ov r I`f[CERAL• � � � I SllA-m 12, 070@00 3 12 07 —3 • 0 I1 ii.\ H. �• ^.Lr1!Z{'i5 is i:] WAGC:i C,it i;•iI..:tr;or .�_ ...._ r=riiD F'r?r0� •�r. L. i •.• Di_li: 'f A`J`IU.1L11ECltO. K fEOEAnL�----I:OtJ• ---�_.._�...._._..�.__...�--- --+�; --t•---- -----;_--:..__. • r ITLC UR ap,IT10JJ OF OF FCGCRAL CAT[Gr3hY OF VOL FCtl� C�.',_ra: SALAny Sm ARC 1'OS. Tlli i. � 511 Ai.� 11!?�1 r1 � r!��J: . ,•i::•� cz 131 lal lJl Coo rdin3tr � 9 42 2.8_I_ 3 50% 2 ,042 . 28 � 0-- -- . -- __-- ----1 -----� -_--- � 1 TOTALS, i "ID �:,F�5:10�SAL PC--.RSG.1N'EL , 2 r 042. 28 0 llj i TOTALS, PAID NC::r i.OFESSIONAL PER.10 NEL 0 i TICY1";.L5, !';;'.0 PER.`v?;":EL 2,042. 28 + TOTALS, V 1;:1: %5 I 0 •Cllhi.i�t 171;v•I t'I..1Ci:JJ.�t_ t-Ci:. .+:� i+(, .�_..�_� ____ ' (�lF(I lnstrucsi:•.. n:!:,•!1 (TIIIS SPAC[ FUR Uc0 USE) F r%01%4- (A i.l:cant:lc.nev) 10: (f;erp"n.f+n;A.{ene.J C1C';!ANUNITY ACTION AGENCY ICAA) `R,CAA G ST ATE ECOtiOV+C OPPCi tTUNITY OF rICE ISEOOI f-1 sC00 UAPPLIC.&NT OTIIEit THAN CAA OR'.LOO 071c=%t OFFICIAL. AGENCY OR INSTITUTION GLcAitltl CrHOUSi?: :TATSETpO INS CIO•.AL + The applicant ramcd S-_lux piall-: ;.T ap'lIV to OF0 for iinatic.ial t,;istan:e u;ldre p-3vision;of;he F.eonocli: Oipor:unicy let of r 15'GS. Thr acttri:y ;11st :he applicant plans to I:adet;aae i; .!escriae 1 i:+ Scc::an I below and in aceurrp..u.,;nit doe`:aents. In I order to assure 6:1. this activity is eoutdin..trd with other i to_.-a-m. and anti-p ove:ty acti-14ics, you are requested to eonpicte � Sections II and 1. of ;his for M. 010 allows the oiiice, a;ellcy or iasci:utiott to which chis forte is :enc. a minieturn of 15 days icon reecipe of the fora to eoelplece Jf } r.nd rttu;n it. I: you ste Ilra:rlc :u re.noncl :oil; to ;he ;ec,cic.c wit:litt ti:is i rsio.I, lou 1:1ay either request aAiditionai tinea or ii ::.c 1 se:tedttle will :+ot Permit arl es;ensiun, you play :r;u:a tae form w4a no;a:icn expiair+in; wiry you were una:ie to coatplece it. i (Chen tills fern is n.:d with ovier.iteuraents ter inpirnenl proced..reI of size i--decal Penjeet i:otifieetion Std Review S+stern, cf eeted C.eurif& + Amuses are allet&ed 50 days in 14-.iich.:a respoad.) This oir•ckpoir.t ptl.•cedurr is nuc .iesiracd :o require concu;:rllce In the pcopused activities by the tecipieat of this form. How- ever, 01-:0.roc% require that the applicant p:ovicc an oppot:::+i:y for all apprcptiate oiiieialS,stienCirb and institutions to exprras their concerns ::i;h respect to the proposcd activitic.. SECTION 1. APPLICA:i T AGENCY AND PPO?OSED ACTIVITIES 1. NAME OF APPLICANT 2- DATE THIS FORM ranvl:I.RDcDy Contra Costa Countv Board of Supervisors 2-5 - 7J 3. :.UUli=SS IIO. ANDSTrtu-ETCITY COUNTY STATE ''IP CODE 75 Santa Barbara Road Pleasant Hill rontra Costa California 194523 4. NAME AND TITLE OF STAT : DIRECTOR S. TrI.-E Pt•Oue NO.,includ, Area Code/ Nick Gonzales (415) 944-•3300 G. TITLE A\D URIEF DESCRIPTION OF PROPOSED ANTI-POVERTY PROJECTISI'ACTSYITIES fh%cludin,fondue sul.rces) To provide- summer recreation program for economidally disadvantaged youth within the jurisdiction of Contra Costa County, excluding the City of Richmond. ; • r 7. C04•AUN1T1_$ TO •.IE INCL t111;.D 11. ►•ri0 t7 Cl i`70Jr 7( 1 `_ Contra Costa County, excluding the City of Richmond VC:.IxN1r.; 11x11: ----- ----� .—_.___..----i Lr.�l.�.. uy. . .-- --•-'------- ---- ---�....__ _.__..__.- _ _6-19-7_8_ _ 9-30-78 �. TUTAI. (.1T i•..41 CIT CO{T .)1 Vf?0110•.. 0 At-i1VI TV 1 1,^„ U_L11'•.:..;IAL '.•.A4!. 11. t•J T! till .IA•1:. (flan 10 ` 11) I `•:, , 1 13,615.17 13,615. :7 UCo FORM 3•1'4 JUL 11 Of F ICE CF ,SIC or p 04 try - AVP-:t k Tit.- I PtR"Gr?.,1,M ACCOUNT BUDGET SUr,,,,,cR-r sf1H:.r--,r 2. GATE S�G►ufTLO 1. FPC-50,k- VLAA 9 3 r 1. _7 CDM±,r"0!,j is a COUnty RQard of Supgryj.bt-Qr5._____ 4-25-78 F-C ::J.TC: 9-30-78 4. 90188-01 —P,-%0GnA.M E R C. nurciT.'r PATA V A I A tiT A OLSCIMMO)i OF ITEM AND Z'.1.1S PGA VALUATIZU C GO 2 . 2 Snace Costs—and rentals Storage. of SYRP equipment 450. 2 . 4 Lease and Purchase of Equipment 3()(). 00 Ir 0 ___._ . .�__ —__ .____ — - ---- (---- I — Assorted table c7ames 300r. 2. 6 Other Direct Costs eational , -Cu I tjLrAj_;LBjcUc;Qjjpnr3 I Activities Expenses _—_, -- 21822 . 28 0 ----------171- rj 7A.L S C 41 S.,Q I 1*0 r-0 R 11.kil D ('k0;d . A:;'r T#.)If Al. A k A 00 r 'S TA T.:U 1.si T I', A.T T A C) C a F; 1 2,04228 personnel TOTALS !13, 615. 17 ll—'1.4i:1,'. rA V IA-W1 11, JJA T C.11 A I'll L!J, V.111C;I 1. 011,u t.L I'L, inc ludlh-4--ddrlfywef APPLI• ,. r i-r ? S •r�rte• `1• . ._.... 9015 -01 +ire.lCi. 1. T•rr'E t-t flf@:,.'I+lli:iiri.9 AN'Ll- b. M sJ::):t- :6 CAM Yaar rwe+.::. day C l CAi:OV78 4 75 Yrrr n� tJ. dar ;.:TIr,V FSI / 1't AM1 a:1:.:eD s� .`t [M.308 iir)i!r:Cd)iU.V (If 1.1)::tT (OPQ ••rvpr-:ta Dos) C1 ._?!I?r Ci FOU:L 4M C:1 (I::.A.r 4. LEGAL A;-?L1:\:rrhft:Qr'•_rlr Contra Costa Count Board Of 5. r"-. =. DUL E:•/iariR IVa:t:1FICA:101 PiO. : County 94-2249211 .. .1;�lieaar rl.m. : Supervisors b. Crlaai"Isca Cad : Neighborhood Youth Corps G ,ill j C. r:rWIP.O.L:j . 75'Santa Barbara Road ra). ••. r/'_�a=.a 14 t 9(+ f0 5� : Pleasant Hill : Contra Costa G`rva '" '))`E t1. Gly Cr:a.o. y (!'newt L'St=bl : California r.Ito cem 94523 Fe:rroJ b, c,•s;:e Px+a4 (:►.,.r hick Gonzales ceiC=ea) SYRp (415) 944-3300 r.i 1. TITLE A)IO ULSt:UPTION OF APPUCA:1(•S PROJECTCZ TYPE OF At-puc1Vr/RecipiC!tr Summer Youth t,;;ata Recreation Program - to provide recreational r�cSrm...!r iclW4,t4,c, s;-15:%=X r-rr=7¢t a:raatrsn.t 1:v.nr.m: i? activities and services to youth tod young to obtain a Ir^ct +�:= i ' employment and who are economically disadvantaged. 7"C1ewtr target group is youth 8-13 years old in :.,elr ?vrWe Contra Costa '�ii1 ! County (excluding the City of Riclm:ond) V'•f:ltt s,:rr a>Prer.:o:e Later PRI i ; � i -� 9. TIM OF AsSiST&UNCE t A•ias:.Cert r- rw+ree t C.Sr;Asarr:vl Grwd E-itsar };atrr rpy+a S i C-1 as ti 11L AREA OF PIx1.UC.T IMAACT f Vomea o/titi:a,v►aeis.� ]� tSTiS:t:Cin r:U+'- '1. TYPE OF A??L'CnT:O:V 1 1 .:,tu. A) r.IP CIF i-E'4=ti3 I it ti:s C-1%�r�at E-ia'y^.a+tati,a j Contra Costa Coun y texcluding 56461Ti:IG Irnaaml a-c,a-la•al;oaMUthe City of Richmond 5 000 1 '"'""p'""r'`t•Inter i_-! 1 13. PRBr^GS-cD FUNDING 14. GONGFESS:ONAL 015-MCTS OP I ii.TYPE OF C:V%C.-- G7." :7e or M) i I a.a1i°LlG:1iT +-tr::a:a G:..an 1 a. r:uE1AL $ 1.2. � b. YiJ:::r e.::ast:.:..an 7 7 �C-1::'�t1+VCrsUm 1•. FT_ ILICANd tJ - ✓i'c•at1 uYrabe4 1a. OJCCT .S.• T 117. F `j-+•I+e:.at.as .C5` r ;rte tr •arltr.--+ . OAif isars,o•wc:ty Glii:•i:,:Y :.a!era,Ira-+ �a. 1MLL Co. I 2Z8 6 19 '3 %,eA. Z is. ygver 1 545.1.71 13L F3-12J'Ai_9•t`4.rTJ re4r 1UMA- d:y i7. d.XISr:::G FZCE� T: _ L IDENTSFiCAC:i NUltdER F�.D_.1AL`i.:c :7• 13 78 4 25 I 90188-01 1 ?J. FEDERAL AZENCY TO MOVE REQUkST Wa.-J.C.ay.-S::+.X:?coda) 94102 21• REMARKS ADDED CSA Regional Office, P.O. Box 36008, San rrancisca Gd Y., rj i 73. •.iv 11s c-A d ;q !nits sad b.1.rr, b. It:wrr-d `f CVd CI:rw,iii M,a:c:•:a:l:,tr1++,:el-Url, Laa:t:a j:ar }:ca;o•ry la :.`n irrl:,:.ea l+.+ia r::.nt oa ,ra I -••--�zs ::aKtla, to :r`I`r;-•ta a::arr:ww rs+aA a[ raptl•wra u+ a'�cL:t: a;atav TSE m:r tri mr-et• Lt+ �.:::e:t L:t t.sn I i PPLICANT :a:; ,U:":It:_J C! l,a s,-trla; ax! tl I �;) t'�. B. A. G. 11 El�= CERTIFIES L+ t?'+r.,t ,.d LI+ rwil:a,[ Sl+i s:r1::/I TIIArD • + 1:- ::a-,! .+rlrtxar Ir �• .�.t►-I h Off. of Governor, Planning & ❑ ❑ ' i iSlgpnparCh t a:lE AND T:r'� b.S::!I.iiE;:t i C. DAMS:G\F] �_' fr..T:FIrIhGt �r r'ti Year no.th daV ;•::,,,_. Nick Gonzales, Director p ii LZ4TA7M1F �t .� rC�, I4 78 19 - «3. ALP.tiCY t1AN}'. / rear .:a-«ti a.lr :ti. U::aA:i::Ai1:..lAL (;Xlr '7. ,::t:ASYl5rir1riY8 0rrt:.: ::i. I +L .r•� ��:::O:t !! 31. ACT:::1 l�n::l �- I1'\:!_.:. _� 3'.ar tt.•�C� .:ay �r' )'t.:r s:r,:s .tar I i_1 J. it._t•:1'. Y :t_ 17 _.-�_--_-•- s• •'� 1 •1:.sem. azt ...•;..•.. r.•..•r.! : •.. • •. 1•1 1.1 I:i.:r'•rl I:'\ i rr:•:.t:;' C.S S i [;>.:...'_. t._-__.. d_IL';A iJ a.W:.:�:9 . or :z _l `t:1 '' 1 • NI:,:tl t•t i !. __ :t1.-. ` • - - _._.1 1�_-_._. __..... _____ ...... _..._-_.�._ i+ a- �._..- . ,-tl 1.:.•t r....,,r:+•w, an,a..r++...f+ rrr..wl 1..7 II•r.l•.•rr.r rr•t1-. } r I-"L !.'\:r a:.. t•.;',.;y..� -.■.'•i`.J•iy 7+ 71\I. 11•a••.L, . •r.,H 2rr a•.,+u ,r•..I•.:+t bf 1'al{ :.1.a.1 L..:.•U d•r1. 1•.r..r .•�I I..,�....�a w...) ■V■ ):It!ItM. Gta tIt7Y 1'.tt t•..w t r It t..at /.-95 ,1Cillly 524%0.14411 1 1-18 a:t 1•:I:r t (1�•!•I 4.. -Ill l�rat.•r+�••(Dy.:;.l,t...:r•....-warrw..+:t.lrrwr r.., nriKS Ci'i:oscrcfci.:i.rr i;;r;,r;;-cri:ri..:tsnbrrIsvi% 1,11 cr111,if n;•i,::caLia) r 13: (e) Other - Carryover from previous program (1977) . F. ' "lArMAK9 IOWA 4:'-- VAGI Omcc, CF.nCO`(C,'•!(C 0^CORTUNITY . APPLICAYMN FOR CO:• -WHITY ACT1011 PRC CRAPd t PARTICIPANT CHARAUERISTIC5 PLAN a t%1- fit miFlt c:at?l,•1 LICAUT ACCNCY 2. DATE SUDIMTTCD fii �t7ntra CO I 1. PiIGGJd Y[ All J.9_.8_ j 4. G;1.. 1 1 0. _ sta County Board�of Su �rvisors __.._•J_..___ 4v 25-78l_ I No Dnrr� 9-30-78 -__ II 9018801 TM:S PLAN SUDMITTCO AS PAliT OF i n. I FUNDING nEQU[ST h. AM C1,D'hlCNT' ACQUCST C. [--3PLAH ADJU5Tt2CNT FCLLO'r:ING 000 Gr1Av, A1.11f,N P.A. N0. P.A. N0. P.A. NO. P.A. 110. P.A. 180. _ P.A. 1:0. NAM Et NAMEt UAIAE1 NAMEi` PAnTICIPANT CHARACTERISTICS SYRP NUMOER '.o NUMOCA f� NUIdOCR %o •NUMUEn %e HUMIICR ie 1J41 C _ •- •_.ill 121 171 l41 141 101 171 If1) _I91 IY01 Ittl 1121 ) till TOTAL FA RTICIPANTS1gq:e _. 1g0ib 100ie — 100 !0711: ra. AGE RANGE _'._._..._.. __... ....._` �.. ._. .._.._�. 111 .•S � -1.i e•+s �.+N_--...____..._ _5, 000 �00% AND 0%'Eti—�_.��.__ :. FkM:LY 'hCO1/,C Ili A0CVZ: P,VCgTY LII4C y _—• 0 121 BELOW PGVCHTY LINE t•�1 sl•e�z DELOW _ 4 ,500 _ 90,% t:i sssi rict c.v _ _ 400 8% -- — --- (t1 31,2.00v OR MJiC 0ELOW� 100 2$ I c. SEX 11) ► AL 2 ,500 50$ r L t 121 FCIA ALC 2 ,500 50$ L I 1 d. RACAL/ETHNIC GROUPS I t (1) C4.1CASIAN »1 sicnti.n�•t�.rlcaN 1,050 21% PUER TO RiCAn 0 (cj oT1,FR CAUCASIAN 1,750 _35$ _ izI r:ccR� 2,000 40$ 131 A-I!:R!CAfj INDIAN 14'. OR ENTAL 50 I51 .O;uER 100 2% I 1 ':.RTICIPANTS IN FA/!1LIES . RECEIvIhG WELFARE PAYMENTS 2 ,550 51$ a F,i.RT1CIPA''T5 VIVO ARE HEADS - I ! —•' superrin-zendent of Schools Calm Robert Fifield 75 Santa Bot bar a Road Costa Richard Keefe Pleasant Hill,California 9452:? Assoc.Superintendents (415) 944-3388 County Neighborhood Youth Corps 367 Civic Drive Pleasant Hill, California 94523 (415) 944-3300 Nick Gon:ales, Directar Community Services Administration Region IX Box 36008 San Francisco, California 94102 Dear Sirs: I am the chief financial officer of Contra Costa County Superintendent of Schools and, in this capacity, I will be responsible for providing financial services adequate to insure the establishment and maintenance of an accounting system for the Neighborhood Youth Corps, which is a public agency charged with carrying out a CSA program in Contra Costa County. The accounting system will have internal controls adequate to safeguard the assets of such agency(ies) , check the accuracv and reliability of accounting data, *promote operating efficiency, and encourage compliance with prescribed management policies of the agencv (ies) . 115lighature o Vf " ncil—a3l officer �kobert Fifield Name of financial—officer Associate Superintendent Title Administration and instructional Services Contra Costa County Superintendent of Schools Name of public body OFFICE OF ECONO.%4cL OYYORTUN11Y CommunilyACtion Prost-In Assuc-ance of -crn oliancis with tine Office of ;}} Economic 0mr3or-tunity-In Pugulations under- TWO ndierTil O VF of zhs C;IVII PlIshtma Ac:. or q!964 Contra Costa County Board of Supervisors (hereinafter called the "Applicant-) r (Marne of Applicant or Delegate Agoncy) AGREES THAT it -will comply-with title VI of the Civil Rights Act of•1964 (P.L. S3-352)antl the Regulations of the Office of Ecvnvahie Opportunity issued pursuant to that title (45 C.F.R. Part 1010), to tar rod char no person in the United States shall, on the ground of race, color, of national origin, be excluded from partici- pation in,be denied the benefits of,or be otherwise subject.-d to diseriirination undo:any program or activiry i for which the Applicant receives Federal financial assistance either directly or indirectly fror:..cne Office of Economic Opportunity;and HEREBY GIVES ASSURANCE THATit will ira:ncdiarely,in all phases and levels of programs and activities, install an affirmazi-.c action program to achieve equal opportunities for partici- pation, with provisions for effective periodic self-evaluation. In the case where the Federal financial assistance is to provide-or improve or is in the form of personal t t property,or real property or interest therrin or sr:ucrurrs ther_•on, the assurnce shn1l obligace the Applicant, or,in the case of a subsequent t-ansfcr, the t:ansferee, for the period during which the property,is used for a _ purpose for whicb the l-ederal financial assistance is cxtcndrd or for znodhcr purpose involving the provision of similar sere ices and benefits,or for as lung as the Applicant retains ownership or possession of t ht prop- erty, whichever is long_r. In all other cases, .his assurance shall obligace ti:e Applicant for the period dur- ing which the Federal financial assistance is exrended to it. THIS ASSURANCE is given in consideration of and for the purpose of obtaining either directly or indirectly any and all Federal ;,;ants, loans, contracts, property, or discounts, the referral or assignment of ,TSTA volunteers, or other Federal financial assiscanee ex.erced after the i!arz. aereoi to the Applicant w t::c Office of Econetnic Opportunity, ineludin,; ins:ailment paync.^.cs trot such dace on aecounc o; apalic_tions for Fed,rai financial assistance wlhich w cre approved before s::ch date. The Applicant recognizes and agrees that such federal financial assistance +will be extended in reliance on the representations aad,agrcements inade in this assurance, and that the United States shall have the right tcvsc:F judicial enforecrn:nc of this assurance. This assurance is binding on th, applicant, its succrssoa, .:ansfe:ers, and assignees, and thi- person or persons whose signatu:rs appear below are authorized to sign this assurance on behalf of the Applicant. Date 25 April 1978 Contrsors ntt2rrri_c.l o:ii�s.tlj Robert I. Schroder, Chairman 75 Santa Barbara,Rra PleasantHill, CA 94523_ 00807 '80' (i�tailin; 1.r���••.;) ,.. }. i.tt.t rt r'♦ .. .. A iL1011 0 i,:,tt1%1Lidj Un d'er Grani 1 i re.---- This arret:ment. enured into ss of ..lune.19. ch.tn;;�. includinx aZy increa3a or Jet rase in the, 1978. ., includin. all :lttaehmentz and conditions arrount of the D_IK;date's cornien3:ttion, which } annexed hereto (which are exp re lady made part are mutually a;;rtd upon by and pct Xt en t c hereof), shall govern certain Activities of the Grantee and the Dtlevate, rni:zi: be Incorporateri Recreational_PKQgX4►.. . _..... in written amendrnent s to tii:3 contract. (name of program account for the delegated a. COMPLIANCE CE VAI til LOCAIL LAO.YS. Z a activities) financed under Grant'o_9418.8 ..... DeleXate shall; comply with all appiicauie laW3, i > during the period ..6.-19-.7.8 to .93Z-78._ .. ordinances, and codes Of the state and 'localgov- i which are to be carried out by Contra.Costa. ernmenU. lI .Superintendentf. rbpj5 ....._.. .., r. COVEA�TAGAtiST CONTING 'T I (name of (delegate agency), hereinafter referred FEES. The Delega,a wa.:anL% that no person or to as the "Delegate", on behalf of .Centra .. .. selling a.•ency or other or.anization has been em i Costa .County.Board_of,Su )g-g ,p:*, ,, ployed or retained to solicit or secure this contract iIi (name of grantee), hereinafter referred to as the upon an agreement or understanding for "a coin t "Grantee." mission, percentage, brokerage,or contingent lee. i The Grantee and Delegate agree as follows: For breach or violation o: this warrant the 1. WORK TO BE PERFORMED. The Delegate Grantee;hall have the right to annul this contract r shall, in a s::tisfactory manner as datermined by without liable Ity or, in- its di5cretlon, to deduct ` the Grantee, periorm all activities in r',tats achmert from the contract or otherwise recover the full d'A amount of such commiasion, percenta;e, brok-er- 2. COMPLIANCE WITH APPROVED PRO-- age, or contingent fpe, or to seek such other GRAItiI. All activities authorized by this agree- remedies as lelaliv may be available. ment will be performed in accordance with the t. SUHED LE OF PAi <' � , :itecttti'ee ,, May lfrcflits.: yeneraiiy appii- reimbur3ed expenses reasottawy :,nu :it :illy, til:it:: (2) subnli_wiun by the DO,!- incurred iu ;..tti3iactory lirr`Ormanci: of the con i-:i eto t:SA or'.to the Gr.mtee of rcp0rt3 that are tract. Notwith3tandinj, the above, the Delegate icsLorr.rt or i=irocziplet=: ill ally material rest ecL: shad not be relieved of liability to the Grantee (;i) itiell'ective or improper use of funds provided for darnagtN suatained by the Grant t: by virtue ander this contract; and (4) suspension or ter- of any breach of the can%tract by the Delegate „iin<ttitin by cSr2 of the grant to the Grantee and the Grantee may withhold any reimburse- .inder which this contract is made, or the portion ment to the Delegate for the pur:o:.e of set-of-t : .hereof delegated by this contract. The Granite until such time as the exact amount of damages- nay also assign and transfer this contract to due the Grantet from the Dew,v,ate is agreed upon :mother grantee when required to do so by CSA or otherwise determined. .11-rection. 9. NON-FEDERAL Sl ARE. The Delegate l if the Delegate is unable or unwilling to com- will contribute $AQUA ... to the program funds. :fly with such additional conditions as may be Such contribution shall be in cash in the amount i lawfully applied by .CSA to the grant to the of $.none..., and in',tind in the amount of an tee. the Delebate shail terminate the contract R.AQnlr_.. {If Wane, state "Wane:'} �y giving reasonable written notice to the Grantee, 10. REVIEW OF NEW DIRECTIVES. The ,ig nifying the eriective date -thereof- In such Grantee will submit promptly to the Delegate for F :vent. the grantee may require the delegate to comment those proposed additional directives = ensure that adequate arrangements have been that it receives from CSA for comment. made for the transfer of the delegated.activities In witness whereof,the Grantee and tete Dele- gate Have execute-d this a r meni as of the date f In the event or any termination, all property first above :y-rieten. _ -rd finished or unfinished documents, data, Contra Costa Cotmty Contrartystudies, and reports purchased or prepared byr ,she I�eiegate under titin cnntiact shall be disposed - i�; accordins to CS+ directive3, and the I3•eicgate $y» ......?': fjf"`f-' By ....... :mall be entified to comaensation for any un- Position: Associate Position: Chairman, . Superintendent of- Board of Supervi4ors Schools ` . i Y 00809 I�)A i -'),I 0,):S:!:;Vi y AI:71(::1 i''i 0 o 1. APPL.ICANT AC;,':14Z:Y 2. DATS LUUM'T T LEI 3. P i,:) "!7 74 —7$_ hunt Board of .,,;L r 4-25-78 C I I D CAT'_L. .___._. _.____--9-30-781 90188-01 _y._ _.Lp�j_�isor THIS PLAN SUMITTED AS PART OP A T,U..Ic I!,r, Rt: T LI. 0AM. N U,.,r.N T I11:Q J t-.ST C. D,-j;T,.-- •F L C T D12L. AGEHCY CIASIC EST!.'.(ATED AlD.Y.1%1!STE-R'WGs AGCNICY FLI!:Dc, Y 4 FORM. INT P,3:0.1 PROG.'ZAM YEAR T C D F 1;3 C;n A Y C"R A. ;-C� Cr AGCNCY E A L Q GAEY —ZTA i L��4 A N 0! F C 0 C l A L F r 0 L 1;A L N,c :C I A IH A 14 C A W7 F I L 1—0 F0 S S;4 A F1 E 4-1 C 1 131 141 t01 tGl 01 Su erj.ntgMj_g_Ui- of Schools- .-Amighborhood ___- _-- _ � _— -- ! _� — Youth Corps AUC 60 i r Qj r .- .. :n LLLd..r•1:•. L..' (lrl(UMI 1 1 - L.-I&A. Nil f M- 1 AWGRA•a .. '• � OitGANIIATiOfi f10. - DELEGATE AGENCY BASIC IN ORMATIC'N T DAr= PREPARED , 4-18-78 _ ( SECTION 1. 1OF:ttT1FiCATiON Of= COMMUNITY AC-11034 AGctiCY i 1. I7A164c OF CAA ` 2. GRANT Ii 0. Office of Economic Opportunity t 90188-01 SECTIM4 Ii. IDENTHFFMA,noN OF OFLL'GAT.= AGctiCY 3. HAME:OF DELEGATE AGENCY I Contra Costa Count y Superintendent of Schools t I+IAILING ADDRESS CITY COUNTY STATE ZIP COAG ' 75 Santa Barbara Road NO. ANU STit:'cT Pleasant Hill (Contra Costa , California 94523 S. TELEPHONE: 140.(Include Area Cade) G. IRS EMPLOYER IDENTIFICATIOM i:0. 1 (415) 944-3300 94-2249211 SFCTIOV III. TYP!E OF AGL•'t•ICY 1. Q PUBLIC AGE:;CY. o. GGYL•Ri1 :E1iTz STAT[ 0 COUNTY O CITY 0 TERRITORY [D TIll 0AL COU it CEL O OTHER (identify) b. PUBLIC AGENCY: INSTE TU TION OF HIGHER ECUCATION G EMPLOYMENT ELEY.C:ITARY OR SF-COYOArtY SOH 00 L a HEALTH WELFARE QOTHER(l:lcntify) t o• Q PRIVATE N.011 PROFIT ORGANiZ AT101i: C INSTITUTION OF WGHER EDUCATION .O RELIGIOUS ORGANIZATION ELCMENTARY OR SECONDARY SCttOOL O LL'GAL SOCIETY [D HEALTH O WELFARE 0 E1.1PLOYNENT 0 NEIGHDOPHOOD BASED ORGANIZATIC:: a OTH ER (Identify) , 1 SECTIUVI IV. PS-,`7C:RAM A0.",-w:-rrZAT10:4 a. NAM b. ATTACII A STATF MENT OF THE JOE( QUALIFICATIONS. Tii:: .JO:1 DESCRIPTION AND A WOGRANHICAL; -!-UMc FOR THE PnOGRANI CIRE;CTOR 10. %vHAT PROGkAM ACCOL14TS TALL 1HL ULLEGAIE AC::NCV ACMINIST-I! SYRP ,i 1 I SLC TION Y. `W.'M.11\ !:� :1-U 1';1C1V C];- 1%.I.1.-A". :t.-.:r•; -- ,' C; — 11. IS IIII:. A N.:11 U. .u.. NCY U! rr,.. L-%A I _ --- 1`---1 Yi �a-, .0 1.. hl i.RII1l 11 c1b Tfl: . A\ 1t t. 1. h: T11AT ,. •: r/r' .'1 L! CAI.. AL.r_ Cl wfl CC COM!-L1L.. 1T11 0:.1 A -POLI_ _—�-• ' UL1'IL I. C 1it•. 11! \1 a1•. ,-1• 11,4?.•t t\.1J: 1 1.. • .. t r . AA 1'OL{:.1:. AJ ;l 1� -�_.�-_-—..........-. .. .. .. _._ -._ \_-.__ .lion 1 t or i i1q.1. 1]. IF 1111' 111 L1 (:.\11. At.• •11,Y IIA:.(1111 V1.11'.1.\' C': f ItAI l I11'AA r'r!r 1...1.\•• i •.:1:.^•' A • .• 1 : \;It 11.1:1.1.1 C.• tri •, I'Lltl ll I,NANta. iii t1i 1 i.. If K.)T. 114 '.."1:r 11! Il'. a:11A1.11 WA11:•.. .J 1'••• r1\T:' 'lrr. 11L•L•:L:A 1!'111.34.1•. 1.m. _Delegate agency has successfully operated SYRP i n_thP na_G C'AI' 1 0101 iE: A11..1..L YA l./, t OI1 L 1 JL'CI I(n. II. _ OFFICIAL GC AG NCY ICiSir01:7111:G TO F ORa. 1Z :Ii LL OF Ort ILIAL Of: AGIxCY trL!W0%CING 13. DATE Of I:L-_I'ONSC —� _14. NO. ANP STr,LCT~-- _--_-- CITY 1 C(:UUTY` STATE ?IP CODE _T __�— _ • S. TYPED t:AL!1. A%'r' *1111.T, OF' INNAV:C^UAL 16. SIGNATURC 17. TCLCFr10KC NO. (int•(o'r rima COMI'LCTING ltt:', FORM Cade) SECTION til. COMMENTS ON r f OP OSED ACTIVITY lU. v.ERE YOU. O. V:AS YOUR AGEt:CY CONSULTLD IN THE PLANNING OF lH[; PROrOSCD PHOJCCTISI DLSCFIIBED IN ScCTION IT �—i YES n no 10a. IF ••YES ,!rrr. (r", cLc:r;, GErCRI!_,E It: eHAT MANNER ANU AT WHAT POINT YOU OR YOUR AGENCY PARTICIPATEO IN 1HE PLANNING CF THC FFOF=OSED PROJLCT. - IS. t•IOW 1.ILL THL PROPOSED PROJECTi51 COMi'LEKENT AVD UL CCORDIr:ATED rr17H YOUR CURRENT AND PLANNED ACTIVIT IES Acc CCI ING TI:C POOR! I l � t 1 I S 20. WHAT IS YCUR OPINION OF THE PRO%'(iSED PROJECTlS1' STA7C ANY OTHER FACTORS WHICH YOU BELIEVE SHOULD INF LUEN- OEO'S DECISION ON Wtirl'HER TO FUI:D THC PROJLCTISI. .l. DO YVII OR 1'l?U': AG; :CY .va.r`,l..r r. .- ( .. ............. •,_t... 1 Cr•t.UY�'^ ..tf`.-.•!;l ,f% . .` t.^..•.,;.` r=... i....r L;..n, f�f1,.,.:a-:OSSt.,..••rr :.}fir . ..r.r 1!l lt•i 1. Pf'Cl r P;.*0Jt C w rr' ••i r." .f.:',.`r'. +fI t:,- a .er:,f l�Yrs L_1N0 . I I , In the Board of Supervisors of ' Contra Costa County, State of California April 25 , 19 78 In the Matter of Compromise Settlement of Medical Services Account Jerald Bishop On recommendation of the County Lien Committee IT IS BY THE BOARD ORDERED • THAT the Counts Auditor-Controller is HEREBY AUTHORIZED to accept the sum* of $434.88 as Compromise Settlement of Medical Services account for Jerald Bishop totaling $652.32. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Dept: Auditor-Controller witness my hand and the Seal of the Board of CC: County Adni.nistrator - McGraw Supervisors County Counsel - Flynn affixed this 25th day of April 19 78 J. R. OLSSON, Clerk Deputy Clerk H 24 12/74 - 15-M Jamie L. Johnson i In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 -M In the Matter of Compromise Settlement of Medical Services Account David M. Fil.omeo On recommendation of the County Lien Committee IT IS BY TFL BOARD ORDERED THAT the County Auditor-Controller is HEREBY AUTHORIZED to accept the sum of $1,299.59 as Compromise Settlement of Medical Services account for David M. Filomeo totaling $1,744.89. - PASSED by the Board on April 25, 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. Originating Dept: Auditor-Controller Witness my hand and the Seal of the Board of CC: Cowaty Administrator - McGraw Supervisors County Counsel - Flynn affixed this 25th day of April 19 73_ / J. R. OLSSON, Clerk Bx �. -�/ �. Deputy Clerk H 24 12/74 - 15•M Jamie L. Johnson 0� �f In the Board of Supervisors of Contra Costa County, State of California April 25 . 19 78 In the Matter of Satisfaction of Judgments Mrs. Lucinda Williford On recommendation of the County Auditor-Controller IT IS BY THE BOARD ORDERED THAT the Chairman IS HEREBY AUTHORIZED to execute satisfaction of judgment' which was taken to guarantee repayment of the cost of services rendered by the County to Mrs. Lucinda. Williford who has made repayment in full. Passed by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Dept: Auditor-Controller Witness my hand and the Seal of the Board of cc: County Administrator Supervisors affixed this 25th day of April 19 78 J. R. OLSSON, Clerk B,�11 -.���3�.-Deputy Clerk H 24 12/74 - 15-M Jamie L. Johnson IN THE MUNICIPAL COURT FOR THE MT. DIABLO JUDICIAL DISTRICT IN AND FOR THE COUNTY OF CONTRA COSTA, STATE OF CALIFORI41A COUNTY OF CONTRA COSTA,- a body ) corporate and political of the ) State of California, ) No. 9104 Plaintiff ) SATISFACTION OF JUDGMENT V's. ) Mrs. Lucinda Defendant ) Williford ) The Judgment of County of Contra Costa, entered on July 20, 1967 in the above Court, recorded in Book 5LL14 , at Page 631 having been paid in full is hereby fully satisfied. Dated: April 25, 1978 By order of the Board of Supervisors R. I. Schroder. Chairman of the Board of Supervisors Contra Costa County, California State of California ) ACKNOWLEDGMENT (CC 1181, 1184) County of Contra Costa) ss. On April 25 . 1978 , before me, Jamie L. Johnson , a Deputy County Clerk of this County, personally appeared R. I. Schroder , known to me to be the person Who subscribed this instrument and to be the Chairman of the Board of Supervisors of this County, and acknowledged that he executed it. ByC1 ! , Deputy County Clerk of this County (M 2100 7/75) with board order O� I i { s In the Board of Supervisors of Contra Costa County, State of California April 25, , 19 Zg In the Matter of --- Termination of Reimbursement Agreements Susie Nunally Shirley Comer Bert L. Jeffrey On recommendation of the County Auditor-Controller IT IS BY THE BOARD ORDERED TEAT the Chairman IS HEREBY AUTHORIZED to execute Termination of Reimbursement Agreements which were taken to guarantee repayment of the cost of services rendered by the County to Susie Nunally, Shirley Comer, and Bert L. Jeffrey who have made repayment in full. Passed by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Dept: Auditor-Controller Witness my hand and the Seal of the Board of Supervisors cc: County Administrator affixed this, h _day of - e i1 19 T �s r / J. R. OLSSON, Clerk BDeputy Clerk H 24 12/74 - 15-M Jamie L. Johnson 1 TERMINATION OF REIMBURSEMENT AGREEMENT The REIMBURSEMENT AGREEMENT and NOTICE OF LIEN executed on October 26, 1960 by Susie Nunally and recorded in the official records in the office of the County Recorder of this County on December 19, 1960 in Volume 3766 at page 14 is hereby released. Dated: Anri1 251 1978 By order of the Board of Supervisors. ` P T c CRAIRMAN OF THE BOARD OF SUPERVISORS Contra Costa County 1� STATE OF CALIFORNIA County of Contra Costa On (date) April 25, 1978 before me, Jamie L. Johnson a deputy county clerk of this county, personally appeared R. I. Schroder known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that he executed it. James R. Olsson, County Clerk Deputy County Clerk (M 2029 11/72) f , Mitrobimed with board order TERMINATION OF REIMBURSEMENT AGREEMENT The REIMBURSEMENT AGREEMENT and NOTICE OF LIEN executed on February 21, 1962 by Shirley Comer and recorded in the official records in the office of the County Recorder of this County on February 28. 1962 in Volume 065 at page 61 is hereby released. Dated; _ Apri 1 75 ,, 1 97R � * By order of the Board of Supervisors. R. I. Schroder CHAIRMAN OF THE BOARD OF SUPERVISORS Contra Costa County STATE OF CALIFORNIA County of Contra Costa i On (date) April 25, 1978 before me Jamie L. Johnson a deputy county clerk of this county, personally appeared R. I. Schroder known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that he executed it. James R. Olsson, County Clerk bye �•mi/� � . Deputy County Clerk (H 2029 11/72) tF��lt: iri�� with board `orrr-* MCED COMP TERMINATION OF REIMBURSEMENT AGREEMENT The REIMBURSEMENT AGREEMENT and NOTICE OF LIEN executed on January 15. 1962 by EPrt T,_ Taffrax and recorded in the official records in the office of the County MERG Recorder of MU County on March 26. 1962 in Volume 1565 at page h91 is hereby released. Dated; Anril 25 . 1978 By order of the Board of Supervisors. R. I. Schroder CHAIRMAN OF THE BOARD OF SUPERVISORS Contra Costa County STATE OF CALIFORNIA County of Contra Costa On (date) April 25, 1978 before me, Jamie L. Johnson a deputy county clerk of this county, personally appeared R. I. Schroder known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that he executed it. James R. Olsson, County Clerk t::::,:_ Deputy County Clerk_.. (x 2029 11/72) Microti'.med whh bodtrd order TERMINATION Or PEIMBURSEMENT AGREEMENT The REIMBURSEMENT AGREEMENT and NOTICE OF LIEN executed on January 15, 1962 by Bert L. Jeffrey and recorded in the official records in the office of the County • Recorder of this County on January 24, 1962 in Volume 4042 at page 58 is hereby released. vo ' Dated: April 7S + 1 Q7R By order of the Board of Supervisors. eR, T. Schrndpr CHAIRMAN OF THE AOARD OF SUPERVISORS Contra Costa County STATE OF CALIFORNIA County of Contra Costa On (date) April 25 , 1978 before me, Jamie L. Johnson a deputy county clerk of this county, personally appeared R. I. Schroder known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that he executed it. - James 8. Olsson, County Clerk Deputy County Clerk } (M 2029 11/72)L Ngcroti}r.'►ed with board order In the Board of Supervisors of Contra Costa County, State of California April 25 19 M In the Matter of Authorizing Attendance at Meeting IT IS BY THE BOARD ORDERED that Rodney F. Smith, Ph.D., Director, Public Health Laboratory, Contra Costa County Health Department, is AUTHORIZED to attend the Annual Meeting of the American Society for Microbiology in Las Vegas, Nevada from May 14, 1978 through May 19, 1978. This request is for time only. PASSED BY THE BOARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors Orig. Director, HRA affixed this 25th day of April19--uCounty Health Officer 01 Rodney F. Smith County Administrator J. R. OLSSON, Clerk County Auditor By Deputy Clerk Jamie L. Jonson H BaG 77 15m In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 IP In the Matter of Authorizing Attendance at Meeting IT IS BY- THE BOARD ORDERED that the person listed below is AUTHORIZED to attend the following meeting at his own expense, requesting time off only. Dr. Walter Carr Rocky Mountain Conference May 4-6, 1978 Medical Services of Parasitologists Reno, NV PASSED BY THE BOARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Director, HRA Supervisors cc: County Medical Director affixed this 25th day of Anri 1_ 19 78 Dr. Walter Carr County Administrator J. R. OLSSON, Clerk County Auditor-Controller �1'�,�� -d /J�-�` Deputy Clerk H 24 12/74 15M Jamie L. Johnson In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Authorizing Attendance at Meetings IT IS BY THE BOARD ORDERED that the person listed below is AUTHORIZED to attend the following meeting, charges to be at County expense unless otherwise indicated: Sandra Fender, R.N. Developing the Nurse May 3-5, 1978 Medical Services Manager Seattle, FIA PASSED BY THE BOARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• Director, HRA Witness my hand and the Seal of the Board of. County Medical Director Supervisors Sandra Fender, R.N. affixed this 25th day of April 19 78 County Administrator J. R. OLSSON, Clerk County Auditor-Controller BY=��•��1 .2f<,A�L00"J` Deputy Clerk H 24 12/74 - 15-M Jamie L. Johnsen uou-24 In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Authorizing Attendance at Seminar IT IS BY THE BOARD ORDERED that James Cowger, Sheriff-Coroner's Department, is AUTHORIZED to attend, at County expense, the International Association of Identification Officers Seminar to be held at Reno, Nevada, from May 2, 1978 to May 5, 1978. PASSED by the Board on April 25, 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. Originating Dept: Witness my hand and the Seal of the Board of Sheriff-Coroner Supervisors cc: County Administrator affixed this 25thday of April 19 78 County Auditor-Controller `� J. R. OLSSON, Clerk Deputy Clerk Jamie L. Johnson H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California April 25 -----019 78 In the Matter of Authorizing Attendance at Meetings IT IS BY THE BOARD ORDERED that the person listed below is AUTHORIZED to attend the following meeting, approving TIME ONLY of forty (40) hours NAME & DEPARTMENT MEETING DATES Kathryn Crossley Annual Conference of the May 15, 1978 Conciliation Court Association of Family through • Supervisor Conciliation Courts May 20, 1978 Social Service Vancouver, B. C. PASSED BY THE BOARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors cCu : County Welfare Dir Orc : Dontr; HRA affixed this25t day of Ar)ri1 0119 78 cc Staff Dev Kathryn Crossley J. R. OLSSON, Clerk � County Administrator B )Z'67 . . Deputy Clerk County Auditor- Jarnie L. Johnson Controller H-24 3/76 ISm In the Board of Supervisors of Contra Costa County, State of California _A ril 25 . 19 „fig In the Matter of Resignation from the Housing Element Advisory Committee. Supervisor E. H. Hasseltine having advised that Dr. Joseph Hirsch has resigned from the Housing Element Advisory Committee (representing Supervisorial District V) ; IT. -IS BY THE BOARD ORDERED that the resignation of Dr. Hirsch from the Housing Element Advisory Committee is ACCEPTED. PASSED by the Board on April 25, 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 CC: Housing Element Advisory Supervisors Committee (via Planning) affixed this 25thday of April . 19 78 Director of Planning County Auditor-Controller County Administrator (y� ur . LSSON, Clerk Public Information Officer BY \ ` Deputy Clerk nda Amdahl 0 C4 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California Anril 2 -, 197-9- In the Matter of Reappointments -to the Local Agency Formation Commission. The Board having received an April 7, 1978 memorandum from Mr. J. S. Connery, Executive Officer, Local Agency Formation Commission, advising that the membership terms of Supervisors N. C. Fanden and E. H. Hasseltine on said Commission will expire on May 1, 1979; IT IS BY THE BOARD ORDERED that Supervisors Fanden and Hasseltine are REAPPOINTED to the Local Agency Formation Commission for four-year terms ending May 3, 1982. PASSED by the Board on April 25, 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 CC: Supervisors Fanden and Supervisors Hasseltine 25th April 19 78 Local Agency Formation affixed this OT Commission County Auditor-Controller f 'J. R. OLSSON, Clerk County Administrator Public Information Officer By Deputy Clerk Ronda Amdahl H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Amending the March 28, 1978 Board Order for Subgrant Modification Agreements with CETA Title II PSE Program Subgrantees (for Oakley Union School District) The Board having authorized (by its order dated December 20, 1977) the Director, Human Resources Agency, to execute, on behalf of the County, • standard form Subgrant Modification Agreements, to be effective November 13, 1977, with 29 CETA Title II PSE Program Subgraatees, including Oakley Union School District, to extend the operation of each Subgrantee's program from November 13, 1977 through September 30, 1978; and The Board having authorized (by its order dated March 28, 1978) certain amendments to said December 20, 1977 Board Order for five designated CETA Title II PSE Program Subgraatees, including Oakley Union School District; and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need to further amend the new Subgrant Agreement Payment Limit amount authorized for the CETA Title II PSE program operated by Oakley Union ScHool District, in order to correct inadvertent errors in the programming o- funds; IT IS BY THE BOARD ORDERED that said March 28, 1978 Board Order is hereby AMENDED by changing the "Amended Specifications Chart" (an attachment to said March 28, 1978 Board Order) to specify a "(Corrected) New Subgrant Agreement Payment Limit (10/1/76 - 9/30/78)" amount for Oakley Union School District to read $55,512, (instead of $34,460) while all other parts of said Board Order remain unchanged and in full force and effect. PASSED BY THE BOARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 25thday of April 1978 County Auditor-Controller County Manpower Program �� J J. R. OLSSON, Clerk Director Subgrantee Bye! �/� �20`lV Deputy Clerk Jar:ie L. Jn- nson �.S VC H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California April 25 . 19 78 In the Matter of Approving Consulting Services Agreement for "Improvements for Handicapped Access at Various County Facilities". (4405-4196) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute the. Consulting Services Agreement i+ti.th-Arrnias-Sootaru,. AIA, Martinez for design services in connection with °Improvements for Handicapped Access at Various County Facilities". This Agreement is effective April 25, 1978 and provides for payment on an as-earned basis with a guaranteed maximum of $4,000. PASSED by the Board on April 25, 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. Originated by: Public Works Dept. Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors cc: Public Works Department affixed this 25th day of Apri 1 - i9 78 Agenda Clerk Architectural Division ' / .J R. OLSSON, Clerk Accounting Section U County Auditor-Controller 8Y �� . Deputy Clerk J. Dye M. "NNUCCHI County Administrator ' P. Burton i,� t.•. �� Architect H-24 4/77 15m CONSULTING SED' , c .4GREp*1E UT "":';',Ase Zceclall Gond:.tlsnts are ±'_.co`,cmted cels:: :,y rerell= b s (a) PL. �utc ;94nc,• SII i-a os s{.z.1 nt (b) Ccr.s:1t .-7tIs Name It Address: Arman Sootaru, Architect AIA, P.O. Box 601 , Martinez, California 94553 (c) _'fect'.e ate: Aor 25 IRS (d) P-rojemz ct !Ia , : .ber Location: "Tml2rnY.pmpnts for MandicaRRipd Access at-Various' {e) Pa;:wnt :si^dt: $4' 000County Fad ties", Budget Line IteTn No. 4405-4196 2. SI-matures es. These s_g=tures attest ti:c parties' agreemen't'"ereto BY— &0 tA6 "IW (Desiynar;e of is aL capacity in buriress) State of California ) ss Contra C3L-a County ). AC Iu Iv:�Z?C 1:r;'T (CC X1190.1) i::e persan sig--mIng above for Cons, want, rlmo-wan to T. in."those indi vidUal an4 busi:iess capa iti?S, ��ersor'?z' appearbe ..^.» tO:sy andaCt.�'I0:'Jl+�'0.;e^ that he Sim it .; an;. that the co.�Qra-..icn or partnership :' ?fid above executed the. -d;.th n instr t'.=ent pursuant to its by-lam or a re-solution of its Board of D.. ct r � -T•, . ,;,.j � �T oFFiCiAL SEAL MARGARET G.FLUCHER e01Am aueuc=rXLIFO IA Publi c ::pads �^ectcr - CONTRA W51A COUNTY- Date: OUNTY- Cate: fotzr,� 3. Pa tfes. Effective on the above date, the above-n�.F:ed I'u��e Agency and Ccnsul:an. m st=..a?ly ag-ree- and pro.-Ase as fo?lo::s 4. -pIG:^ e^t. Public :agency hereby e..p10.1 s Cor:sultant, and Consult nt aCcepts Such _ y nt. to perform tie professional Se:-Ages described herein, upon the tea." .s =d in a^::Sidera tim of the 2y.me':;s stated erei. . 5. Scme of Service. Scope of sert.'_-,e shall :e as described ny attache` ' her ato and maze a parc hereof. 6. L-su_'^'anze. Consultant shall, az cost to Public Agency, obtain and rrainta n dur tl? the tem hereof: (a) briers' Co..-measation Insurance pursuant to state la:f, and (Oi Comrernrsi:Te Ldaoility insurance, including; cove_ra e for amed and non-awned,'autormbiles, with a mint : com-bi»ad single limi, cove_m e of $500,000 for all damages due ,to bogy 1n,'.L-'".�, S=CiL"':eSS or disease, or death to any person, and darrace to property, incl .the loss of use thereof, arising out of each accident or occurrence. Consultant.shall f"urnish.. evidence of s:: z coverage, naming Public Agency, its officers- and e=loyees. as add-Itional , insureds, and —ze euiring z.3 days written notice of policy lapse or cancellation. 7. Pa, n7:. Public rZen^.y shall ray C:..13ultant for professional services performed. at: the rates sna n in Appendix B attached hereto, tdAch include all overhead and inci.Cer tal' expenses, for which no additional co..mensation shall be allowed. In no event shall the total amount paid to the Consultant e:coed the payment lirtit specified in Sec. I(e) :•rithout prior written approval of the C,_xra Costa County Public Works Director. Consultant's statement of ch'--;es shall be submitted at convenient intervals. Payment will be r,ndle thirty (.";10) days after receint. of each statement. 8. Te:--dnation. At its option, Public Ag-enc! fray terrIm. to this ag•eement at any time; by wTM•i,ter. no ice to the Consultant, whether or not the Consultant is 'in default. Lion such tenr...raticn, Consultant agrees to turn over to Public Agency eveL-,,,rhing:penal:zing to the ..pork _possessed by or Lr::er his control at that time, and will be paid, idthout' duplication, all mmunts due or thereafter becomiq; due on account;of services rende_ed to the date of ten^ naticn. 9. Stitt.:.. 'i're Consultant is an independent contractor, and is not to be considered an ' e.-pl o;;ee of Public Agency. 10. Lnde:mification. Tree Consultant shall defend, save, and hold harmless Public Agency and its officers and e.pl oyees front xmy and all liability for any injut-j or da.:*ages ariz.1-4 from or connected Ath the services provided he under- rons,11r- ~ an;{ person T�T ,. un3er its co-.t:D1. C E 1 Y � ' Attac:ments cc�q Append x A c) Appendix � � APRs? ��i� Appendix C J. a o�ssoN F .-.n approved by County Cat=el aen of SUKWWRS' 6177 , �. Co Micro#Timed with bcxrrd order N Appendix A to Consulting Services Agreement, dated April 25, 1978, between Armas Sootaru and Contra Costa County SCOPE OF SERVICES IMPROVEMENTS FOR HANDICAPPED ACCESS AT VARIOUS COUNTY FACILITIES A. General Requirements: 1 . The Architect is the Consultant named in Paragraph 1 of the Consulting Services Agreement. 2. The Architect shall hold current registration as an Architect in the State of California and furthermore shall certify by entering into this Agreement that lie is professionally competent and able to provide the professional services outlined herein by reason of his personal know- ledge and skill and that of his staff of consultants retained and paid by him. 3. Consultants retained by the Architect shall be approved by the County. 4. The Architect shall attend all v.etings and conferences as requested by the County. 5. Cost considerations are not to be considered as justification for breech of sound principles of architectural and engineering design. If the cost of the work is increased beyond the approved cosL estimates by any changes involving quality or quantity, the Architect shall give written notice within seven days to the County. 6. The Architect agrees that no approval of plans and specifications by County relieves the Architect of the responsibility for the adequacy, fitness and correctness of design and for designing work in accordance with sound and accepte6 engi _.:;ring and architectural principles. 7. Work shown in the drawings and specifications shall meet requirements of authorities having jurisdiction. B. Architect shall prepare construction drawings and specifications for improving access for the handicapped at various county :cilities as directed by county and in general conformance with the following Vx 14 inch sketches dated April 17, 1978, which are attached: 1 . Courthouse, 2nd floor restrooms 2. Finance Building, lst floor restrooms 3. Admin. building, Pittsburg, restrooms 4. Nain Libr;ry, Plea S an tWill restrooms 5. Library, Martinez, entry ramp 6. Library, E1 Sobrante, parking stall access 7. Health Building, Martinez, restroom U 1 of 2 Appendix A • .PPE?1DIX S CE-inRGE RATES 1 . Time by Classification of Personnel : Principal Architect S 40.00 per hour Project Architect 2'Z times payroll Job Captain 212 times payroll Senior Draftsman 2'2 times payroll Junior Draftsman 2'Z times payroll Clerical 212i times payroll In no case shall the 2:, tir:es payroll exceed the Principal 's hourly rate. 2. Consultants: Architect's consultants' time shall be paid at Architect's cost which shall be computed by app7—,,ing the applicable above rates to consultants' personnel . Detailed s..,emen''s of consultants' bills shall be submitted as part of Architect's oil '. for- services. J. Transoortation: Cost to Architect for transportation will be considered as included in the above charges and no extra payment will be made therefore. Expenses for essential trips to areas outside the bay Area will be reimbursed by the County Only the County has issued prwritten approval therefore. 4. Printing: Only direct costs `or p: :iously aprr _.,:d printing will be reimbursed by the County. Appendix u to Consulting Ser-.,ices :'crac!,ent dated April 25, 1978 between Cont.-_C^sta County, Pual is `• orl:s Department arid Arras 5ootaru 1 of 1 Appendix A continued C. Documents shall be prepared so that work at each facility shall be bid as an individual additive alternate. D. Tracing paper will be provided by the County. E. Architect will deliver five sets of plans and specifications to the County for checking purF ses. F Architect shall deliver the ori,- ',ial tracings and master specifications to the County who will be responsible for all addition,; ; printing as required and who will retain ownership and possession of tracings and specifications. G. Time Periods: It is understood and agreed that time is of the essence in this Agreement and the services shall start immediately upon execution of the Agreement. The Architect shall carry the services forward expeditiously and with adequate forces and shall complete the drawings and specifications within four weeks of execution of Agreement, excluding time required for County review. H. Construction contract administration and construction inspection will be dont by the County including distribution of construction documents for bidding purposes. I. Architect shall provide technical assistance during construction when re- quested in writing by the Public storks Director. ho payment shall be made for such assistance when necessitated by errors or omissions in the Con- struction Documents. J. Successors and Assign,- -. This Agreement and each of its terms shall extend to and be binding upon and inure to the benefit of the successors and assigns of the respective- parties hereto, jointly and severally. 2 o; 2 Appendix A ^R"7 a, ',^.5 v k Y i 7t moi✓ �.J .rl ral' LUNWER MNS`IUTUAL M AMERWAN`.IOTORISTSk.NIERICAN;IANUFACTL'RERS FEDER#LIMNIPER 5E4t OIC 1_J CAS U iL7Y CO1iPAN Y i5J tNSU1"NCE C0.% ANY 0 tIUTUAL L\SURANCE COJiPNNY L—J w4SG:t►1tiCE CObtP,A.%j LYSUR.i.YCECO'�lPa'4Y E iY THIS CERTIFICATE IS ISSUED AT THE RECUEST OF: . coNi A cosTAcanrry � `�13 `ISZaA1Zl"?N BLW., 633 FL00R DATE ISSUED .11JART=1 CA. 94553 .ATTN: .M. BOB BABAi PUBLIC VOM DEPT TIM POLICIES ANDICATEI)SLLOM BY POLICY`IU?Ir•M POLICY PVIIOD AND LIMITS OX LIABILITY BAYS BEEN ISSUED TO, INSUN""25IYA XANDAD"L*5 ARMAS SOOTM r sxo LAS 3IIrrAs: :S3TIr, X9BSIY=, M. 94533 µ w FDUC7 f0AI1 Pl1LIM NUM1113 P9UCl PEe?IOD COVER=.110 UNITSOF LlidFtiIX t 1Jarkars Corpensaban Fzaa tM�rasr's Cw. eiasaticn--Woows C=zpusasr o Lrar of x " nd Emplorete Lisbiliry To Esq,t r=a'Lia ititp-�S ,'• ax Cw�biraatum Automobile-- I= For such Coverage Parts as are i2diaied beloix bx"r,ad &:cs1 l iabikitT BSC 25.032 To 5/2/80 Liaits of LinSiti�y statzdaslte txtreta =:- ` , BODILY I''l7Qttr LIABILITY :PBQ?EBTY Q�11AiF.L1�81UjC COVERAGE AFFQRBEB each y%r:sn each cccum,.nse a ngst= each`otcerrence a x—Car.+prehnniYe Autwmbile Lieb"slity lt=uo 5500,000. S.L.C. 0—(:,rage lnsuraace p-hazard z ,0—Hatud Z E3--Garaaakeepers'Legal Liabilib S ' p—Cc:npreheneve General Liability Insorace' S $ S p—cumene.Lxadtards'and Teauts'Liability Insoraacr Q—.lixitsfutirere aad Cenhe tre liability Insorwe p--"erg:_t:I 4eriti ns a-'r:aducts Liability insurance S $ S Cc«itractiai uAitity Inrsaace(Drs+,acted Ccatracts OncTa $ $ 0--Independent Caatracters Liabiiity Inssnance $ ? S Q--0*,5tr Cav:raga Parr $ $ S SESUIFTIIv tic OPE300m. AxD LOCAMIll TO WHIM =IFICATE APlLlES Pauytstoxs I2 ZS & a*� 7H i =(M SS C'' AS IS 107017D"r� Bf "s:�? PflLZCY IS ��DEb TO 14=41DE AS AIlIlTtIffI n S:TS tl K--=, CCNM tX}= C0L,'NTf, M taF:sZ= JAiCi24l*,s /4�tD U-1 SCL= AS Rzsp!''£ nip '.c3E HAMM Zi5IJ IS CaF�.33'It3KS,IsMOR ED ITIS FL >G'm 2 'i s CLQ';° 91=1 PWWX (30) TZr T.D,IATS ZyOa'ZG'' MOR 20 . _3S` t�3iCE3.L'iT*sC» i3 ME °"T*L'G .179 +"-*' tX7'4'EMIM is T.sM PM= I}ESZE► . DY r3SMANC2. Appendix C to the 'Consulting Seryices Agreement dated Apri,I 25, 1978 hetween�.Contra Costa Codnty- acid Armas-Sootaru .(2 pys':)----prigi-nal-certificates Bled in-the-ERemodelug,:off Edgar Children Is Shelter "� � .y•;.. - T1s-� t ,�� x G"c+K,`J rfCf�S`:: r •., INSUR1.` U CCr`UP: 4 V CERTIFICATE OF INSURANCE HIS CERTIFICATE IS ISSUED AT THE REQUEST OF: ;'- Bob Saba, Publ is Works LepartT.e»t Con'ra Costa County Cth , loor, Administration Building DATE ISSUED. 5/3/77 Martinez, CA 94553 THE PO_tCY INDICATED BELOW BY POLICY NUNISER,POLICY PERIOD AND LIMITS OF LIABILITY HAS BEEN ISSUED TO: :.SURED'S NAME AND ADDRESS: A',.:i1S SC�T:;AU 610 Las Juntas Street Martinez, CA 94553 TYPE OF INSURANCE AND UNITE LIMITS OF LIABILITY -- POLICY DUMBER r:�ONTH CAY YEAR BODILY INJURY AND PROPERTY DAMAGE OMPREHENSIVE GENERAL LIA811-1IY EFFECTIVE cXPIHATION LIMIT IN ALL IN RESPECTOF EACH OCCURRENCE;OR IN TME _XCLUOING AUTOMOBILES) AGGREGATE: ! 4/12 /77 CONTINUOUS700147 ( UNIIL CANCELLED 1 , 5j00,000.00 ALLOAMAGE + I PROFESSIONALS' I jLIM-r 1^4 ALL IN RESpScr OF DEDUCTIBLE a0FE5SIOr4.AL L1AWLITY I j EACH. :URRENCE It, c CONTINUOUS IAGGNE4T=: UNTIL n r� 700147 ; 4/!Z/77 CANCELLEO S 100,000.00 LL UAM1tAGES $5,000.00 PER OGCUaRENG 1 E5CHIPTION OF OPtERAT1UN5 ANO LOCA rION TO wmfCH CERTIt;iCA! APPLItS: All o-2erations of the insured ,vtclAl PaGvl�IovS: In the event the policy cancelled by the Company as provided herein or a material change is wade in the insurance affcrce�_ by the ;policy, written notice of the effective date of suck cancellation or change shall be Trailed to the above nar*d cer'tificatenolder no less than (30 thirty `Ys prior thereto. It is further agreed that Contra Costa County be named as additional -insured but only as I-spects Coverage Part Ii, Comprehensive General Liability. Apperdix C . 2 of 2 This CCr21TICate OL insur,)nCe Is merely a rec;,ai o= Insurorce ' y 'ti" on ,7Q!icy and e^ !orsempent for ns in L':?by the cOr -,..n.. P:. -�inr rr.nt:�n.�� t. -.St`3n C"= - •r ^- _ .^cV-�.,r� Uf).l 41 1-)i~r r 'TP I 4-, rul.1 Ing xf "SITIVIG 10 e. 4 0(7 k.0 ft,I sipr I t)&- 4 . Ar IV L f-wo-,OWN ltd vp FL.009 71,11 Z newrbluc.- DSII:.(?!�tb i .� 2.. �rLtaC/1:u ftCD /,1/JL I' wd. , � -•«'-� •} � � � v, 4lI�IF i VJ4LL l�It:'• l;i,. Ply:r✓120(( U '� f'� 1 1�, i-. rt �.. �r'1 l�rt.s�• �j, ('�1r�)J�:x's' '-��•:t 1;1 srl (�}cllJ' _ ,! _ `..../"'' �i E . _. •�� l ,�,, 1'.t�A)K r1 ��r,rj i11:i'• +• - ��, E�,lit ��.• .•4-Zl'3R. �� l"i� ! __� ' ...._........ r�' ...___ ._ �`f .,._...__ � .. ' ,. r• .���„ � .�..�__r_. .._....._._ 1 r .� . ..f.•__.._ Cj, X14 4� 1{l+¢SC d (;, �o' �'• -Door- 44,Door- 1 .` (Fj� lJ��•a '��trtJV llt.1.; j,A�,. :" =�(„•�'. • i '. 'H) c,• LttXJ ,/ 7. tiavG �� VOLfeW ' �� (✓t11J519Ott dFF��_ :i1"1.J�- 1 W Ute C (` _�L1 i#1S•►f '-a'3 ' 2s"T t.cbf�. i 5rlu�".�M5 �-t AIM 790 SNA ( Cre SUIUDIN)t` 4 /tt l it t YIN IMP i MOM, n I L.,, 40 4-1 VA 1 lull Alt% i .i .y { =.1 1 �+ UGk1 'rf-i�tJ4lLsk1'I�S. �+ Men 5 - 4, fad Dew SS . Mom- �ETZY11�f�+r;' Q'e MOV&- TO1L&.T . to. E USTr.'.L two 3u aov 7. n � G 'tlarw ��'tltt i 00840 ArT'fl��1M�uT' 100.1-11361 LlRaWy, its 3 ' t- 1A ` Qp 1 � X /1 . � t i i 1 1 . r Y�I�IIr� Vlf)rrtlsl K ... w/ 3-' 't 7,.72. wAu.. t+5 lSit1;�:tl!,, iG,:. GF•�t+114,Es Lf�fJ6ft� en4 .�.--- �---------.. .... .. . __ ...._.._ . . _..._._.___ ... ___:.'�._..: . ..�. ?,• QGI,r,CI�ctG Ltref�r 1jr111 !fes� • /.u- i��un L•':Ir Its . h I r y�PPLY art I.l. 4 r• l•____: - �'� ____ ���- t.r+v R.cr , rt�ST7:r►- r, 1`r=�yst�0<< ._�� `t•rt• �='=="--•-- - ��.'. . ._�i._�,�' 7• _�.. ,. /�_ � � rn. I.iot•ee' ��t�:��r r::is N .'r :�:,. Itit,•r- •rL ur:tiv Vr fi ri„ . L �' t Vii..• _.._�_��..-�:.�_...:.._.. ...�. �. : :.' ':. �1_.�..�_ �.�� ......�....�...._: _.__. ... j 3 ____ ..,�r.zrr-, � f3. 1I�sT'r.u.. •t1��t I,,,:n;l.r„ y PAl t4l ,( r.�i�l r.,.. �s .�Ay . 10 1014)IC1, tYl lilecn, 'TLLL`r''t. T11SP. E7L', !/Ate= II a tyir ' �t 1�40�—._. __..... _ � � I? APS�$ .. • • . .. ' . -.�• . • • • .. . . :.� ��� ,:':;.;: In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 ?g In the Matter of Request for Intervention in Connection with Termination of Employment Proceedings with Respect to Physician at Richmond Clinic. The Board having received an April 12 , 1978 letter (a copy of which is attached hereto and by reference incorporated herein) from Mr. Tom Bond., Executive Coordinator, Union of American Physicians , on behalf of Dr. Miles Bell, a County employee assigned to the Richmond Clinic, pertaining to proceedings -to terminate - the employment of Dr. Bell; and Mr. Bond having requested the Board to intercede immediately in said matter; IT IS ORDERED that action by this Board is withheld and the parties involved are directed to adhere to applicable procedures in Medical Staff Bylaws. PASSED by the Board on April 25 , 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 cc: Union of American PhvsiciaRuspervisors Director, Human Resources affixed this_?5]Lhdoy of An" 1 ' 1922— Agency 19ZAgency County Medical Director J. R. OLSSON, Clerk Director of Personnel County Administrator By Deputy Clerk tea Craig H-24 4/77 15m N� 4 `std PHYSIC/4 �t �s SANFORD A.MARCUS.M.D. -` president o o DAVID DOBREER,M.D. r. _ = ria president "UNION OF AMERICAN PHYSICIANSi EIIARDT.KELLEY,M.D. {� oc president WORLD TIME CENTER,SUITE 231 • SAN FRANCISCO,CA 94111 • PHONE 14151391.9341 WILLIAM W.ANDERSON.M.D. secretary JOSEPH J.ALBRECHT.M.D. Irnswer Certified April 12, 1978 RECEIVED Hon. Robert I. Schroder, Chairman Board of Supervisors APR //1978 Contra Costa County 651 Pine Street J. R. OLSSON CLEP.K 80 RCI O: SUPERVISORS Martinez, CA. 94553 C SAM B Dear Mr. Schroder: This organization is the duly designated representative of a Dr. Miles Bell, an employee of the County, and assigned to the Richmond Clinic. Your Personnel Office, specifically Mr. Charles Leonard, is in receipt of an Unfair Employer-Employee Relations Practice Charge filed by the Union of American Physicians (UAP) on behalf of Dr. Bell on February 21, 1978. Now, we are in receipt of a memorandum from Dr. George Degnan to Dr. Bell informing him of his impending termination, effective on or about April 20, 1978. Customarily, an Unfair Employer-Employee Relations Practice Charge is acted upon mediately. In this case County has failed to do so, despite repeated requests . Under Federal law, and as certainly intended by State law, any impending action including termination is suspended until such allegations are resolved. We question the standing of either a special Executive Committee consisting of certain other employees and/or the authority of Dr. Degnan to supercede rights guaranteed an employee (Dr. Bell) under State or County law. Therefore, we are asking that you intercede immediately in this matter and direct the County Medical Director to cease and desist from his continued harassment, coercion, and other intimidation of this employee . We request your immediate response. Thank you. Very truly yours , UNION OF AMERICAN PHYSICIANS Tom Bond Executive Coordinator TB/gd A. Enclosures I 1101 STH STREET RAVENTO,CALIFORNIA 55811.PHONE 191614411755 1543 WEST OLYMPIC 80ULEVARD,SUIT 435•LOS YG FORMA 9=15-PHONE 1213138?•2251 In the Board of Supervisors of Contra. Costa County, State of California April 25 , 19 78 In the Matter of Authorizing Execution of a Lease with The Brentwood Health Center Committee, Inc. for the premises at 118 Oak Street, Brentwood • IT IS BY THE BOARD ORDERED that the Chairman of the Board of Supervisors is AUTHORIZED to execute on behalf of the County a lease commencing April 1 , 1978 with The Brentwood Health Center Committee, Inc. for the premises at 118.Oak Street, Brentwood, for continued occupancy by the Health Department. PASSED by this Board on April 25, 1978 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Lease Management affixed this 25thday of Anril . 1978 cc: County Administrator Public Works Department J. R. OLSSON, Clerk County Auditor-Controller (via L/M) B� J -` . Deputy Clerk Lessor (via L/M) Jamie L. Johnson Buildings and Grounds (via L/M) Health Department (via L/?4) H-24 4/77 15m L'4 LEASE Health Department, Brentwood Clinic 118 Oak Street Brentwood, CA 94513 1 . PARTIES: Effective on April 1 , 1978 BRENTWOOD HEALTH CENTER COMMITTEE, INC. , a California corporation, hereinafter called "LESSOR", and the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called "COUNTY", mutually agree and promise as follows: 2. LEASE OF PREMISES: LESSOR, in consideration of the rents, hereby leases to COUNTY, and COUNTY accepts and takes those certain premises described as follows: a portion of the premises at 118 Oak Street, Brentwood, containinq approximately 515 square feet of office space and approximately 830 square feet of common area, • more particularly described on Exhibit "A" attached hereto and made a part hereof. 3. RENTAL: COUNTY shall pay to LESSOR as rent for the use of said premises a monthly rental of One Hundred Eighty and No/100 Dollars ($180.00) payable on the tenth day of each month during the term of this lease. Payments shall be mailed to 730 Third Street, Brentwood, CA 94513. 4. TERM: The term of this lease is for one (1 ) year commencing April 1 , 1978 and ending March 31 , 1979. 5. EXTENSION: This lease may, at the option of the COUNTY, be extended for one (1) year commencing April 1 , 1979 to March 31 , 1980 on the same terms and condi- tions as contained herein. COUNTY shall give LESSOR written notice of its intention to extend this lease at least thirty (30) days prior to the termination date. 6. HOLDING OVER: Any holding over after the term of this lease, shall be construed to be a tenancy from month to month, and shall otherwise be on the same terms and conditions so far as applicable. 7. It is understood by and between the parties hereto that this lease is a sublease under the Master Lease dated March 14, 1974 between Bockman and Womble Electric Co. , Inc. , a corporation, LESSOR, and BRENTWOOD HEALTH CENTER COMMITTEE, INC. , a California corporation, LESSEE, and said Master Lease grants to BRENT!JOOD HEALTH CENTER COMMITTEE, INC. , a California corporation, the right to sublease all or any portion of the leased premises. 8. USE OF PREMISES: The premises shall be used during the term hereof to conduct normal Health Department activities. The premises will be used to conduct clinics ,. . r " Microfilmed with board order a maximum of six (6) days per month (with, for example, two (2) half-day clinics on different days counting as one (1) day of use). COUNTY may hold additional clinics, with LESSOR's approval , at additional rental of $15.00 per half day. 9. UTILITY SYSTEMS: LESSOR will maintain any and all electrical , water, plumbing, heating, ventilating and air conditioning systems in good working order. 10. UTILITIES AND JANITORIAL: LESSOR will pay for all electric, water, gas, and refuse collection services provided to the leased premises. LESSOR shall pro- vide janitorial services, and replace any and all electrical lamps and ballasts in the lighting system. 11 . MAINTENANCE AND REPAIRS: A. LESSOR shall keep the exterior of the premises in good order, condition and repair, including exterior doors and their fixtures, closers, and hinges. B. LESSOR shall keep and maintain the interior of the premises in good order, condition and repair. 12. ALTERATIONS, FIXTURES AND SIGNS: COUN'rY may make any lawful and proper minor alterations, attach fixtures and signs in or upon the premises which shall remain COUNTY property and may be removed therefrom by COUNTY prior to the termination of this lease, all signs to meet with existing Code requirements and LESSOR's approv- al . Any such alterations, signs or fixtures shall be at COUNTY's sole cost and expense. 13. HOLD HARMLESS: It is understood and agreed that LESSOR shall not in any way be responsible for damages to persons or property in and upon said premises while said persons are on COUNTY business and shall not be held liable for any liability, claim or suit for damages to the person or property of anyone whomso- ever while in or upon said leased premises during said term in conjunction with the performance of COUNTY business; and COUNTY hereby agrees to indemnify and hold harmless LESSOR from any liability or charges of any kind or character by reason of such injury or damage claim or suit for liability arising therefrom in, around or upon said leased premises, except that in the case of any structural failure to the building which results in damage to any person or property, LESSOR will be held liable. LESSOR agrees to hold COUNTY completely harmless from damages to persons or property and COUNTY shall not be held liable for any liability, claim or suit for damages to the persons or property when and if said persons or property A 43 - 2 - are passing through, are in or around said demised premises, and are not acting in conjunction with COUNTY business. 14. DESTRUCTION: If these premises or any essential part thereof be destroyed by fire, earthquake, or other casualty, this lease shall , in the case of total or substantial destruction, immediately terminate and, in case of partial destruction or damage, shall terminate at the option of either party on giving written notice to the other party within fifteen (15) days after such fire or casualty, and no rent shall accrue or be payable to LESSOR after such termina- tion. Should COUNTY and LESSOR not elect to terminate said lease as provided in this paragraph, LESSOR shall forthwith repair the premises and, if such partial destruction shall prevent COUNTY from occupying the whole or a portion of the demised premises, COUNTY shall be entitled to a proportionate reduction of the said rent from the date of such partial destruction until the date the demised premises shall be repaired by LESSOR. 15. QUIET ENJOYMENT: LESSOR covenants that COUNTY shall at all times during the said term peaceably and quietly have, hold, and enjoy the demised premises without suit, trouble, or hindrance from or on account of LESSOR as long as COUNTY fully performs hereunder. 16. DEFAULTS: In the event of COUNTY breach of any of the covenants or condi- tions herein, including rent payment, LESSOR may reenter and repossess the prem- ises and remove all persons and property therefrom; and in the event of such a breach by LESSOR, COUNTY may quit the premises without further obligation or may proceed to repair the building or correct the problem resulting from the breach and deduct the cost thereof from rental payments due the LESSOR. 17. SURRENDER OF PREMISES: On the last day of the said term, COUNTY will peaceably and quietly leave and surrender to LESSOR these premises with their appurtenances and fixtures (except signs and fixtures referred to in Section 12 herein) in good order, condition and repair, reasonable use and wear thereof and damage by earthquake, fire, public calamity, by the elements, by Act of God or by circumstances over which COUNTY has no control excepted. 18. INSPECTION: LESSOR reserves the right to enter the premises between the hours of 9:00 a.m. and 4:30 p.m. , Monday through Friday, and to employ the proper representative to ensure that the property is being reasonably cared for, and that no waste is being made, and that all things are done in the manner best cal- culated for the preservation of the property, and in full compliance with the terms and conditions of this lease. 19. TAXES: COUNTY shall pay to LESSOR with-'<n thirty (30) days after being requested to do so as additional rental , 15001 of the increase, if any, of the City and/or County taxes levied against the property of which the demised premises is a part, over such taxes for the tax year 1973-74. Said request must include a copy of the rental information card for the appropriate tax year. 20. SUCCESSORS AND ASSIGNS: The terms and provisions of this lease shall ex- tend to and be binding upon and inure to the benefit of the executors, admini- strators, successors and assigns of the respective parties hereto. 21 . TIME IS OF THE ESSENCE of each and all of the terms and provisions of this lease. COUNTY LESSOR COUNTY OF CONTRA COSTA, a political subdivision of a BRENTWOOD HEALTH CENTER COMMITTEE, INC. , State of Cali a California corporation By `� By Chairman, Board of Su isors ATTEST: J. R. OLSSON, Clerk Byj By:� Deputy amtJohnson RECOMMENDED FOR APPROVAL: By County Admi strator By � P/ /' L. Deputy Public Works D r ctor Buildings and Grounds By Lease Management APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel By ;� Lt�� Deputy, Gobnty Coun - 4 t1 �. cc kill t- EXHIBIT "All . 44. _ �,(`- ---� �---�-� t - tri — - t Us /. c- IA. `? ;o it l�'j � ., !. q ;ti' Sa3 ,. ..fit„• . It - ! � J N�l� T•Y\.mow r-7:w�A.”�. Y s 14 ��J tit r}, to [! � L �� `• V LL LU Of c `+ fl •.: v2 tat '� • ' ., �� t W cn L �.1 1 .t _t J •� ` +•1 .+ l:^ e°:t. W r In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Authorizing Execution of a Lease with Phoenix Programs, Inc. for the premises at 2253 Concord Blvd. , Concord IT IS BY THE BOARD ORDERED that the Chairman of the Board of Supervisors is AUTHORIZED to execute on behalf of the County a lease commencing April 25, 1978 with Phoenix Programs, Inc. for the premises at 2253 Concord Blvd. , Concord, for occupancy by Medical Services. PASSED by this Board on April 25, 1978 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Lease Management affixed this25th day of April 1978 cc: County Administrator Public Works Department /J J. R. OLSSON, Clerk County Auditor-Controller (via L/M) Bye�r s'�i ��o—r� . Deputy Clerk Lessor (via L/M) Jamie L. Johnson Buildings and Grounds (via L/M) Medical Services (via L/M) H-24 4/77 15m LEASE Medical Services 2253 Concord Boulevard Concord, CA 1 . PARTIES: Effective on April 25, 1978 PHOENIX PROGRAMS, INC. , here- inafter called "LESSOR", and the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called "COUNTY", mutually agree and promise as follows: 2. LEASE OF PREMISES: LESSOR, in consideration of the rents, hereby leases to COUNTY, and COUNTY accepts and takes those certain premises described as follows: a portion of the premises at 2253 Concord Boulevard, Concord, containing approxi- mately 1 ,205 square feet of office space, and three parking spaces, more particularly described on Exhibit "A" attached hereto and made a part hereof. COUNTY shall not use more than three parking spaces in the building parking lot. 3. RENTAL: COUNTY shall pay to LESSOR as rent for the use of said premises a monthly rental of Six Hundred Sixty Five and No/100 Dollars ($665.00) payable on the 10th day of each month during the term of this lease. Payments shall be mailed to P.O. Box 315, Concord, CA 94522. 4. TERM: The term of this lease is month to month commencing April 25, 1978. 5. It is understood by and between the parties hereto that this lease is a sublease under the Master Lease, dated December 15, 1977, between CLAUDE GARIBOTTI, LESSOR, and PHOENIX PROGRAMS, INC. , LESSEE, and said Master Lease grants to PHOENIX PRO- GRAMS, INC. the right to sublease all or any portion of the leased premises. COUNTY shall not voluntarily assign or encumber its interest in the lease or in the premises, or sublease all or any part of the premises, or allow any other person or entity (except COUNTY's authorized representatives) to occupy or use all or any part of the premises without first obtaining LESSOR's consent. Any assign- ment, encumbrance, or sublease without LESSOR's consent shall be voidable and at LESSOR's election, shall constitute a default. No consent to any assignment, encumbrance or sublease shall constitute a further waiver of the provisions of this paragraph. 6. USE OF PREMISES: The premises shall be used during the term hereof by the continuing care program of the Contra Costa County Medical Services Division. It is to be understood the area designated solely as conference room (Exhibit "A") would be shared jointly by County Mental Health Services and PHOENIX PROGRAMS, INC. 7. UTILITY SYSTEMS: LESSOR will maintain any and all electrical , water, plumbing, heating, ventilating and air conditioning systems in good working order. 8. UTILITIES AND JANITORIAL: LESSOR will pay for all electric, water, gas, sewer and refuse collection services provided to the leased premises. LESSOR shall pro- vide janitorial services, and replace any and all electrical lamps and ballasts in the lighting system. 9. MAINTENANCE AND REPAIRS: A. LESSOR shall keep the exterior of the premises in good order, condition and repair, including exterior doors and their fixtures, closers, and hinges, and the parking lot and grounds, and windows. B. LESSOR shall keep and maintain the interior of the premises in good order, condition and repair. C. LESSOR shall provide and install at the direction of the Fire Marshal the necessary number of A-B-C fire extinguishers and exit signs for the premises. LESSOR shall thereafter maintain, repair, and replace said extinguishers. D. COUNTY shall not suffer any waste on or to the demised premises. E. COUNTY shall not be responsible for the correction of any applicable build- ing, Cal/OSHA and/or Fire Code Violations; provided LESSOR shall not be liable for correction of code violations which arise out of and are directly related to a change in COUNTY's occupancy or use of said premises. 10. IMPROVEMENTS: A. LESSOR shall provide the improvements shown on Exhibit "A" attached hereto. B. It is understood that the premises are under construction. If the premises are not complete to the satisfaction of COUNTY by the commencement date of this lease, rent shall be prorated as of the date of acceptance by COUNTY. If the premises are not accepted within thirty (30) days of the commencement date of this lease, this lease may be terminated at the option of COUNTY. ll . ALTERATIONS, FIXTURES AND SIGNS: COUNTY may make any lawful and proper minor alterations, attach fixtures and signs in or upon the premises which shall remain COUNTY property and may be removed therefrom by COUNTY prior to the termination of this lease, all signs to meet with existing Code requirements and LESSOR's approval . Any such alterations, signs or fixtures shall be at COUNTY's sole cost and expense. 12. HOLD HARMLESS: It is understood and agreed that LESSOR shall not in any way be liable for damages to persons or property occurring in or upon the portion of the building leased by COUNTY and shall not be held liable for any liability, claim or suit for damages to the person or property of anyone whomsoever while in or upon said portion of the building during said term and COUNTY hereby agrees to defend, indemnify, and hold harmless LESSOR from any liability or charges of any kind or character by reason of any injury or damage claim or suit for liability arising from damage to persons or property occurring in or upon said portion of the building, except in the case of any structural , mechanical , or other failure of equipment or building of LESSOR which results in damage to any person or property, LESSOR will be held liable. LESSOR agrees to defend, indemnify and hold COUNTY completely harmless from damages to persons or property and COUNTY shall not be held liable for any liability, claim, or suit for damages to the persons or property when and if said persons or property are in said building and such damage does not occur in the portion leased by COUNTY. The conference room shall be considered leased by COUNTY unless it is in use by LESSOR. 13. DESTRUCTION: If these premises or any essential part thereof be destroyed by fire, earthquake, or other casualty, this lease shall , in the case of total or substantial destruction, immediately terminate and, in case of partial destruction or damage, shall terminate at the option of either party on giving written notice to the other party within fifteen (15) days after such fire or casualty, and no rent shall accrue or be payable to LESSOR after such termination. Should COUNTY and LESSOR not elect to terminate said lease as provided in this paragraph, LESSOR shall forthwith repair the premises and, if such partial destruction shall prevent COUNTY from occupying the whole or a portion of the demised premises, COUNTY shall be entitled to a proportionate reduction of the said rent from the date of such partial destruction until the date of the demised premises shall be repaired by LESSOR. 14. QUIET ENJOYMENT: LESSOR covenants that COUNTY shall at all times during the said term peaceably and quietly have, hold, and enjoy the demised premises without suit, trouble, or hindrance from or on account of LESSOR as long as COUNTY fully performs hereunder. 15. DEFAULTS: In the event of COUNTY breach of any of the covenants or conditions herein, including rent payment, LESSOR may re-enter and repossess the premises and remove all persons and property therefrom; and in the event of such a breach by LESSOR, COUNTY may quit the premises without further obligation or may proceed to repair the building or correct the problem resulting from the breach and deduct the cost thereof from rental payments due the LESSOR. - 3 - 16. SURRENDER OF PREMISES: On the last day of the said term, COUNTY will peaceably and quietly leave and surrender to LESSOR these premises with their appurtenances and fixtures (except signs and fixtures referred to hereinabove) in good order, condition and repair, reasonable use and wear thereof and damage by earthquake, fire, public calamity, by the elements, by Act of God or by circumstances over which COUNTY has no control excepted. 17. INSPECTION: LESSOR reserves the right to enter the premises between the hours of 9:00 a.m. and 4:30 p.m. , Monday through Friday, and to employ the proper representative to ensure that the property is being reasonable cared for, that no waste is being made, and that all things are done in the manner best calculated for the preservation of the property, and in full compliance with the terms and conditions of this lease. 18. SUCCESSORS AND ASSIGNS: The terms and provisions of this lease shall extend to and be binding upon and inure to the benefit of the executors, administrators, successors and assigns of the respective parties hereto. 19. TIME IS OF THE ESSENCE of each and all of the terms and provisions of this lease. COUNTY LESSOR COUNTY OF CONTRA TA a political s o of the PHOENIX PROGRAMS, INC. State of a i By R. 1. Sclnrode; BY �, C airman, Board of Supervisors ce res e , ar o �jecfo—rs ATTEST: J. R. OLSSON, Clerk G�� By President, Board of Directors By hwl Deputy Jamie L. Johnson RECOMMENDED FOR APPROVAL: By f ��W Coun Ad inistr for By Deputy Public Workt Director Buildings and Grounds By L ase anagement APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel gy , Deputy SSi1C J - 4 - {Y __sem,,.___--•--` ___.----"�_ F„y�RflpA, /Z r J5 _--- ' lr ClP,7"jON 510 f,ct 9xJz P��,�NDA•s - _ � Jpxls _ , Y= J1 f;a o r !/ / uuj ' /0' �r,�AjIJ"A15 p� 9 z 12 Ak' SPGES FORS AY USE \ "� ��,�•/ � , � �/ i / /'�/I ; ' CSF �� � 4614 9X"0 00 • � /f - � SE BY � 30INT U LESSOR ,f COUNTY REPAIR �' ��8 TT ��M1 Loon 01c C/ L �rq,�!B Co 8..-- '� /� j � ';", .,�., 2253 ._.—�•— nG�Co rcD V.0- i ' In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of - Authorizing Execution of a Lease Amendment with Joseph A. Duffel and Ivan Goyak for the premises at 3630 San Pablo Dam Rd. , E1 Sobrante • IT IS BY THE BOARD ORDERED that the Chairman of the Board of Supervisors is AUTHORIZED to execute on behalf of the County a Lease Amendment commencing April 10, 1977 with Joseph A. Duffel and Ivan Goy3k for the premises at, 3630 San Pablo Dam Road, El Sobr3nte, for continued occupancy by the Social Service Department. PASSED by this Board on April 25, 1978 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Lease Management Supervisor affixed this25thday of April . 19 78 cc: County Administrator Public Works Department . J. R. OLSSON, Clerk County Auditor-Controller (via L/M) Lessor (via L/M) By—.�imG �r�O�..Deputy Clerk Buildings and Grounds (via L/M) Jamie L. Johnson Social Service Dept. (via L/M) H-24 3/76 15m AMENDMENT TO LEASE ,;530 San Pablo Dam Road El Sobrante, California Social Service Department 1 . PARTIES: Effective on APR 2 5 1978 JOSEPH A. DUFFEL and IVAN GOYAK, hereinafter called "LESSOR", and the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called "COUNTY" , mutually agree and promise as follows: 2. PURPOSE: The parties desire to amend that certain five (5) year lease, dated December 21 , 1971 , between JOSEPH A. DUFFEL and IVAN GOYAK as LESSOR, and CONTRA COSTA COUNTY as LESSEE, for 16,000 square feet of office space commonly known as 3630 San Pablo Dam Road, El Sobrante, California. The option to extend this lease for an additional five (5) years was exercised by Board Order dated April 5, 1977 and this Amendment is to establish a rental for a portion of that option period. 3. AMENDMENT: The following paragraphs are added to the above-mentioned lease: 7. EXTENSION: C. Notwithstanding the provisions of Paragraph 7, EXTENSION, Sub-paragraph A, commencing April 10, 1977, COUNTY shall pay to LESSOR as rent for use of said premises a monthly rental of Five Thousand Two Hundred and No/100 Dollars ($5,200.00) payable in advance on the tenth day of each month through January 9, 1979. Rental shall be paid to LESSOR at 20 Bryant Way, Orinda, CA 94563. D. In consideration for LESSOR's agreement to accept the establishment of the above rental during the period from April 10, 1977 through January 9, 1979, COUNTY waives its right, pursuant to Paragraph 7, Sub-paragraph B, to cancel this lease during said period. E. Commencing January 10, 1979, the provisions of Paragraph 7, Sub-paragraph A and B shall again apply for the remainder of the term of this lease. 4. EFFECT: Except for the Amendments agreed to herein, the lease of December 21 , 1971 remains in full force and effect. - 1 - ,.t , '71% w azi Nlicroi ilmed with board order In witness whereof, the parties have executed the Amendment to Lease as of the day and year first written hereinabove. COUNTY LESSOR COUNTY OF CONTRA COSTA, a political subdivision o theQr,—L -A State of Calif i "—�c Jose A Duffel By ✓ R. 1. Schroder / C airman, Board of Supervisors ' an Goyak ATTEST: J. R. OLSSON, County Clerk By Jt:Wl f e Y Deputy ,Jamie L. Johnson RECOMMENDED FOR APPROVAL: By County mi tra or By _ _lr'-W/ 'g. Deputy Public Wor 'Director Buildings and Grounds By Lease Management APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel By Deputy, Coun y tinsel - 2 - 00860 C C In the Board of Supervisors of Contra Costa County, State of California April 25 . 19 _U In the Matter of Authorizing Execution of a Rental Agreement with Salvadore C. Bellecci, et al for the premises at 821 Escobar St. , Martinez IT IS BY THE BOARD ORDERED that the Chairman of the Board of Supervisors is AUTHORIZED to execute on behalf of the County a Rental Agreement commencing April 1, 1978 with Salvadore C. Bellecci and Mary Bellecci, Salvadore Aiello, Rose Aiello and Frances Aiello Lucido for the premises at 821 Escobar Street, Martinez, for continued occupancy by the Planning Department. PASSED by this Board on April 25 , 1978 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department, Supervisors Lease Management affixed this 25 day of zZ,-i i 19-2-& cc: County Administrator public Works Department J. R. OLSSON. Clerk County Auditor-Controller (via L/M) gyJa�,���1 / �,�� . Deputy Clerk Lessor (via L/M) Jamie L. Johnson Buildings and Grounds Planning Department (via L/M) 00061 H-24 4/77 15m RENTAL AGREEMENT Planning Department 821 Escobar Street Martinez, California I . PARTIES: Effective on APR 2 5, 1978 SALVADORE C. BELLECCI and MARY BELLECCI, SALVADORE AIELLO, ROSE AIELLO and FRANCES AIELLO LUCIDO, hereinafter called "LESSOR", and the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called "COUNTY", the parties mutually agree and promise as follows: 2. LEASE OF PREMISES: LESSOR, in consideration of the rents , hereby leases to COUNTY, and COUNTY hereby hires from LESSOR, all those certain premises , together with the improvements thereon, containing approximately 1 ,700 square feet, the premises commonly known as 821 Escobar Street, Martinez, California 94553. LESSOR shall pro- vide the COUNTY with the non-exclusive use of the parking facilities located on the LESSOR's property adjacent to 821 Escobar Street, Martinez. 3. TERM: The term of this Agreement shall be month to month commencing April 1 , 1978 and continuing until either party gives the other party thirty (30) days prior written notice of cancellation. 4. RENTAL: COUNTY agrees to pay to LESSOR as rent the sum of $425.00 payable in advance on the 10th day of each month during the COUNTY's occupancy. Payments to be sent to LESSOR at 3210 Elmquist Court, Martinez, CA 94553. 5. USE OF LEASED PREMISES: The premises shall be used during the term hereof for the operation of a COUNTY office and for other purposes of conducting therein the business of the COUNTY. 6. UTILITY SYSTEMS: All heating, electrical , water, plumbing and ventilating systems located under, in, or around the building shall be maintained in good working order by LESSOR. COUNTY shall repair any plumbing stoppages caused by COUNTY negligence or abusive use of the plumbing system. 7. UTILITIES AND JANITORIAL SERVICE: COUNTY shall , at its own cost and expense, furnish light, heat, and water to these premises, and provide its own janitorial ser- vice. COUNTY will pay the environmental quality charge, prorated in accordance with tl:e number of months of COUNTY occupancy of the premises. 8. MAINTENANCE AND REPAIRS OF PREMISES: COUNTY shall , during the term of this lease, keep the interior of said premises in good order, condition, and repair at its own cost and expense, except as stated in Section 6. The exterior thereof 00862 - 1 - Microfilmed with board order e shall be maintained and kept in good repair by said LESSOR. Damage to the interior caused by failure to maintain the exterior in good repair, including damage to the interior caused by roof leaks , shall be repaired by LESSOR. COUNTY shall be res- ponsible for all glazing or glass damage arising from any act or negligence of the COUNTY's invitees, agents or employees. LESSOR shall be responsible for glass damage by anyone not on COUNTY business. COUNTY shall replace light bulbs and ballasts in the lighting system. 9. SIGNS: COUNTY may install signs on the doors and windows of said premises, and these signs shall remain property of COUNTY. 10. ALTERATIONS: COUNTY shall have the right, during the term of this lease, to make minor alterations , attach fixtures and erect minor additions, structures in or upon the demised premises; such fixtures, additions or structures, so pleaced in or upon or attached to the demised premises under this section, shall be and remain the property of the COUNTY, and may be removed at the option of the COUNTY prior to the termination of this lease. 11 . HOLD HARMLESS: It is understood and agreed that the LESSOR shall not in any way be responsible for damages to persons or property in and upon said premises while said persons are on COUNTY business, and shall not be held liable for any liability, claim or suit for damages to the person or property of anyone whomsoever while in or upon said demised premises during said term in conjunction with per- formance of COUNTY business, and the COUNTY hereby agrees to indemnify and hold harmless the LESSOR from any liability or charges of any kind or character by reason of such injury or damage claim or suit for liability arising therefrom in, around or upon said demised premises, except in the case of any structural , mechanical , or other failure of equipment or building owned by the LESSOR, which results in damage to any person or property, the LESSOR will be held liable. The LESSOR agrees to hold the COUNTY completely harmless from damages to persons or property and COUNTY shall not be held liable for any liability, claim, or suit for damages to the person or property when and if said persons or property are passing through, are in or around said demised premises and are not acting in conjunction with COUNTY business. 12. DESTRUCTION: If these premises or any essential part thereof be destroyed by fire, earthquake, or other casualty, this Agreement shall , in the case of total or substantial destruction, immediately terminate, and in case of the partial destruc- tion or damage shall terminate at the option of either party on giving written notice to the other party within fifteen (15) days after such fire or casualty, and - 2 - 00863 no rent shall accrue or be payable to the LESSOR after such termination. Should the COUNTY or LESSOR not elect to terminate this Agreement, the LESSOR shall forthwith repair the premises, and if such partial destruction shall prevent the COUNTY froin occupying the whole or a portion of the premises, the COUNTY shall be entitled to a proportionate reduction of the said rent from the date of such partial destruction until the date the demised premises shall be repaired by the LESSOR. 13. QUIET ENJOYMENT: The LESSOR covenants that the COUNTY shall at all times during the said term peaceably and quietly have, hold, and enjoy the demised prem- ises without suit, trouble or hindrance from or on account of the LESSOR as long as COUNTY fully performs hereunder. 14. DEFAULTS: In the event of COUNTY breach of any of the covenants or conditions herein, including rent payment, LESSOR may reenter and repossess the premises and remove all persons and property therefrom; and in the event of such a breach by LESSOR, COUNTY may quit the premises without further obligation or may repair the building or correct the problem resulting from the breach and deduct the cost thereof. 15. SURRENDER OF PREMISES: On the last day of occupancy of the premises, the COUNTY will peaceably and quietly leave and surrender to the LESSOR these premises with their appurtenances and fixtures (except signs and fixtures referred to in Sections 9 and 10 herein) in good order, condition and repair, reasonable use and wear thereof and damage by earthquake, fire, public calamity, by the elements, by Act of God, or by circumstances over which the COUNTY has no control excepted. 16. SUCCESSORS, ASSIGNS, SUBLEASES: The terms and provisions of this Rental Agreement shall extend to and be binding upon and inure to the benefit of the executors, administrators, successors and assigns of the respective parties hereto; but without LESSOR's consent, COUNTY shall not assign this Agreement nor sublet all or any part of these premises nor permit the use thereof by anyone other than COUNTY. 17. INSPECTION: The LESSOR reserves the right to enter the premises between the hours of 9:00 a.m. and 4:30 p.m. , Monday through Friday, or in an emergency situa- tion, and to employ representatives to see that the property is being properly i cared for, that no waste is being made, and that all things are done in the manner best calculated to preserve the property, and in full compliance with the terms and conditions thereof. 000064 - 3 - 18. TIME IS OF THE ESSENCE of each and all of the terms and provisions of this Agreement. LESSEE LESSOR COUNTY OF CONTRA COSTA, a political subdivision of the State of Cali Salvadore C. Bellecci By j/ R. 1.Schroder Ch man, Board of Supervisors Mar Bell ci ATTEST: J. R. OLSSON, Clerk Byori�` Salvadore Aiello Deputy Ja nic L. Jojinson RECOMMENDED FOR APPROVAL: Rose Aiello By County Admiifiistrator �� �, Frances Aiello Lucido By Deputy Public WbrksUDIrector Buildings and Grounds By Lease Management APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel By Deputy, Co Vounsel - 4 - 0865 In the Board of Supervisors of Contra Costa County, State of California Apri 1-' 25 , 19 jam, In the Matter of _ Authorizing Extension of a Lease with William C. Smith and Lucinda Y. Smith for the premises at 2910 Cutting Blvd., Richmond IT IS BY THE BOARD ORDERED that the County of Contra Costa hereby exercises its option to extend the lease dated July 27, 1976 with William C. Smith and Lucinda Y. Smith for the premises at 2910 Cutting Blvd. , Richmond, for continued occupancy by the Medical Services. PASSED by this Board on April .2& 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 Originator: Public Works Dept. Supervisors Lease Management Div. affixed this 25t1day of April 1978 cc: County Administrator J. R. OLSSON, Clerk Public Works Department BLS'- � �1%i�— . Deputy Clerk County Auditor-Controller (via L/M) Janie L. Johnson Lessor (via L/M) Buildings & Grounds (via L/M) Medical Services (via L/M) OV 66 H-24 3/76 15m U In the Board of Supervisors of Contra Costa County, State of California April 25- 0922- In 197gIn the Matter of Request for Release of Funds Community Development Block Grant Program IT IS BY THE BOARD ORDERED that the chairman is AUTHORIZED to execute a certification to the Department of Housing and Urban Development that the County has'complied with all applicable federal environmental review regulations and transmit a request for the release of funds for Fourth Year Community Development projects. PASSED by the Board on April 25, 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. Original: Planning Department Witness my hand and the Seal of the Board of cc: County Administrator Supervisor County Auditor-Controller affixed this 2 5th day of April 19 78 County Counsel Building Inspector J. R. OLSSON, Clerk Economic Opportunity Program Director By�/�irlLct'l1�,.1it� 2� Deputy Clerk Director, Human Resources Agency Jar+ie L. Johnson U000 H-24 3/76 15m 4 ,f 7 -z- IC:'TION M--UNITY llEVELOMN11:110' 13LOCK GRAW PR)C-3-M Contra Cost;.: County, Fiscal Year 1978-1979 (1) APPLIC-AW: CONTRA COSTA COUNIIY COUNTY A11MINISTRUTION BUILDING ALARTINTEZ, CALIFOPNIA 94553 (2) APPLICAUMFIS RESPONSIBILITIES: Contra Costa County hereby certifies that it has fully carried out its responsibilities for environtitental reviec:, decision- making, and action pertaining to the projects and activities named in the attached-Project and Activities List. 4 (3) ENVIRONMENTAL CLEARANCES: The levels of all envirormcntal cleavance for the projects and activities are enumicrated in the attached Project and Activities List. (4) ENTVIRO�ME- II'AL REVIEW PERIOD: 11he statutory or regulatory enviroruxatal period in keeping.with the NEPA Rules and Regulations conmienced on March ,24, 1978. ' with the legal publication of the Notice of Findingof No Significant Effect on the Enviroruncnt, and udll be cog)let�ci on April 2 , 1978 with the elapse of the five-day period after publication of the Notice of Request for Release of Funds. (5) 11SS[rmpnm OI- sums OF FEDFRU OFFICUIL: The Chief Executive Officer of Contra Costa County is authorized to consent to assume the status of a respon- sible federal official, under NEPA, insofar as the provisions of NIEPA apply to the IRD responsibilities for enviromu.ental ccVic , decision-making, anal action assumed and Carrico' oat by Contra Costa County, and that the Chief Executive Officer so consents: by so consenting, the Chief Ixccutive Officer of Contra Costa County assumes the responsibilities, where applicable, for the conduct of.cnvirorwiental reviows, decision-making, and action as to envirowentai issues; preparati-)n and circulation of draft and final L•IS's; and assunption- of lead 'agenc), and. responsibilities for preparation of such statements on behalf -of federal agencies other than HUD when such agencies consent to such assumption. (6) ENFORCUE-Yr OF RESPONSIBILITIES: The Chief Executive Officer of Contra Costa Count), is authorized to consent, personally an& on behalf of Contra Costa County, to accept the jurisdiction of t'r:! Federal Courts, for the enforcement of all responsibilities referred to in paragraph (5) above, and that the Chief Executive Officer so consents on behalf of Contra Costa Coe:T:ty and himself in his official capicity 01111-. C;I:1:'1'Ii:IC1'1'ION OF II IS (1)- (6) AIiOVI:: APR 2 51978 V..-)!wrt I. Schroder, Cliai Tian of the Board of Supervisors Date - Chief Executive Officer Contra Costa Count' 00868 51M I'ME'VI• OF CUU1.11• (:CMAISI:I': ;I*X 7i%UXI' 01: MINNY CLINK: I'lre Chief. Executive OLMcer so consents I, James R. Olsson, Counter Clerk of on behalf of Contra Costa County and _ the County of Contra Costa, do hereby himself in his official capacity only; certify that R. I. SCHRODER, Cliahman Contra Costa County and its Chief of the Board of Supervisors quid Chief E.Xccutive Officer are authorized and Executive Officer, is duly authorized empowered by laca to make the above to execute this certification, and that certification, and that the sone was he did execute sane on duly made by Contra Costa County and its Chief E.Necutive Officer in accor- fitness my lrvut and Seal of the Board JZU1Ce Wide such .authority and power. of Supervisors affixed on , APR 2. 5 1978 Jo1L•i B. ,:lausen AatV James R. Olsson Date County Counsel County Clerk and F-<-Officio Clerk of the Bo,�r�pervisors Jamie L. Johnson Deputy Clerk OOS69 i • That the undersigned chief executive officer of applicant is authorized to,and does,consent to assume the status of a responsible federal official,under the National Environmental Policy Act of 1969,insofar as the provisions of said Act apply to the HUD responsibilities for environmental review,decision-making and action assumed and carried out by the applicant;that by so consenting,the undersigned chief executive officer of applicant assumes the responsibilities,where applicable,for the conduct of environmental reviews,decision-making,and action as to environmental issues,preparation and circulation of draft and final environmental impact statements,and assumption of lead agency responsibilities for prep- aration of such statements on behalf of Federal agencies other than HUD when such agencies consent to such assumption; That the undersigned chief executive officer of applicant is authorized to co t, y,and on behalf of the appli- cant,to accept the jurisdiction of the Federal courts,for the enforceme of said responsibilities;and that the undersigned does so consent,on behalf of applicant and of the under ' tial capacity of the undersigned. —ch-ir.MaA, R^3rd Of SUrervisnr% 6.511 Vine Street, Martinez- ra 84553 (Signature,Title and Address of ChiejExeeudve Officer of Applicant) 7. AUTHENTICATION: t Robert I. Schroeder Contra Costa County being the chief executive officer of ,is duly authorized to execute /Name of chic f executive officer (name of applicant) the foregoing Request for Release of Funds and Certification,and he did execute the same. (Seal) (Sig azure,77 de,Add6ls and Seal a ojC/erk or other mrthen tieating official cjOpp licant) 8. CERTIFICATE OF ATTORNEY: County A. ❑ Robert I. Schroeder being the chief executive officer of COB has executed the fore- (Name ofcbeif executive officer) (name of applicant going Request for Release of funds and Certification and has consented,as therein stated,personally and on behalf of the applicant,in his official capacity as such chief executive officer only,and not otherwise. Further, the applicant and said chief executive officer are authorized and empowered by law to make the said Request for Release of Funds and Certification and the same was duly made by them in accordance with such authority and power. No claim of legal incapacity pursuant to 24 CFR 58.5(6)has been made by this applicant. B. L (Name ojchie(executive officer)'being the chief executive officer of.—name o/applicant, has executed the fore. going Request for Release of h unds and Uertllication and leas zoosentea,as therein stated,personally and on be- half of the applicant,in his official capacity as such chief executive officer only,and not otherwise. Further,the applicant and said chief executive officer are authorized and empowered by law to make the said Request for Release of Funds and Cettifwation and the same was duly made by them in accordance with such authority and power. This applicant made a claim of lack of legal capacity pursuant to 24 CER 58.5(b)and such claim was denied by HUD. There has been no final decision by a court of competent jurisdiction or legislation which has become effective since the denial of such claim which may affect the denial. C. ❑ This applicant made a claim of lack of legal capacity pursuant to 24 CFR 58.5(b)prior to submitting its grant application. Such claim was denied by HUD on the basis of its assessment of applicable law. On the basis of that denial being the chief executive officer of has executed the (fame o(chief executive officer) (name of applicant) foregoing Request for Release of Funds and Certification,has consented as therelrt stated,personally mid on be- half of the applicant,in his official capacity as chief executive officer only,and not otherwise,and has determined that such execution and consent are authorized and empowered by law. Undersigned certifies only that the foregoing statement is factually correct and that there has been no final decision by a court of competent jurisdiction or legislation which has become effective since the HUD denial which may affect the denial. 651 Pine St., Martinez, CA 94553 (Signature,Title and Address of Attorney for Applicant) WARNING—Section 1001 of Title 18 of the United States Cc-de and Criminal Procedure shall apply to the foregoins certification. Title III provider„ among other things,that whoever knowingly and willfully makes or uses a document or writing containing any false.fictitious,or fraudulent state- ment or entry,in any matter within the jurisdiction of any department or agency of the United States,shall be finetlaSw�un 510,000 or im- prisoned not more than five years or both. 'j ji 77 HUD 7015.15 US GOVERNMENT PRINTING OFFICE: 1977-789-018/426 (10-75) Form Approve/ OMB No. 63-S-75014 DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM REQUEST FOR RELEASE OF FUNDS AND CERTIFICATION (Pursuant to Section 104(h)of Title I of the Housing and Community Development Act of 1974) ENVIRONMENTAL 1. NAME OF APPLICANT 2. APPLICATION/GRANT NO. CONTRA COSTA COUNTY, CALIFORNIA B-78-UC-06-0002 3. APPLICANT'S ADDRESS(Include Street,City,State and Zip Code) 4. DATE OF REQUEST/CERTIFI- CATION 651 Pine Street Martinez, California 94553 April 25, 1978 5. REQUEST FOR RELEASE OF FUNDS. Release of approved grant funds for the following project is requested: GRANTEE PROJECT Ab10UNT (!f Other Thmt Applicent) See Attched List 6. CERTIFICATION. With reference to said project it is hereby certified: That the applicant has at least five (5)days prior to submitting this request for release of funds and certification, published in a newspaper of general circulation in the community affected, a notice to the public (a copy of which is attached hereto) in accordance with 24 CFR 58.30(a); That the applicant has fully carried out it's responsibilities for environmental review, decision-making and action pertaining to the project named in the above request for release of funds; That the level of environmental clearance carried out by applicant in connection with said project did Q did not require the preparation and dissemination of an environmental impact statement; That the dates upon which all statutory and regulatory time periods for review, comment, or other response or action in regard to the aforesaid clearance commenced and expired as indicated below; that all such dates which are applicable to the aforesaid clearance are indicated below•, and that with the expiration of each of the time periods indicated below, applicant is in compliance with the requirements of 24 CFR Part 58; Commence Expire Item MO/DAY/YR MO/DAY/YR Notice of Finding of No Significant Environmental 3/24/78 Impact: Publication. Same: Commentperiod 3/24/78 4/14/78 Notice of Intent to File EIS: PublicationN/AX. Draft EIS: Comment period N/A I N/A Sane: 90-day period(CEQ) N/A N/A Final ELS: 30day period(CEQ) N/A N/A 5-Day Notice to Public: Publication 4/14/78 4/24/78 Other: (Specify) UU0 11 HUD 7015.15 (10-75) REQUEST FOR RELEASE OF FUNDS COMMUNITY DEVELOPML•NT BLOCK GRANT PROGRAM CONTRA COSTA COUNTY ENTITLEMENT AREA FISCAL YEAR 1978-1979 ($) LEVEL OF AMOUNT ENVIRONMENTAL OF FUNDS CLEARANCE (C) HOUSING SUPPORT ACTIVITIES 1. Housing Rehabilitation Program pro_vi- $300,000 (C) No EIS ding technical assistance grants and loans to rehabilitate substandard housing units occupied by -low and moderate income persons in six neighborhood pre- servation areas in the unincorporated portion of the-County. The neighborhood preservation areas include North Rich- mond, - a 'portion of census tract 3650 , with 95.4% low and moderate income housholds; Montalvin Manor, a portiori of census tract 3640 with over 50% low and moderate income households; Oakley, a portion of census tract 3020 with 66.5% '-low and moderate income households; Rodeo, a portion of census tract 3580 with over 50% low and moderate income households; and West Pittsburg, portions of census tracts 3141 and 3142 with ' 67.4% low and moderate income house- holds. Continuation of activity funded in first three years. - 2. Couns,:ling and Home Mainterance $150,000 (C) No EIS Training and Neighborhood Beautification Progra=n to support Activity #1 Housing Rehabilitation Pro- gram by providing residents of the neigh- , borhood preservation areas knowledge and skills necessary to maintain housing in a safe, healthful, attractive and sound condition; and including hiring of local under-priveleged youth to assist in neigh- borhood beautification efforts. Continu- ation of activity funded in first three years. 3. Fair Housing Service to provide direct $ 81,800 Exempt services to low and moderate income persons and housholds of the County entitlement area regarding landlord- tenant relations, housing discrimination, delinquency and default, and the location of housing and housing resources, including maintenance of housing infor- mation hotlines. Continuation of activity funded in Third year. 4. Housing Loan Securement Assistance $ 16,000 Exempt Program to provide direct services to low and moderate income persons and households in the Eastern portion of the County including information and referal, loan packaging assistance and the location of housing and housing resources. Continuation of activity funded in first three years. 00872 COMMUNITY DEVELOPMENT ACTIVITIES by Community Antioch 5. Storm drainage construction to alleviate $308,000 (C) No EIS severe flooding problems in the Cavallo Road-Woodland Drive area. The area benefitting from project has over 62% low and moderate income households. Bethel Island 6. Neighborhood Facility Improvements $ 40,000 (C) No EIS including handicapped access, new floor and parking lot for area with 57.4% lo_w a,nd moderate income households. Brentwood 7. Neighborhood Facility Construction, to $161,000 (C) No EIS complete, Phase I of facility to provide recreation youth, senior citizen and social delivery programs, serving fie City of Brentwood and surrounding rural communities in eastern Contra Costa County. Portions of census tracts served have over 55% low and moderate income households. 8. Rehabilitation of 18 units of Farm Labor $`30,000 (C) No EIS Housing in cooperation with State Department of Housing and Community Development and the United Council of Spanish Speaking Organizations. Crockett 9. Additional rehabilitation of existing $ 80,000 (C) No EIS building to provide a neighborhood facility including Senior citizen center. Continuation of activity funded in Third Year. E1 Cerrito (Neighborhood Preservation Area) 10. Continuation of site acquisition study for $ 10,000 Exempt elderly housing development. 11. Housing Conservation Program including $ 36,500 (C) No EIS code enforcement and low interest loans in neighborhood revitilization area including contiguous portions of 5 census tracts having 53.3% low and moderate income households. Continuation activity. 12. Refinement of Comprehensive Redevel- $ 45,000 Exempt opment Plan with neighborhood preserva- tion area to determine appropriate phasing of activities to be funded with' CD monies to redevelop blighted, under- developed and inappropriately developed areas. Continuation activity. 13. Installation of several fire hydrants to $ 17,000 (C) No EIS increase fire suppression capabilities in portion of neighborhood preservation area. 00873 14. Widening of Central Avenue to adequate $ 40,000 (C) No EIS width. for proper traffic movement and reduction of traffic on neighboring streets. 15. Reconstruction of portion of Ashbury $ 30,000 (C) No EIS Street to support neighborhood preserva- tion activities. Lafayette 16. Site irpprovements, including rec:eation $ 70,000 (C) No EIS center improvements, storage space, landscaping, and walking bridge access Construction between senior housing site and commercial areas, as part of low and moderate income subsidized elderly housing development. Site purchased and ! written down first three year CDBG. „ 17. Elimination of Architectural Barriers. to $ 40,000 (C) the Elderly and Handicapped - curb cuts and ramps. 18. ;.Neighborhood Revitalization Study to $ 16,500 Exempt determine feasibility and eligibility of housing conservation program in older sections of city. Martinez/Mountain View (Neighborhood ' Preservation Area) Vine Hill 19. E:pansion of Senior Citizen Center adja- $134,000 (C) cent senior Housing Projects., 20. Additional development of Community $ 79,500 ' (C) No EIS Park Sections within Martinez Water- front Park. 21. Elimination of Architectural Barriers to $ 25,000 (C) No EIS the Elderly and the Handicapped -curb_ cuts and ramps. 22. Construction of safety pathway asphalt $ 15,000 (C) No EIS sidewalk, between Interstate 680 and Karen Lane on Arthur Road to provide school access- path for school age children and others. 23. Neighborhood Facility Study in the $ 20,000 Exempt Mountain View and Vine Hill area, to determine appropriate locations, of neighborhood facilities and the appro- priate agency for operation and main- tenance. 24. Acquisition of building to serve as neigh- $ 45,000 (C) No EIS borhood facility for drug prevention, related counseling and referral. North Richmond (Neighborhood Preservation Area ar 25. Frontage Improvements - Completion of $120,000 (C) No EIS Constructica of sidewalks, curbs and gutters in the residentiaL areas of North Richmond. Continuation Activity. 008' 4 26. Frontage Improvements - Construction $ 60,000 (C) :No EIS of frontage improvements on ,Market Avenue including upgrading of .railroad crossing at entrance to North Richmond. Oakley (Neighborhood Preservation Area 27. Construction of swimming pool on school $220,000 (C) No -EIS district park land in housing rehabilita- tion target area. School use to be incidental only. Pinole (Neighborhood Preservation Area). The Pinole neighborhood preservation area is com- posed of several blocks within the older area -of census tract 3591. This area has 50% low and moderate income households. 28. Initial development of park site which is $ 40,000 (C) No EIS ' to be acquired with Third Year CD local option funds. 29. Frontage Improvements including curb, $ 19,700 (C) No EIS. gutter and sidewalk in the area of Nob Hill Street. 30. Construction of bicycle and foot path $ 20,000 (C) No EIS along drainage easement connecting resi- dential and commercial areas. 31. Frontage Improvements - Sidewalk, curb $ 15,000 (C) No EIS and gutter along portion San Pablo Avenue. 32. Addition of smoke detector com;)onent $ 6,000 (C) No EIS to local rehabilitation program funded in Third Year. To be available to low and moderate income households only. Pleasant Hill (Neighborhood Preservation Area) This area consists of m-3st of census tract 3240 which has over 51.7% low and moderate income households. 33. Street widening - Buskirk Ave. to reduce $ 50,000 (C) No EIS traffic construction. 34. Improvement of Storm Drainage System $ 50,000 (C) No EIS on Belinda Drive to reduce localized flooding problem. 35. Improvement of tree wells along Contra $ 10,000 (C) No EIS Costa Boulevard to reduce pedestrian hazards and beautify area. 36. Street reconstruction - Lisa Lane in $ 60,000 (C) No EIS housing rehabilitation area. 37. Handicapped Rehabilitation Center $ 15,000 (C) No EIS remodeling to provide expanded capacity for new programs. Service area is not limited to census tract location, handi- capped considered to be principally low and moderate income. 00875 38. Housing Counseling assistance to the $ 12,100 Exernpt handicapped to provide referrals and - information regarding accessible living complexes and home improvements. 39. Site acquisition for construction of subsi- $169,000 (C) No EIS dized housing for handicapped persons. Rodeo (Neighborhood Preservation Area) 40. Final renovation of Neighborhood facility $ 15,000 (C) No EIS acquired and rehabilitated in first three years. 41. Frontage Improvements in Housing reha- $ 30,000 (C) No EIS 6ilitation area contiguous to elementary school. 42. Frontage Improvements on Parker $ 20,000 (C) No EIS Avenue to provide adequate access in vicinity of'post office. San Pablo (Neighborhood Preservation Areasl 43. Sheffield Redevelopment Project Acqui- $ 53,500 (C) No EIS sition of land for the development of low income housing. Continuation activity. 44. Construction of Senior Citizen Center $225,000 (C) No EIS adjacent new civic center complex. + 45. Study to determine appropriate Preser- $ 10,000 (C) No EIS vation and research procedures for registered Indian burial site adjacent to historic' buildings portion of new civic center complex. 46. Continued funding of staff for implemen- ; $ 73,000 (C) No EIS tation of housing rehabilitation program funded in second program year and sup- plemented with state funds and bonds. 47. Development of Neighborhood park with $ 5,000 (C) No EIS San Pablo Housing Authority, Vista Del Camino Project. Walnut Creek 48.- Final ` construction payment increment $130,000 (C) No EIS for neighborhood facility funded in first three program years. 49. Elimination of architectural barriers to $ 11,000 (C) No EIS the elderly and handicapped. 50. Acquisition- of site for subsidized elderly $107,500 Assessment housing. 51. Continuation of pilot housing Conserva-_ $ 5,000 (C) No EIS tion Program including home main- tenance, loans, and rebates. Target area is a subsection of CT 3400 and includes over 50% low and moderate income households. 52. Feasibility study to determine appropria- $ 5,000 Exempt tions and location of a neighborhood facility in northwest Walnut Creek housing rehabilitation target area. 00876 West Pittsburg (Neighborhood Preservation Area 53. Major rehabilitation of abandoned school $250,000 (C) No EIS acquired with third year CD monies to provide a multipurpose neighborhood facility in West Pittsburg. 54. Storm drainage improvements in Bella $ 99,000 (C) No EIS Vista area of housing rehabilitation tar- get area to alleviate poor drainage and ponding. 55. General Program Administration. $200,000 Exempt TOTAL $3,896,100 Alternate Replacement Activities A. Development of a small neighborhood N/A (C) No EIS park in the Bella Vista Area of West Pittsburg. B. Acquisition of land adjacent Rick's Park N/A (C) •No EIS for park expansion in Martinez. C. Acquisition of ' land adjacent the N/A (C) No EIS Municipal Park for park expansion in Martinez. D. Pilot Housing Conservation Program in NIA (C) No EIS older Martinez areas. E. Expansion of building for day care center N/A (C) No EIS in Martinez. JK/cad 3/14/78 OOS*7.7 In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Declaring Surplus Property Contra Costa County Fire Protection District having expressed an interest in obtaining a 1976 Bischman 931 A truck tire changer (Serial No. 6929, County Property No. 94595) from the County; and The Public Works Director having advised that his department has such a unit surplus to its needs; and Contra Costa County Fire Protection District having agreed to purchase said surplus property from the County at the County's original purchase price of $2,862 (including sale: tax) ; As recommended by the County Auditor-Controller, IT IS BY THE BOARD ORDERED that said tire changer is DECLARED surplus to County needs and the Purchasing Agent is AUTHORIZED to arrange for the sale and transfer of said property. I Passed by the Board on April 25, 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 cc: Fire District Supervisors Auditor-Controller affixed this 25th day of April . 1978 Purchasing Agent Public Works Director Administrator J. R. OLSSON, Clerk By a,�.i»t�C ti Deputy Clerk arae is. Johnson 008'78 y H-24 4177 15m In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of ) Approving. Allocation of Livestock ) Head Day Tax Collections. ) Pursuant to Revenue and Taxation Code Section 5601, IT IS BY THE BOARD ORDERED that the following allocation of livestock head day tax collections for the period July 1, 1977 to December 31, 1977, totalling $3,894.44,as submitted by the County Auditor-Controller, is APPROVED. County 1,933.13 Amador Valley Joint High School District 11.10 Pleasanton Joint School District 11.10 Livermore Joint Unified School District 41.68 Town of Moraga 1.02 City of Martinez 14.46 Acalanes High School District 84.94 Canyon Elementary School District 7.16 Lafayette Elementary School District 12.40 Moraga Elementary School District 18.99 Walnut Creek Elementary School District 3.83 Orinda Elementary School District 42.56 Liberty High School District 663.14 Brentwood Elementary School District 153.07 Byron Elementary School District 209.30 Knightsen Elementary School District 79.03 Oakley Elementary School District 221.74 Antioch Unified School District 11.30 John Swett Unified School District 56.31 Martinez Unified School District 57.77 Mt. Diablo Unified School District 102.81 San Ramon Unified School District 157.60 Total 3,894.44 PASSED by the Board on April 2.9 19-7B 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 cc: County Auditor-Controller affixed this 25th day of April 197 8 County Administrator J. R. OLSSON, CLERK County AssessorBY�c� Deputy Clerk County Treasurer-Tax Collector �2CP an-le L. Johnson P 00879 C � In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Authorizing Relief of Cash Shortage in Accounts of the Ygnacio Valley Library. Pursuant to the provisions of Resolution No. 2702 adopted by the Board on January 28, 1964, IT IS BY THE BOARD ORDERED • that relief of cash shortages is AUTHORIZED in the Change Fund ($20) and Revenue Fund ($12.85) of the Ygnacio Valley Library in the total amount of $32.85. Passed by the Board on April 25, 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 Orig: Library cc: Auditor-Controller Supervisors Administrator affixed this 25thday of Aril 19 78 J. R. OLSSON, Clerk egg LfL� r Deputy Clerk ami Johnson 09880 ll H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 •78 In the Matter of Approving and Authorizing Payment of Claims for Relocation Assistance Flores, 1213 Escobar St., (Martinez Civic Center) 0115-4013 IT IS BY THE BOARD ORDERED that the following Relocation Assistance Claim Form is APPROVED and the County Supervising Real Property Agent is' AUTHORIZED to sign the claim form on behalf of the County. Reference Claim Date Payee Amount County Civic'Center 4-18-78 Martin Flores $450.00 3231 Meadowbrook Dr. Concord, Ca. 94520 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Real Property Division. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors Originator: Public Works Department affixed this 25t`hday of Anril 19 78 Real Property Division cc: Auditor-Controller S. R. OLSSON, Clerk County Administrator B V X,1 Zt3, -,p2-• Deputy De u Clerk Janie L. Johnson 0088.1 H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Opposing Senate Bill 881 The County Administrator having submitted information on . Senate Bill 881 pertaining to the imposition of a State mandate removing the service of civil process from the responsibility of the Sheriff, and containing neither recognition therein of possible additional County costs for implementation nor local option to accomplish the service of civil process by the means determined to best meet local needs. IT IS BY THE BOARD ORDERED that a County position in opposition to said measure is hereby established. PASSED by the Board on April 25, 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. Orig. Dept. County Administrator Witness my hand and the Seal of the Board of cc: Sheriff-Coroner Supervisors Marshals Bay, Mt. Diablo, affixed this 25th day of April _ 19 78 Walnut Creek-Danville and Delta Municipal Courts J. R. OLSSON, Clerk Br, �L Deputy Clerk Janie L. Johnson H-24 4/77 15m 0���� C C In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of AB 2565 The Board this day having considered the recommendation of the County Administrator that it support AB 2565 pertaining to imposition of a legislative requirement that the Bay Area Rapid Transit District (BARTD) must provide service to Eastern Contra Costa County before BARTD is allowed to expend district funds for extension of service and facilities outside the original district boundary limits for the reason that enactment is a matter of equity and justice to East Contra Costa County taxpayers who have been paying for the operation of a service not available to them for more than eight years (since April 1, 1970) ; said measure would require BARTD to meet its original service commit- ments within the Alameda, Contra Costa and San Francisco County limits before the district may expend district funds for service and facilities outside the boundaries; IT IS BY THE BOARD ORDERED that a County position in SUPPORT to said measure is hereby established. Passed by the Board on April 25, 1973. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Administrator Witness my hand and the Seol of the Board of cc: County Legislative Supervisors Delegation via CAO affixed this 25thday of Anri•1 1978 Assembly Committee on Transportation via CAO Senate Public Utilities, J. R. OLSSON, Clerk Transit and Energy BY.•Cv ? � � ��%�h �• Deputy Clerk Committee via CAO Public Works Director Jamie L. Johnson County Counsel CAO (A. Laib) H-24 4/77 15m 0088, 88,Y C � In the Board of Supervisors of Contra Costa County, State of California _ April 25 ' 19 1g In the Matter of Hearing on the Request of Land Factors, Inc. (2205-RZ) to Rezone Land in the San Ramon Area. The Board on March 28, 1978 having fixed this time for hearing on the recommendation of the San Ramon Valley Area Planning Commission with respect to the request of Land Factors, Inc. (2205-RZ) to rezone land in the San Ramon area from General Agricultural District (A-2) to Single Family Residential District-10 (R-10) ; and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the request of Land Factors, Inc. is APPROVED as recommended by the Area Planning Co=ission. IT IS FURTHER ORDERED that Ordinance Number 78-30 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and May 2, 1978 is set for adoption of same. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Land Factors, Inc. Supervisors Director of Planning of$xed this 25th day of April 19 78 County Assessor (� . R. OLSSON, Clerk B U2 Deputy Clerk Ronda Amdahl 00864 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 In the Matter of Reappointments to the East Bay Emergency Medical Services Region Governing Board. The Board having noted that the terms of office of Supervisors J. P. Kenny, W. N. Boggess, and E. H. Hasseltine on the Governing Board for the East Bay Emergency Medical Services Region will expire on April 26, 1978; and IT IS BY THE BOARD ORDERED that Supervisors Kenny Boggess, and Hasseltine are REAPPOINTED to the aforesaid Governing Board for a one-year term ending April 26, 1979. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisor on the date aforesaid. Witness my hand and the Seal of the Board of cc: Appointees Supervisors a East Bay Emergency Medical affixed this 25th dof April 1�8 Services Region Governing Y Board Director, Human ResourcesOLSSON, Clerk Agency \ � BDeputy ClerkCoumy Auditor-ControllerY County Administrator Ronda Amdahl Public Information Officer H-24 4/77 15m 00885 C � In the Board of Supervisors of E-OIOoEOVERsOtRof C�f AS EX-OFFICIO GOVERNING OF THE FIRE PROTECTION DISTRICT OF CONTRA COSTA COUNTY April 29 , 19 _U In the Matter of Resignation from the Board of Commissioners for the Riverview Fire Protection District. The Board having received an April 12, 1978 letter. from Mayor Verne L. Roberts, City of Antioch, advising that Council Member Melvin Whatley has resigned as the City' s nominee on the Board of Commissioners for the Riverview Fire Protection District and that the City Council has nominated Council Member Walter K. Pierce for appointment to fill the vacancy; and IT IS BY THE BOARD ORDERED that the resignation of Council Member Whatley from the Board of Commissioners for the Riverview Fire Protection District is ACCEPTED, receipt of the aforesaid nomination is ACKNOWLEDGED, and the policy on appointments to boards and commissions is APPLIED. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of.an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ce• City of Antioch Witness my hand and the Seal of the Board of • Supervisors Riverview Fire Protection affixed this 25th d of April . 1978 District ay County Administrator County Auditor-Controller LSSON, Clerk Public Information Officer BY Deputy De u Clerk Ronda Amdahl OUL�85 H-24 4177 15m In the Board of Supervisors of Contra Costa County, State of California April 25, -Pig L8— In 8In the Matter of Granting Permission to Partially Close Crow Canyon Road, San Ramon Area The Public Works Director having REPORTED that Peter Cole Jensen, Inc. requested permission to partially close the west— bound lane of Crow Canyon Road near the Southern Pacific Railroad between April 19, 1978 and May 3, 1973 for the purpose of installing a sewer line and manhole. The Public Works Director having FURTHER REPORTED that prior approval was granted in accordance with Item 3 of the Board Policy on Road Closures with the following conditions: • 1. All signs to be in accordance with the State of California Manual of Warning Signs, Lights and Devices dated 1973, and the County Manual of Warning Signs, Lights and Devices; and 2. The Contractor shall comply with the requirements of the Ordinance Code of Contra Costa County. IT IS BY THE BOARD ORDERED that the action taken by the Public Works Director is APPROVED. PASSED by the Board on April 25, 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. Originating Department : PW(LD) Witness my hand and the Seal of the Board of Supervisors cc: Public Works Director affixed this 25thday of Acril 1978 J. R. OLSSON, Clerk By 7 . , Deputy Clerk M. VANNUGGH1 00887 H-24 4/77 15m In the Board of Supervisors of Contra Costa Countyr State of California Ap ri 1 25 19 71— In $In the Matter of Installing Sub-surface Drains Near 4178 Foster Lane, El Sob rante W.G. 5818-665 IT IS BY THE BOARD ORDERED that the request of the Public Works Director to install' sub-surface drains between 4178 and 4202 Foster Lane, E1 Sobrante be APPROVED. These sub-surface drains (hydraugers) are to remove water and help stabilize the slide area. Estimated cost is $3,200.00. Work will be accomplished by Contractor. PASSED by by Board on April 25, 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 dote aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Dept. Supervisors Maintenance Div. affixed this 25t:hday of t nr;1 14,x£ cc: County Administrator J. R. OLSSON, Clerk Auditor-Controller Public Works Director By Deputy Clerk Maintenance Division M. VANNUCCNI H-24 4/77 15m O;OSB"J C � In the Board of Supervisors of Contra Costa County, State of California April 25, , 19 78 In the Matter of Authorizing Purchase Order, Walnut Boulevard Improvement, Walnut Creek. W. 0. 6121-661 The Public Works Director is AUTHORIZED to arrange for the issuance of a purchase order in the amount of $3,560.00 to 0. C. Jones and Sons, Berkeley, California for the installation of transverse drainage on Walnut Boulevard in conjunction with the development of Subdivision 5028. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department• Public Works Witness my hand and the Seal of the Board of (ID) Supervisors affixed this 25thday of April . 19za— cc: Purchasing Public Works Director (LD) Public Works Director (Construction) _ J. R. OLSSON, Clerk Director of Planning By �j_ �,�..� , Deputy Clerk County Assessor M. VANNUCCHI 0. C. Jones and S ms 1520 Fourth Street Berkeley, CA H-24 4/77 15m C t In the Board of Supervisors of Contra Costa County, State of California April 25 , 1q 78 In the Matter of Approval of Contract Amendment #29-214-12 with the State Department of Aging IT IS BY THE BROAD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment #29-214-12 (State #07774p3) effective March 21, 1978 with the State Department of Aging amending Contract #29-214-9, as amended, covering Nutrition Project services, to provide that the State Department of Finance, rather than the County, will per- form the required contract audit. PASSED BY THE BOARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 25thday ofknr;1 19 79_ County Auditor-Controller County Health Department _ J. R. OLSSON, Clerk Contractor B)[:: � Deputy Clerk Jamie L. Johnson H-24 4/77 15m BY THE U CONTRACTOR ')I ANl1AKLi AGtttitl+lENT ATTC'taNEAPPROVEO GENERAL ❑ STATE AGENCY I1'•"TC tFICAiIFORNIA /• '❑ OEVT. OF QEN. SER. '0..7 IREV. 11/731 t\ _ ❑ CONTROLLER TrIIS AGREEMENT. made and entered into this 21 day of March' 1 19 78 1 -❑ 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 NUMBER Director tate of California-Department of Aging 0777�!r33 hares/ter culled the Scute,and Contra Costa County (HEALTH DEPARTIENT): 29 - 914 - 19 hereafter culled the Contractor. WITYESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State berrrinafter expressed, does hereby agree to furnish to the State services and materials, as follows: [Set forth service to be rendered by Contractor.amount to be paid Contractor,time for performance or completion,and attach plans and specifications,if any.) WITNESSETH Clause 24 of the contract which reads /1Contractq",, within sixty (60) days after termination or after the ending date of this Agreement as provided in paragraph 4, whichever is earlier, shall provide the State with an audit which has been performed by a Public Accountant or Certified Public Accountant and which rneets project audit standards specified by the State. Where Contractor is a public entity, the audit required herein may be performed by the Contractor's Chief Auditor or equivalent officer" is deleted and the following clause iinich reads "The State Department of Finance will perform the required audit on this Contrac for the State. Such audit will be performed at a mutually agreed date amo ncr the 'State, Contractor and the Department of Finance" is substituted therefore. All other terms and provisions of this contract remain unchanged. " FORM ApPRO N[ED US;"'. Cot:", Cu>1 The provisions on the reverse side hereof constitute a part of this agreement. JOHN B. CLA �v �•- �� �T Ii'IT\ESS WHEREOF, this agreer:ort has been executed by the parties hereto, upon the date first aboietw:xi,•�Q,q,C.}rT_� STATE OF CALIFORNIA1-7 NTRACTOR AGENCY CONTRACTOR/'' T N AN INDIVIDUAL. STATC WNCTNCR A CCRAORATIO• P AR TN[R 5.110, fjTG Department of Aging ra Costa County -;Y (AUT ORIZEO SIGNATURE) ` B.Y tAUAZO ATUREI '.'TLC TI TL Director Chairman, Board of-Supervisors ArJDRESS r CJNTINUEO ON—S"CETS. EACH BEARING NA-F OF CO•/TRACTORt f 651 Pine Street, Martinez, CA - 94553' AMOUNT ENCUNI•JEREO j? P ROP RI ATI ON FUND Department of General Services _ use ONLY S - 0 Title VII Grant Soecial Deposit UNENCUMBERED BALANCE ITEM CHAPTER STATUTES FISCAL YEAR 1978 ADJ. INCREASING C4CUMORANCE FUNCTION Contractual Service ADJ. DCCRCASING LNCUV6RANCC LINE ITEM ALLOTMENT -•:• , T.G.A. NO. B.R. NO. I he.•rchy certily ut,nn nit, ntvn lit,ry7 vol humOvdl;r•. Glnt ljadAt•t.vl film!. Uri!avuiLthle: I,1 .n/�Y'ri-I ms.1 t•�r)tn�er I,l tiu•Irape•rtlGtrut.Mutt 111tINnr. Y?: SIGNATURE : ACCO:JN 7IN OFFICER GATE I hereby ce:rtlfl• dart IIj :unlLGnn:/ fur ettr.,pti(n set Iuro ire Stiller ILw) 00891 htivet lw:e•n runtish#4 leitle,toll thi,64•urnrnt is cit nrpt faun rr:vir•w Iry 08,111lrtnw•rrt SIGMA F OFFICER 31G:WNG ON BEHALF OF THE AGENCY DATE f , RE O Microriirsad with board ore r 1. The Contractor agrees to indemnify, defend and save harmless the State, its officers, agents and employees from any wad all claims.111.1 losses accruing or re.sulting 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 anv and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this contract. 2 The Contractor, and the agents and employees of Contractor, in the performance of this agreement, shall act in an independent capacity and not as officers or employees or agents of State of California. 3. The State may terminate this agreement and be relieved of the payment of any consideration to Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination the State may proceed with the work in any manner deemed proper by the State. The cost to the State shall be deducted from anv sum due the Contractor under this agreement, and the balance, if any, shall be paid the Contractor upon demand. 4. Without the written consent of the State, this agreement is not assignable by Contractor either in whole or in part. . 5. Time is the essence of this agreement. 6. No alteration or variation of the terms of this contract shall be valid unless made in writing and signed by the parties hereto,and no oral understanding or agreement not incorporated herein, shall he binding on any of the parties hereto. 7. The consideration to be paid Contractor, as provided herein, shall be in compensation for all of Contractors expenses incurred in the performance hereof, including travel and per diem, -unless otherwise expressly so provided. 00892 In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Approval of State Department of Aging Contract Amendment #29-002-12 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment #29-002-12 (State #07273103) effective March .14, 1978 with the State Department of Aging, amending Contract #29-002-7 (State #07273103), as amended, covering Office on Aging funding, to provide that the State Depart- ment of Finance, rather than the County, will perform the required County audit. PASSED BY THE BOARD on April 25, 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. Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 25th day of A.nril 1978 County Auditor-Controller County Social Service State Dept. of Aging J. R. OLSSON, Clerk B �/amts 5k Deputy Clerk Jar.,ie L. Johnson 00893 H-24 4/77 15m EH:dg BY THE a CONTRACTOR STANDARD AGREEMENT — :°ro° E° GENERAL ❑ STATE AGENCY STATE•')F.CALIFORNIA rF . { ❑ DEPT. OF GEN. SER. ' STD. 2 IREY. 11/751 ill_ ❑ CONTROLLER THIS AGREEMENT, made and entered into this 11' day of ►r�,. , . 19 78 , ❑ 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 STATEAGENCY NUMBER Director State of California-Department of A ir_ 07273103 hereafter culled the Stute,and 6� {� I ' 2 u hereafter called the Contractor. WITNESSETH: That the Contractor for and in consideration of the covenants. conditions, agreements, and stipulations of the State hereinafter expressed, does hereby agree to furnish to the State serv.-ces and materials, as follows: [Set f orh service to be rendered by ConLvetor.amount to be paid Contractor,tune for;wrforaance or completion.and attach plans and specifications,if any.) t1ITNESSETH Clause 24 of the contract which reads "Contractor. Within sixty (60) days after termination or after the ending date of t�i� E�-reement as provided in paragraph 49 whichever is earlier, shall prcvi de the State with an audit WhJich has been performed by a Public Accuzntaut or Certified Public Accountant and which meets Project audit standards specified by the State, tlhere Contractor is a public entity, the audit recuired herein may be performed by the Contractor' s Chief Auditor or eauivalent off icer" is deleted a::d the following clause which reads "The State Depart. »t of Finance will perform the recuired audit on this Contract for the State. Such audit will be performed at a mutually agreed date along the State, Contractor and the Department of inance" is substituted therefore. All other terms and provisions of this contract remain unchanged. FORM A PPRC CFD HRA Co I;t3C:: ._....'I:;r2',OF The provisions on the reverse side hereof constitute a part of this agreement. BrOes�nee 'N WITNESS WHEREOF, this ar..ee-rent has been executed by the parties hereto, upon the date first above written. STATE OF CALIFORNIA , f C RACTOR AGENCY CCNTF;A�-: O w AV INDIVICUAL. STATE vneymvv A Co MPO--rio, VA"T\C-S�: ..1 Department of Aging CC osta Count BY IAUTHQRI=EO SIG=ATUREI ES fA' ORI c S! ATURE/ -,, .� 0 /��,�.s-;,� ©1' A. I.Schroder TITLEI TITLE Director Chairman, Board of Supervisors i4D0R c55 CONTINUED O•:_SM'c- F.AC-. _ ••a, av= - CONT;"CTORI 651 Pine Street, Martinez, CA 94553 FUND Department of Gen erDi SCTYiCeS Use ONLY g �- Title 'i' Grant Special Deposit UtiE VC::�n y=:2tD t^t-A..NCE ITEV C.IAPT ER STATUTESFISCAL YEAR S 1978 Cont-1-actual Service i ADC- DEE—L-5— l•.CU. .Ai CC LINE —.ZZ- ALLOT+f ENT �1 r i..:• _ ._.. _ _ _ , 1 ( F. ti . I. T.b.A. r10. b.R, 110. I hcr.rb; cerG.� ut•ua my tarn persuru. n.....r.cL�•• t..rtt I1.t[.t,eted(an11- '— are t::'uilahi.• fnr:�a ri—1 and ;na;'L.r•..f :.. ereendittire str:te•d if r: J........ .. _. •..7 ISI S'r.. ...:•E p:. _CJt•.T:r:G J%i" :_.. OATS Ss _ j ^��� I heart-by certify !hilt [:IYe nrdlUl.ns !1•r rV.•1r:;1h.-a sl-t f1.rt11 in Sfute,ldlttinisgrit tive.!saran!se't'ttutF I-1(19 008494 herve.Lean t:nmpf;rvf tt'Irh and Inrv'nt is ery mpt frmit rr•vivi by the I)eparriwitt of fruwnce. SIG%ATUAE OF 04'FICLR 'IGNI'S'G QN bEn ALF OF THE AGENCY DATE f : y::11 YJ.li J1 �•�J.. ��licroi tlit7c i In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Approval of State Department of Aging Contract Amendment #29-008-4 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment #29-008-4 (State #047-3-1) effective March 28, 1978 with the State Department of Aging, amending Contract #29-008-3 (State #047-3), covering Office on Aging training services, to provide that the State Depart- ment of Finance, rather than the County, will perform the required contract audit. PASSED BY THE BOARD on April 25, 1978. f I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 25thday of rnri1 19_$, County Auditor-Controller County Social Service Contractor / J / J. R. OLSSON, Clerk .✓Gdy,c,�_ , Deputy Clerk Jar►ie L. Johnson 00895 P24�7/5m -Pl"-ClV1. 11V Tkir CONT"^CTOR S3 • R D AV R E E.I.I.E N T — A T. T0j4r##_V GCNE14AL 0 }TATE AGENCY .%T^.'TL Or CAL ro$1%4.A 5TO. 2 10ILV. ;117.0 0 oEf r_or CEN. sco. • 0 Coftr"OLLC" THIS AGHLE-112NT, madt- and entered into this?O day of ``arch 19 78 0 in the State of California. by and between State of California. through irs duly elected or appointed, 0 qualified and acting 0 TITLE OF C.FFICLIt ACTING FOR STATEGENCY NUMBEff e c 4k-1 0 r State of a – Denart-Inert of ki 047-3-1 con"[.-.–a Cos 1a Count-y 0 0 rtiltrd th#:Gtonutictor- WITNESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State hereinafter expressed, does hereby agree to furnish to the State services and materials, as follows: (Set fart.;service to be rendered by Cnntractor,amount to Ire paid Con:ructmtirre for—.-rfcr:mnce or completion.and auutJi pluns and specifications.it uny.1 11MESS31111. Clause 26 of the contract which reads "Contractor, within sixty (60) days after 'LercrLp.-tion or after the ending date Of th-is Agreement as ded in paragraph 41 whichever is ear lierr sha-111 provide the State -.-:ith an audit which has been performed r-Y a Public AccoL-tant or Ce-r-ILified Public Accountant and %-rUch meets project audit standards specified by t,;,_e Ste.e. where Contractor is a public entity the audit required herein riny be per_-:'o_":_.ed by the ConLractor's Clef Auditor or ectL—.-alent officer" is deleted ane- t 1-Follo-uinn- clause -which,reads "The State -Department of Finwnce -,rM nerform t1,.e --ecuired audit on this Contract for the Str-_-'L-.e. Such aladit, urill be per'Lo=ed at a rrai:;ually agreed date among the*State7 Contractor and the Department o--:' is substituted therefore. All other -L%,er=s and vrovisions of this contract remain unchanged. The provisions on the reverse side hereof constitute a part of this agreement. 1's' WITNESS WHEREOF. ti-is --greentent has been executed by the parzies hereto, upon the date first above Lvritten. STATE OF CALIFORNIA /CONTRACTOR AGENCY C a NA 4 AN l"Ill"OUIL. sr,-.r A co4,,,,_ De7par-Linant of Azninz- /�ontra Costa County BY tAUTKaR#ZZ0 SIGNATL:A (A 0,4. GN A TU RE I > I TL.E: D~.^ractor Chairman, Board of Supervisors I•,AO,^.R 7SEV 651 Pine Street, Martinez, CA 94553 Drpar:mcnr of GLneral Services :.MoU14 7 L.14CUMOE RED A;'Pi,07RIATION FUND Use ONLY Is --0— Title III A Grant Special Deposit UNENCU""ERED DA-LANCE J tTE.=w C"Ar-Te" STATUTES FISCAL YEAR I 1 1978 is C.Cntrac.tual ser-.-ice I :It. otc.c.5-1 LI%L: STEM AL'-QT1!E?iT T.U.A. N 0. girt- Ite rtiretl DArK 1 beref-j- i-.-rt,FV thatf I.-rc%empti.a. %..I I.-fill to Shut.•.1.1stion i%,roots v,• it,iiiiw I s, toi-- r%wj e I. A 1 -- -- ` __ - - --— It¢r -!/c t '�- iJ%� mod' with rd order 1. The Contractor a„rees to indemnify, defend :and save harmless the State, its officers, agents anti e:ni<<��ecs :om :away and call ciaims anti losses :accruintr or resuiring it) :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 damaged 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 independent capacity and not :as officers or employees or agents of State of California. 3. The State may terminate this agreement and be relieved of the payment of any consideration to Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination the State may proceed with the vvoik in any manner deemed proper by the State. The cost to the State shall be deducteat from any sum due the Contractor under this agreement, and the balance,,if any, shall be paid the Contractor upon demand. 4. Without the written consent of the State, this agreement is not assignable by Contractor either in whole or in part. 5. Time is the essence of this agreement. - —- - - 6. No alteration or variation of the terms of this contr.Ict 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 Contractors expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided. OlaSy� • In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 ja In the Matter of Proclaiming May 3, 1978 as SUN DAY. Supervisor J. P. Kenny having noted that Wednesday, May 3, 1978 will be observed as SU14 DAY in 50 countries through- out the world; and Supervisor Kenny having recommended that the Board indicate its support of the solar energy goals of Sun Day by PROCLAIMING May 3, 1978 as SUN DAY in Contra Costa County; IT IS ORDERED that the recommendation of Supervisor Kenny is APPROVED. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Administrator Witness my hand and the Seal of the Board of Public Information Supervisors Officer affixed this25th day of April . 1978 - J. R. OLSSON, Clerk 6yAr 1409V Deputy Clerk Maxine M. Neufeld H-24 4/77 15m Uu s�q C � In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 jL- In the Matter of Approving Addendum No. 1 to the Contract Documents for Community Park No. 1, Phase 1A, Danville Area. (Work Order No. 5486-927) County Service Area R-7 The Board of Supervisors APPROVES Addendum No. 1 to the contract documents for Community Park No. 1 , Phase IA, 3131 Stone Valley Road, Danville Area: This Addendum provides miscellaneous electrical corrections and clari- fications to the plans and specifications. There is no change in the estimated construction cost. PASSED by the Board on April 25, 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. Originated by: P.W. Dept. Witness my hand and the Seal of the Board of Bldg. & Grnds Supervisors affixed this 25th day of April 1978 cc- Public Works Department Agenda Clerk J. R. OLSSON, Clerk Architectural Project Inspector By Deputy Clerk Architect Sandra L. mie On Service Area Coordinator H-24 4/77 15m 00 89 April 20, 1978 File: 2 n"--7701 (S j b/B.4.3 Public Works Department Contra Costa C ::nty Sixth Floor, Adr,,inistration 6uildinq Martinez, California '7'553 COMMUNITY PARK NO. i - PHASE 1A (Monte Vista Park Develooment) 3131 Stone Valley Road, Alamo, California County Servi Area R-7 - ldork Order Flo. 5486-327 ADDENDUM NO. 1 TO: All Primp Bidders of Record Acknowledge receipt of this Addendum by inserting its number and date in the Bid Form. Failure to do : ..;ay subject bid e r to disqualification. This Addendum forks a part of the Contract Documents, and rodifies the Documents as follows: Delete Sheet L-2 dated March 28, 1978 from the drawings; replace with the attached Sheet L-2 revised April 14, 1978 (Revision 1 ) , In general , the revision inclu�-,� chancing the electrical service voltage from 120/208 to 408 and changing all wiring, contactors, akers and associated t•rork as required to meet neer voltage recuirment. F I LE ® APRZ j378 J. R. OLirON CLER" BOARD O% SUrRVISORS co. Depugy Microfilmed with board order 00,900 Page 1 of 1 • • In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Letter from State CETA Office re FY 1979 Allocation of Funds. The Board having received an April 17, 1978 communication from the California Employment and Training Advisory Office (CETA) advising that the County's vocational education planning allocation from the Governor' s Special Grant (5%) funds for Fiscal Year 1979 is $141,010; and The Board having also been advised that the target date for the submission of Non-Financial Agreements is July 31, 1978 but that at least a summary of the anticipated Non-Financial Agree- ment must be submitted by June 30, 1978 to receive consideration; IT IS BY THE BOARD ORDERED that said communication is REFERRED to the Director, Human Resources Agency; PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and norrect copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources Witness my hand and the Seal of the Board of Agency Supervisors County Administrator affixed this25th day of Aril 19_7$ J. R. OLSSON, Clerk r Deputy Clerk MaVne M. Iueu 1 00,901 H-24 4/77 15m V CALIFORNIA EMPLOYMENT and TRAINING ADVISORY OFFICO� (State CETA Office) ar 800 CAPITOL MALL SACRAMENTO, CALIFORNIA 95814 (916)415-t54t. April 17, 1978 RECEIVEDI APR /,? 1978 CLM 80AW OF SUPERVISORS 0 LMCON�Tkok C QF CO. D Lj Mr. Warren Bogess Chairman, Board of Supervisors Contra Costa County P.O. Box 91 Martinez, CA 94553 Dear W. Bogess: Presently, it is undecided as to how the 5% vocational education program will be administered under the CETA reenactment legislation, The State CETA Office and the Department of Education are proceeding with planning for FY 1979 as though this program will continue as it now exists. This letter is to inform you that your vocational education planning allocation from the Governor's Special Grant (5% funds) for FY 1979 is $ 141,010 The methodology for allocating these funds to Prime Sponsors is based upon the C� relative number of adults in low income ftmilies for each Prime Sponsor area, using latest Department of Labor data. This planning allocation is being issued in anticipation of a final funding level at least equal to the FY 1978 final allocation. The target date for the submission of Non-Financial Agreements will be July 31, 1978. Non-Financial Agreements are scheduled and presented for, approval to the State Board of Education at the September 7th meeting..- In order to allow inclusion in the State Board agenda, it wild. be �iece! 'sairy to .' have at least a summary of the anticipated Non-Financial-Agreement by June 30, 1978. -rte-t-- ���' °��.. f , 009, 02 Micrefilmad, with bo ard Order Mr. Bogess 2 April 17, 1978 Enclosed is a packet of forms and information to be used in developing the Non-Financial Agreements and summaries. Staff of the State CETA Office and the Manpower Education Unit have been assigned to assist Prime Sponsors in preparing these agreements, specific assignments are listed in the - enclosures. ANTHO GUTIERREZ SAM BARRETT Director Director State CETA Office Vocational Education Enclosures cc: J. A. Miller R. Tibbetts L. Ramsey K. Okawara 00,903 In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Short Form Service Contract with Bobbie Spiess to provide Training and orientation- for the Social Service Department's Foster Parent Education and Orientation Training Program IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following Short Form Service Contract for the provision of . training and orientation services to the Foster Parent Orientation Program ' operated by the Social Service Department and under terms and conditions as more particularly set forth in said contract: Number: 20-202 Contractor: BOBBIE SPIESS Term: March 15, 1976 through June 30, 1978 Payment Limit: $30 PASSED BY THE BOARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Supervisors Attn: Contracts & Grants Unit affixed this 25th da f April cc: County Administrator y o 19 78 County Auditor-Controller County Social Service J. R. OLSSON, Clerk Staff Development � � �s / p ty Contractor B Zhr �. �.�..�- �.O�r� Deputy Clerk Jar,.-ie L. Johnson H-24 4/77 15m 00904 SD:dg Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 20 - 202 Department: Social Service Subject: Foster Parent Education and Training Orientation Program 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree � d promise as follows: Contractor: MRS. BOBBIE SPIESS Capacity: Self-employed individual Address: P. 0. Box 398, Brentwood, California 94513 3. Term. The effective date of this Contract is March 15- 1979 and-it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Pavment Limit. County's total payments to Contractor under this Contract shall not exceed $ 30. 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed her-in, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 10 per service unit: W session, as defined below; or ( ) calendar _ (insert day, week or month) NOT TO EXCEED a total of 3 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in Foster 'Parent Education and Orientation for County-selected persons in the time, place acid manner required by County, including the provision of any related materials anei supplies. One session, for payment purposes, shall be defined as the provi.iion of at least two full hours of such services. Contractor shall comply with the Special Conditions which are attached hereto and incorporated herein by reference. This contract is subject to the Special Conditions attached hereto. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including, without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the .conduct, negligent or otherwise, of the Contractor, its agents or employees . 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. Title XX of the U. S. Social Security act as amended (P. L. 96-647) ; 45 CFR Section 228.eA, 11. Signatures. gnatures attest the parties' agreement hereto: COUNTY OF CALIFORNIACONTRACTOR By R. t_ SL',:rcder B Designee Recommended by Department ✓ _ z:<_�.. �zw1=�. f►.�� (Designate official capacity) Y Designee (Form approved by County Counsel) (A-4620 2/78) 00905 /1�1CtJi1�:i1�U v:;.h board order SPECIAL CONDITIONS 9 Number 2 0 — 2 0 2 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 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. Confidentiality. 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 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 administra- tion 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. 6. 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. Initials: Contractor County Dept. 00906 In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of _ Approval of Contract #35083 with Paul Stewart for evaluation of a project for the Probation Depart- ment. 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 #35083, with Paul Stewart, an individual, for second year evaluation of OCJP project, "Community Detention", A-2760-2 for the Probation Department for the period April 1, 1978 to May 31, 1979, at a cost not to exceed $8,000.00, thirty-seven percent County funds. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. EH Witness my hand and the Seal of the Board of cc: County Probation Officer Supervisors Attn: Wallace C. Donavan affixed this 25thday of April 19 78 Contractor — c/o Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator Bye Ja*�ie . Johnson Deputy Clerk H-24 3/76 15m ot194� " Contra Costa-County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 35083-3033-2310 Department: Probation Subject: Second Year Evaluation: "Community Detention Project" 2. Parties. The County of Contra Costa California (County) , for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Mr. Paul Stewart Capacity: an Individual Address: 7710 Sunkist Dr. , Oakland, CA 94605 - (415) 569-1896 3. Term. The effective date of this Contract is April 1 , 1978 and it terminates May 31 , 1979 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 5. County's Obligations. County shall make to the Contractor those payments described ill 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. Ptoject. 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 Grant, A-2760-2, "Community Detention Project" 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Government Code #26227 and 31000 10. Signatures. The ignatures attest the parties' agreement hereto: COUNTY OF C CALIFORNIA CONTRACTOR V By R. t. Schroder By GLcti-t" ted,• airman, Board of Supervisors PrN .lnrdd u.�! (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) ss. B -ZA ` �Q�j� County of Contra Costa ) L. LJhnS011 Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared 1 ` before me today and acknowledged that he/ Bv ���.t 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: N Deputy _ +c/Deputy County Cleric .i (A-4617 REV 6/76) Ol�aIOV 1Vlicrofiimed with board order a Contra Costa County Standard Form PAYMENT PRMISIONS (Fee Basis Contracts) Number 35083-3033-2310 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. jx] d. This is a fixed price contract for products. payeent will be made according to the following scheduling upon receipt and acceptance of reports specified in the Service Plan of this contract. Report #1 6/10/78 $1,700 Report #2 9/10/78 1,700 Report #3 10/30/78 1,700 Report 14 4/30/79 21900 Total Payments $8,000 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the 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. Richt to Withhold. County has the right to withhold payment to the Contractor why::, 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 inzsta f:ciently du::umented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its nru.;rzim. work r-r re::ords, or (c) Contractor has failed to sufficiently itemize or dura:^ei r it:: demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, ::7, ard!r.r complying with any audit exceptions by appropriate County, State, or +••.. ral au:f:t ageneics occurring as a result of its performance of this Contract. Cc.nt:a-ror also agrees to pay to the County within 30 days of demand by County the fu 1.i :�a�•unt of the County's liability. if 'any, to the State and/or Federal government res-0, + a; from any audit exceptions, to the extent such are attributable to the Cctnt:.+c tar's failure to perform properly any of its obligations under this Contract. ouso� USED FOR NEGOTIATION PURPOSES ONLY Not to be used as a basis for payment. ESTIMATED PROJECT BUDGET April 1 , 1978 - March 31 , 1979 I. Personnel Costs Principal Evaluator, Paul Stewart $6,400 80 days @ $80 Research Assistant, Peggy Bright 750 15 days @ $50 Total Personnel = 95 days $7,150 II. Expenses Travel @ 15t per mile $ 450 3,000 miles Typing Final Report 200 Xerox and Printing Costs 200 Total Expenses $ 850 TOTAL EVALUATION BUDGET $8,000 00,910 . '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. (A-4616 REV 6/76) Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. n.is 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 Countv. 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- 00912 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 15. Indemnification. The Contractor shall defend, save harmless and indemnify the Cownty and its officers, agents and employees from all liabilities and claims for damages 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 Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the Following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, siciness or dis ease, 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 Cownity shall be addressed to the head of the County Department for which this Contract is made, 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. OU913 -3- SPECIAL CONDITIONS Number 35083-3033-2310 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 Criminal Justice Planninq conditions and our General Conditions are to be read too_ether, except that when these provisions conflict the conditions of the Office of Criminal Justice Planning Contract shall govern. 00914 SERVICE PLAN This contract is between Contra Costa County, California, its Probation Department, hereinafter referred to as County, and Mr. Paul Stewart, hereinafter referred to as Contractor. The Contractor agrees to provide the services and deliver the products specified below: I. Services_: Contractor will do the second year evaluation of the Office of Criminal Justice Planning Grant, #A-2760-2 "Community Detention Project". II. Products: Products provided by the Contractor shall include but not be limited to four reports as described below: A. Report #1 - Due for Submission June 10, 1978 1 . Evaluation Criteria -- For each objective described previously in the OCJP Grant Award #A-2760-2-77 Community Detention Project, page 17, describe the data that will be used to measure achievement of the objec- tive and discuss feasibility of measurement. Why was such data chosen as a measure of effectiveness? How will it show achievement of an objective? 2. Method -- Describe what methods the contractor has chosen to measure effectiveness (i.e. , achievement of an objective). Against what will the project compare its results? Determine if results are due to project activities or some extraneous unknown factor(s) . 3. Data Collection System -- Describe the system to be used to collect the data required for the evaluation. What forms are to be used and by whom? Copies of said forms are to be attached. Are there controls for accuracy? How is data routed throughout the project and agency? 4. Use of Data -- Are there feedback mechanisms built into the project operations that permit ongoing utilization of project results for deci- sion making? Is the method and kind of data being collected adequate to make the type of evaluation required? Does project data satisfy CJA, OCJP and Probation Department needs? 5. Other Information and Data -- What other information and data are being collected by project in addition to data used as formal evaluation criteria? Is a history being kept of project activities and decisions, formal and informal? Are unintended effects recorded? Report #1 will also describe the extent to which the evaluation design has been implemented and present any preliminary evaluation findings and recom- mendations. B. Report #2 - Due for Submission September 10, 1978 Report 12 will describe the extent to which the evaluation design has been implemented and present any preliminary evaluation findings and recommenda- tions. It will identify and deal with unforeseen problems or obstacles to the evaluation that have arisen during the reporting period. C. Report #3 - Due for Submission December 10, 1978 Report #3 will describe the extent to which the evaluation design has been implemented and present any preliminary evaluation findings and recommenda- tions. It will identify and deal with unforeseen problems or obstacles to the evaluation that have arisen during the reporting period. This report will include an executive summary describing findings for the entire year to date and recommendations as to future funding and program changes. 00,915 -2- D. Report #4 (Final ) - Due for Submission April 30, 1979 In this final evaluation report, the Contractor will include, but not be limited to, the following: 1 . Literature Review - Identify and summarize the most important research and LEAA project literature concerning the issue of juvenile diversion. 2. A brief review of the project's first year evaluation and a detailed chronological description of the second year of project operations. 3. Within the limits of available data, a description of the problems that this project is addressing. 4. Description of the project's organizational and community environment and a determination of its effect on project operations and goal attainment. 5. Examination of the efficiency and adequacy of the project compared to other methods and total needs. 6. Measurement of project success in achieving its objectives. 7. Identification of and explanation for the unexpected consequences of the project. 8. Explanation of how and why the project succeeds or fails. Quantitative and qualitative data should be used to support or qualify the explana- tion. 9. Description of the basic social processes of the project and diversion (juvenile) in general . 10. Identification of the essential features of the project as well as those aspects that should be changed or dropped. Alternatives should be recommended where appropriate. 11 . Recommendations as to whether or not the project should continue to be funded and at what level . 0��V Exhibit "A" Contract: 35083-3033-2310 REV. 7/76 OFFICE OF CRIMINAL JUSTICE PLANNING STJINDARD CONTRACT PROVISIONS 1. Grant Award. The (Subgrantee) Contra Costa County, California, Probation Department , hereinafter referred to as Sub- grantee, and the Office of Criminal Justice Planning, hereinafter referred to as OCJP, entered into a grant award, No. A2760-2-77 , dated 1/31/78 , herjinafter referred to as "grant award". Funds for this Agreement are made available, in whole or in part, by the grant award and the grant award is incorporated in this Agreement. The Subgrantee will retain ultimate control and responsibility for per- formance under the grant award. The Contractor shall only be bound by those provisions of the grant award that are pertinent to per- formance 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 ; vil Rights Act of 1964, as amended, and all requirements imposed by or pursuant to regulations of the Department or 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 othen-rise subjected to discrimination under this Agreement or under any project, 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 end 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 seek judicial enforcement of the foregoing convenants against discrimination. 4. Maintenance and Inspection 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 trans- 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 LEAA and all questions arising therefrom are resolved, whichever is sooner. OU.91'1 LEAA and OCJP or any of their duly authorized representatives shall have access for the purpose of audit and examination to any books, documents , papers and records of the Contractor which are related or pertinent to this Agreement. The books, documents, papers and records of the Contractor to- which LEAA and OCJP or any of their duly authorized representatives shall have access to under the provisions of this paragraph shall not include any such materiels 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 OCJP, 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 OCJP 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. 00918 6. lOublications. 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 60 days after any such materials have been received by OCJP, OCJP shall submit to the Subgrantee its co►►unents 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 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 its contractor determines not to incorporate any of the comments of OCJP into the text of the materials, it may publish the materTais provided that the initial preface or introduction to these materials as published contain the following: A. A credit riference 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 LEAH. OCJP and LEAH 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 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 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, 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 comments 00,919 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 OCJP. The Contractor hereby agrees that determinations of rights to inventions or discoveries made under this Agreement shall be made by LEAA, or its duly authorized representative, who shall have the 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 Safety Standards. If this Agreement provides or payment 1n excess of $2,500 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 hours. 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 100,000, 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 sem.), 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 to 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. OU92a w + f B. Criminal history information: (1) The term "crimi-;al history information" includes records and related data, compiled by law enforcement agencies for purposes of identifying criminal 2ffenders ant alleged offenders and maintaining 'as to such persons sucmiaries of arrest, the nature and disposition of criwinal charges, sentencing, confinement, rehabilitation and release. (2) If the Contractor utilizes "criminal history information", the Contractor shall comply with the following: All criminal history information collected, stored, or disseminated 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 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 Security 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. 0. 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 Subgrantee 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. 00.921 Any such termination shall be effected by delivery to the Contractor of a notice of termination specifying whether termination is for de- fault of the Contractor or for the convenience 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 Contractor 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 terminated. 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 reimburse- ment 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. OU-922 12. Disputes A. When the Contractor and the Subgrantee fail to agree as to whether or not any work is within the scope of this Agreement, the Contractor shall nevertheless ilIjn:Idiately perforin such work upon receipt from the Subgrantee of written order to do so. Within 15 calendar days after receipt of such order, the Contractor may submit a written protest to the 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 of a potential claim which may be filed by the Contractor. B. Fe lure to submit such protest within the period specified shall constitute a waiver of any and all right to adjustment in Agreement price and Agreem nt 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 aajustment 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 colrinission, percentage, brokerage, or con- tingent fee, excepting bona fide employees or bona fide established cow.mercial 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 othe n•rise 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 LEAA Guideline Manual M 7100.1A, Chapter 3, paragraph 49e. 00923 In the Board of Supervisors of Contra Costa County, State of California Aril 25 , 19 78 In the Matter of CETA Contract #28-503 with the Intergovernmental Management Development Institute The Board having authorized contract negotiations (by its Order dated January 24, 1978) with the Intergovernmental Management Development Institute for the provision of certain consultation, technical assistance, and PSE participant services to assist the County's Human Resources Agency Manpower Project Office; IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #28-503 with the Intergovernmental Management Development. Institute for the term from January 24, 1978 through September 30, 1978, with a Contract Payment Limit of $85,000, for the provision of Employment Skills Workshops for Public Service Employment (PSE) participants, a Man- power Office Management Study, and Management Information System (MIS) Development Services, under Titles I, II, III, and VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 25th day of rl+,-; 1 1912 County Auditor-Controller County Manpower Program J. R. OLSSON, Clerk Director Contractor By c, �1/ a,7/ r�,� Deputy Clerk Jamie L. Johnson H-24 4/77 15m 0 0 9124 RJP:dg �;ontra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 8 — y O 3 Department: Human Resources Agency Manpower Project Subject: 1. Employment Skills Workshops for PSE participants 2. Manpower Office Management Study 3. MIS Development 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: INTERGOVERNMENTAL MANAGEMENT DEVELOPMENT INSTITUTE Capacity: Public Joint Powers Agency Address: 1730 Franklin Street, Suite 350, Oakland, California 94612 3. Term. The effective date of this Contract is January 24, 1978 and it terminates September 30. 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 85-()00 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 SRecial Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County CETA Prime Sponsor Agreement #06-8004, Title I Annual Plan 0`06-8004-10), Comprehensive Title II (#06-7004-21) and Title VI 006-5004-60) Plans, and Title III SPEDY 006-5004-32), YCCIP (m06-8004-38) and YETP 006-8004-40) 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Titles I, II, III, & VI of the Comprehensive Employment & Training Act of 1973 (CETA), as amended; 29 USCA Section 801ff; 29 CFR Parts 94, 95, 96, 97, 98, & 99; California Government Code Sections 26227, 31000, and 53703. 10. Signatures. The/ACALIFORNITA gnatures attest the parties' agreement hereto: COUNTY OF 0 CONTRACTOR / R. I. Schroder Chairman, Board of Super 'sors (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) By7a m ��� County of Contra Costa ) ss. Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ .. By / 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 r , 7 y Dated: t ARTH:m ;.. j_LZ,dTr1,JR: By1 Deputy y eputy C my Clerk 00.925 j (A-4617 REV 6/76) with board order Contra Costa County Standard Form PAYMENT PROVISIONS (Fee Basis Contracts) Number 28 - 503 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.] [ J 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 compensation for all services, work, and expenses provided or incurred by Contractor hereunder. [X] d. (1) $ 445 per Workshop-day, as defined in the Service Plan, not to exceed $40,050 for the Employment Skills Workshops; (2) $ 400 per consultant-day, as defined in the Service Plan, not to exceed $30,000 for the Management Study. (3) $ 50 per consultant-hour, as defined in the Service Plan, not to exceed $14,950 for the MIS Development Services. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the 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 Contractors 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. (_y-461.9 REV 6/76) Ono SERVICE PLAN Q Number 28 - 503 Contractor shall provide certain professional, training, consultation, and technical assistance services for County's Human Resources Agency Manpower Project Office, as follows: 1. Employment Skills Workshops for PSE Participants. Contractor shall provide Employment Skills Workshops, a training service for Public Service Employment (PSE) participants who are currently enrolled in County's PSE Programs under CETA Title II, Title VI Sustainment, and Title VI Projects, including those CETA participants who are employees of County or its CETA PSE Program subgrantees shown on the Subgrantee Listing which is attached hereto and incorporated herein by reference. This employ- ment skills training service shall be provided as follows: a. Contractor shall obtain the services of expert employment skills training consultants (through written subcontract) to conduct the Employment Skills Workshops hereunder. Contractor's actual selection and use of consultants shall be subject to prior written approval by County's Manpower Program Director, after Contractor has obtained approval of the particular consultants from the respective subgrantees with whom they will be working (as set forth below). b. Contractor shall provide a total of 90 Workshop days during the term of this Contract and shall serve at least 600 participants, such that each participant will receive at least 24 hours of training. c. County's Manpower Project Office shall select the particular groups of PSE participants who are to receive such employment skills training and shall jointly arrange with Contractor a time schedule for the provision of Workshops. Following selection by County, Contractor shall contact each selected Subgrantee (or County Office) and shall orient the selected agency to the Employment Skills- Workshop, obtain approval for use of particular consultants, and establish agreement with the agency on the particular training topics to be covered in each Workshop. d. Contractor shall custom design each Workshop to meet the needs of each - selected agency, and shall provide participant training for said agencies, covering agreed-upon training topics selected from the Workshop Outline which is attached hereto and incorporated herein by reference. e. Contractor shall provide these Employment Skills Workshops so that each attending participant at the conclusion of the Workshop will be able to: (1) Identify at least five (5) transferrable skills, abilities, or talents which the participant can cite as qualifications for a job. (2) Assess personal skills, liabilities, and developmental needs related to job seeking and job finding. (3) List at least two (2) sources of information for gathering data on possible job openings. (4) Complete a job application form that is descriptive and complete. (5) Write a personal resume containing significant information and incorporating relevant experiences. (6) Practice the communication skills important in an employment interview. (7) Determine personal work interests, needs, values, and skills to establish a clear direction to the pursuit of desired work and career goals. f. County shall be responsible for providing an adequate meeting room or site for each Workshop. Contractor shall provide all needed equipment, materials, and ti supplies, including public address systems, tape recorders, and audio-visual and video- tape equipment. initials: Contractor County Dept. -1- 0U927 SERVICE PLAN R Number 28 - 503 g. County shall pay Contractor the fee of $445 per Workshop-day, defined as eight (8) full hours of training services actually provided (though not necessarily on the same calendar day) to PSE participants (excluding travel, planning, and preparation time) and said fee shall constitute full compensation to Contractor for all services, work, costs, and expenses provided or incurred by Contractor for the Employment Skills Workshops, not to exceed the total payment limit of $40,050 for said Workshops. Con- tractor's services shall include provision of all necessary staff, training consultants, office space, clerical support, telephone, supplies and materials, equipment, photo- copying, transportation (excluding participants), insurance, and other such incidental items and expenses required for completion of Contractor's work hereunder. 2. Management Study. Contractor shall conduct and provide a detailed study of the operations, administration, and staffing of County's entire Manpower Project Office (CMO), including all CETA program areas and all administrative, operational, and clerical functions and staff. This management study shall analyze the organi- zational and administrative structure of the Manpower Project Office, its present and prospective staff functions and needs, and the number and type of CMO staff services. Based on this analysis, the study shall assess the types, quantity, and quality of CMO staff services (i.e.; program, administrative, and management support and technical assistance) which the Manpower Project Office provides to, and which are needed by, its contractors and subgrantees (in all CETA programs). Contractor's study shall include recommendations regarding alternative organizational and admini- strative staffing structures for the Manpower Project Office relative to the provision to CETA contractors and subgrantees of alternative CMO service levels which are both cost efficient and effective for improving career development opportunities for CMO staff. This management study shall be provided as follows: a. Contractor shall obtain the services of J. M. Atkin Company, a sole proprietorship, through written subcontract, to conduct all aspects of the above study and to provide all necessary staff consultants. b. Contractor shall ensure that the subcontractor will: (1) Work with appropriate County staff to define the specific study issues and prepare a detailed work schedule and timetables. (2) Interview appropriate County staff (including the Civil Service Department and Human Resources Agency) and conduct a job analysis and classification audit for all existing CHO positions and prepare a report of findings and recommendations. (3) Develop work measurement criteria to enable proper staffing for future increases or decreases in program operations. (4) Design and administer questionnaires to appropriate staff and agencies. (5) Collect and analyze data regarding optional and mandated services which are provided by CMO staff to CETA contractors and subgrantees and determine the effects of different service levels on program outcomes, costs, and staffing requirements. (6) Analyze CMO staff development and career opportunities within County employment. (7) Prepare a final report of the management study, summarizing all findings, conclusions, recommendations, and rationale and strategies for implementation of recommended changes in CMO organizational and administrative structure and staffing. (8) Provide such related consultation and technical assistance as may be requested by County's Manpower Program Director during the period from April 1, 1978 through June 30, 1978 , subject to the availability of consultant time within the constraints of the management study payment limit set forth below. Initials: 40 Contractor Councy Depc. -2- �i���2 SERVICE PLAN Number 28 - 503 c. Contractor shall ensure that the subcontractor will provide services in accordance with the following workplan and timetable: Scheduled Period Work Activity and Completion Date (1) Particularize study design; achieve consensus on expected products; develop data-collection instruments; plan data-gathering logistics . . . . . . . . . 1/25 - 1/31/78 (2) Collect data; conduct job, classification, service level, and contractor/subgrantee analyses and needs assessments . . . . . . . . . 2/1 - 2/28/78 (3) Prepare complete draft of final report; discuss draft with ChO; complete work products . . . . . . . . . . . . . 2/21 - 3/31/78 (4) Review and finalize all work products, recommendations, and implementation strategies . . . . . . . . . . . 4/3 - 4/10/78 (5) Submit final report to County . . . . . . . . . 4/21/78 (6) Provide related consultation and technical assistance . . . . . . . . . . 4/22 - 6/30/78 d. Contractor shall submit ten (10) copies of the completed final report of said management study to County's Manpower Program Director no later than April 21, 1978 (or as otherwise may be permitted by the Manpower Program Director). e. County shall make limited office space and a telephone available in the Manpower Project Office at no cost to Contractor for use by one clerk-typist who is provided by Contractor to work on this study. Contractor shall provide all other office space and telephone and all necessary study staff, subcontractors, consultants, clerical support, supplies and materials, photocopying, transportation, insurance, and other such incidental items and expenses required for completion of Contractor's work hereunder. f. County shall pay Contractor the fee of $400 per consultant-day, defined as the provision of services as specified above by one 1) professional management consultant for at least eight (8) full hours, and said fee shall constitute full compensation to Contractor for all services, work, costs, and expenses provided or incurred by Contractor for this management study, not to exceed the total payment limit of $30,000 for said management study. County's payments to Contractor for such services provided after April 1, 1978, shall be subject to the written acceptance and approval of said final report by County's Manpower Program Director. 3. MIS Development Services. Contractor shall provide consultation and technical assistance services to assist County in developing and establishing an integrated Manage- ment Information System (MIS) for its CETA programs under Titles I, II, III, and VI, based on County's existing Title I MIS, defined as a computer-assisted system of data collection, tabulation, coding, storage, and reporting for specific client information provided by County's CETA program contractors; including the five (5) principal source documents: the Preliminary Assessment Form (MIS 77-05), Intake Form (A-4612), Activity Form (A-4613), Payment Record (A-4629), and Termination Form (A-4614); and the two (2) supplementary source documents: CETA Application Form (MIS 77-03) and the Supportive Services Activity Record (A-4610). County's computer system stores all information contained on the five principal source documents, but the two supplementary source ' documents are not processed by the MIS computer program. County's Title I MIS includes an electronically-stored computer file for each new CETA client upon receipt of an Intake Form accompanied by an Activity Form reporting that some service, beyond initial assessment and counseling, was provided for the client; additionally, the computer provides monthly cumulative summaries of client activities and these summaries are further broken down into various client characteristics. Contractor shall provide MIS development services, as follows: Initials: -3- on ractor county Dept. 00929 SERVICE PLAN Number 28 - 50 .9 a. Contractor shall obtain the services of Richard E. Gentry, Inc., a California corporation, !,:hrough written subcontract, to conduct all MIS development services as specified herein. b. Contractor shall ensure that the subcontractor will provide services in accordance with the following workplan and timetable: Scheduled Work Activity Completion Date (1) Study County's curre::' Title III reporting system and-make written recommendations that will enable County to submit all required data reports to the U. S. Department of Labor (DOL) by March 31, 1978 for County's Title III YETP and YCCIP programs . . . . . . . . . . 2/28/78 (2) Make written recommendations for needed modi- fications in County's current reporting system to assure County's compliance with Title III YETP and YCCIP reporting requirements . . . . . . . . 3/31/78 (3) Provide a written report which analyzes and assesses County's various input documents, tabulating methods, coding, programming, and output documents for the Title I MIS . . . . . . . . 3/31/78 (4) Provide a written Title III MIS Integration Report showing the steps that County must take to integrate Title III data with its existing Title I MIS . . . . . . . . . . . . . . . . . . . . . 3/31/78 (5) Provide a written User Needs Study reviewing, analyzing, and assessing County's data needs, existing data processing systems, and the periodic data reporting requirements imposed by DOL in all of County's CETA programs; and the Study will include a proposal for a general system design . . . . . . . . . . . . . . . 4/30/78 (6) Provide County with ongoing consultation and technical assistance through June 30, 1978, as may be requested by County's Manpower Program Director (subject to the availability of con- sultant time within the constraints of the MIS Development payment limit set forth below) . . . . . 6/30/78 C. Contractor shall provide all office space, telephone, subcontractors, consultants, clerical support, supplies and materials, photocopying, transportation, insurance, and other such incidental items and expenses required for completion of Contractor's work hereunder. d. County shall pay Contractor the fee of $50 per consultant-hour, defined as the provision of services as specified above by one (1) professional management consultant for one (1) full hour, and said fee shall constitute full compensation to Contractor for all services, work, costs, and expenses provided or incurred by Contractor for MIS development services, not to exceed the total payment limit of $14,950 for said MIS Development. Initials: =� Contractor County Dept. -4- 00930 • I SERVICE PLAN Q Number 28 - 503 4. Consultants and Subcontractors. Contractor shall supervise, and be responsible for, the work and activities of all consultants and subcontractors utilized by Contractor in the provision of services under this Contract. 5. Proposals. Subject to and insofar as not inconsistent with this Service Plan, Contractor shall provide services hereunder in accordance with its proposals for an "Employment Counseling and Employment Skills Development Workshop" and for a "Manpower Analysis," both received by County on January 17, 1978, and its proposal for a "Title III MIS System," received by County on February 28, 1978. 6. Payment Limit Summary. County shall pay Contractor at the three (3) fee rates specified above, subject to the corresponding payment limits, summarized as follows: Separate Contract Activity Payment Limits (1) Employment Skills Workshops $ 40,050 (2) Management Study 30,000 (3) MIS Development Services 14,950 TOTAL (Contract Payment Limit) $ 85,000 Initials: Contractor Count Dept. -5- 00931 Y SUBGRANTEE LISTING Q Number 28 - 503 Name CETA Titles/PSE Program(s) 1. City of Antioch II, VI (Sustainment), VI (Projects) 2. City of Brentwood to It " 3. City of Concord " of to 4. City of E1 Cerrito to to " 5. City of Lafayette " it " 6. City of Martinez to to " 7. City of Pleasant Hill to ." --- 8. City of Pittsburg It 9. City of San Pablo it " --- 10. City of Walnut Creek it " 11. Antioch Unified School District it 12. Brentwood Unified School District it " 13. Byron Unified School District is 14. John Swett Unified School District 15. Knightsen School District 16. Lafayette School District 17. Liberty Union High School District 18. Martinez Unified School District 19. Moraga School District 20. Mt. Diablo Unified School District " " It 21. Oakley Union School District 22. Orinda Union School District " " -- 23. Pittsburg Unified School District 24. Richmond Unified School District 25. San Ramon Valley Unified School District 26. Ambrose Recreation & Park District " " --- 27. East Contra Costa Irrigation District " " --- 28. Pleasant Hill Recreation & Park District 29. Housing Authority of Contra Costa County 30. State of California/Employment and Training Advisory Office 31. Contra Costa Legal Services Foundation " 32. Home Health and Counseling Services, Inc. " 33. City of Pinole " 34. United Council of Spanish Speaking Organizations, Inc. " 35. Neighborhood House of North Richmond, Inc. 36. Los Medanos Community Hospital District " 37. Alameda-Contra Costa Council of Camp Fire Girls, Inc. " 38. Enki Research Institute, Inc. " 39. West Contra Costa YMCA (Pinole Branch) " 40. Contra Costa Community College District " 41. Carquinez Coalition, Inc. " 42. Phoenix Programs, Inc. " 43. New Horizons Center, Inc. " 44. Contra Costa Childrens Council " 45. Social Advocates for Youth--Diablo Valley " 46. Contra Costa Crisis and Suicide Intervention Service " 47. East County Resource Center, Inc. " 48. International Institute of Alameda County " 49. Mt. Diablo YMCA " 50. Region IX, American Indian Council, Inc. " 51. Linton Business College, Inc. 52. Musical Arts of West Contra Costa County, Inc. " = Initials: Contractor County Dept. O0932 WORKSHOP OUTLINE Number 28 - 503 TOPICS I. Personal Abilities Assessment A. Assessing Personal Assets and Liabilities 1. Skills Inventory 2. Experience 3. Interests B. Acquiring additional skills C. "Self-image" psychology II. Career Goals and Priorities A. Personal life styles B. Job Satisfaction Survey C. Determining "the kind of work you'd like to do" III. Assessing the Job Market A. Where to find job vacancies B. Needs by geographic area and type of work C. Specific skills needed to get local jobs D. How to get into the union E. Finding "the1p ace you want to work for" IV. Applying for the Job A. Resumes 1. Types - chronological, skill grouping, and formats 2. Preparation B. Job applications 1. Completeness - "dc I have to tell them everything?" 2. Expressing your abilities (especially when there's no space on the form) C. Cover letters D. Overview of test taking (including Civil Service exams) V. Interviews A. Preparation B. Typical questions C. Special problems D. Oral boards E. Participant practice - video-tape feedback (may be with actual employers) VI. Getting the Job A. Appearance and etiquette B. Overview of techniques for assertiveness training C. Follow-up and thank you letters VII. Participant Critique and Evaluation of Workshop A. Review of Workshop topics and activities B. Determine further areas for future improvement of Workshops Initials: - Contractor County Dept. A Contra Costa County Standard Form GENER-Al 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 hereun: -r. Such Informal Agreements may not enlarge in any nanner 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. S. 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 :Lmendments. 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 Count- Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may net materially change the Payment Previsions or the Service Plan. (y)(1411 (A-4616 REV 61176) -1' - Cont--a Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 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. Liabilitv 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. 23. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue & Taxation - Code §107) , such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue & Taxation Code 5107.6, and waives all rights to further notice or to damages under that or an: comparable statute. 00936 (A-4616 REV 2/78) -3- 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. S. 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 Stare or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the, Service Plan. 00,934 (A-4616 REV 6/76) -1- Contra Costa County 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 c_ 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 Count?. 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 arry 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 i- accurate list of its governing body (Board of Directors or Trustees) and to time-. 1 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. 0 (A-4616 REV. 6/76) -2- 093a Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 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. Liabilitv 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 Contra:•tor. 23. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of Ldnd or improvements, but does not vest ownership of the land or improvements in the same person, or if this Cont-.-act results in the placement of taxable improvements on tax exempt land (Revenue & Taxation - Code §107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements o1c Revenue & Taxation Code §107.6, and waives all rights to further notice or to damages under that or any comparable statute. 00,936 (A-4616 REV 2/78) -3- intergovernmental management development institute Resolution of the Board of Directors Be it resolved that the Executive Director is hereby authorized to sign and execute all contracts related to the performance of the Institute's programs and services. Dated: December 13, 1976 This is to certify that the above is a true copy of a resolution passed by the IMDI Board of Directors. Date Stuart Sobel Executive Director; Secretary of the Board of Directors 1730 Franklin Street, Suite 350 Oakland, California 94612 (415) 874-5'157ATSS 561-0430 S ooultr _ r{§ `i+"� vF�,. •;` 2 y nc* f ''tet .y r'r'i �N r '4 .,...a. _ :X "'7;'R-•'�'�ti:.:;.` p, r :tif..i -:,,:s:,r..rL. :,''a`'�..,,,,sy,�j r r°ai=s�# i7r�e�Sui?,t"�.,s�+°�'-C�d�.':7.~"� �r'3ti;a�,��w. �?��sF.ti�M�`; In the Board of Supervisors of Contra Costa County, State of California April 25 , 1978 In the Matter of Contract #24-083-1 with Charles M. Moselle for Mental Health Staff Training IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #24-083-1 with Charles M. Moselle (self-employed training consultant) for the provision of training in non-verbal therapy techniques for I Ward staff at County Hospital for the term from April 30, 1978 through July 9, 1978, with a Contract Payment Limit of $550 ($12.50 per hour), and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 25th-day of n.nril 19 78 County Auditor-Controller County Mental Hea" ;h J. R. OLSSON, Clerk Director Contractor ByY-QDeputy Clerk Janie L. Johnson RJP:dg 00,938 H-24 4177 15m Contra Costa County Standard Form Y SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number24 - 03 - t- 8 Department: Medical Services - Mental Health Subject: Mental Health In-service staff training in non-verbal therapy techniques (I Ward) 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: a Contractor: CHARLES M. MOSELLE Capacity: Self-employed individual (Training Consultant) Address: 2503 - 24th Street, San Francisco, California 94110 3. Term. The effective date of this Contract is April 30. 1978 and it terminates July 9, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 550 6. Countv's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: (X) hour; or FEE RATE: $ 12.50 per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of 44 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in non-verbal therapy techniques for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. Contractor shall provide these services in eleven (11) four-hour workshop training sessions for I Ward staff. Treat- ment of patients is expressly prohibited under this Contract. - 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including, without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the .conduct, negligent or otherwise, of the Contractor, its agents or employees . 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. Welfare and Institutions Code Division 5, Part 2, the Short-Doyle Act; and California Administrative Code, Title 9, Subchapter 3 Community Mental Health Services under the Short-Doyle Act. 11. Signatures. Thjrsffl signatures attest the parties' agreement hereto: COiiti'TI 0 C STA, CALIFORNIA CONTRACTOR r !. Schroder B}. R. By_4 Designee Recommended by Department /1 (Designa-6 official apacity) By / ` /) Designee (Form approved by County Counsel) (A120 2/78) board cider IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hearing on ) the Appeal of Bryan & Murphy ) Associates, Inc. , Applicants, ) from Action of the San Ramon ) April 25, 1978 . Valley Area Planning Commission ) on Application for Minor ) Subdivision 293-77, San Ramon ) Area. ) Mr. James C. Kilpatrick, Owner. ) The" Board on March 28, 1978 having continued to this time the hearing on the appeal of Bryan & Murphy Associates, Inc. , applicant, from San Ramon Valley Area Planning Commission conditional approval of the application for Minor Subdivision 293-77 to divide 5.37 acres into three parcels, San Ramon area; and The -Board having received a letter from the applicant advising that the plans have not been completed and requesting- that the matter be further continued; and Good cause appearing therefor, IT IS BY THE BOARD ORDERED that the aforesaid appeal is CONTINUED to June 27, 1978 at 9:30 a.m. PASSED by the Board on April 25, 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 25th day of April, 1978. Jr-R.Jr-R. OL N; CL By ' Ronda Amdahl Deputy Clerk , CC: Bryan & Murphy Associates, Inc. Mr. James C. Kilpatrick Director of Planning List of Names Provided by Planning Public Works Director Land Development Director of Building Inspection 00940 • • In the Board of Supervisors of Contra Costa County, State of California ADril 25 , 19 7-8- In the Matter of Implementation of AB 568 Relating to Modification of Age 65 Mandatory Retirement Requirement. The Board on February 28 , 1978 having referred to its Internal Operations Committee (Supervisors W. N. ryoggess and J. ". :enny) a February 15 , 1978 letter from Mr. A. G. Will, County Administrator, relating to Assembly Bill 568 pertaining to modifi- cation of the age 65 mandatory retirement requirement; and The Committee having this day reported its conclusion that the County should proceed with implementation of procedures allowing for continued employment beyond age 65, and having recommended adoption of Resolution ::o. :8/377 which sets forth regulations in connecticr w?th same; IT IS BY THE BOARD ORDERED that the recommendation of its Internal Operations Committee is APPROVED. PASSED by the Board on April 25 , 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 cc: Board Committee Supervisor Retirement Administrator Director of Personnel affixed this 25th day of Anri1 1978 County Auditor-Controller County Counsel J. R. OLSSON, Clerk County Administrator By ,� :=� moi:��-�• Deputy Clerk Ma Craig H-24 4/77 15m �� 1 • James R.Gluon Thef�oard of Supervisors Centra County Clerk and CCEx Officio Clerk of the Board osta•County Administration Building [ MM Geraldine Rus"M P.O.BOX 911 Chief Clerk Martinez,California 94553 / / County (415)372-2371 James P.Kenny-Richmond `j 1 1St District RECEIVEDFA Nancy C.Fanden-Martinez , 2nd District Robert 1.Schroder-Lafayette 3rd District 2 j 1C(8 Warren N.Boggess-Concord ,� 4th District J. R. _SSQN Eric H.Heseltine-Pittsburg April 25, 19 78 D OF SUPERVISORS 5th District B RA COST »_ _ . 'Duty REPORT OF INTERNAL OPERATIONS COMMITTEE • ON IMPLEMENTATION OF AB 568 RELATING TO MODIFICATION OF THE AGE 65 MANDATORY RETIREMENT REQUIREMENT On February 28, 1978 the Board referred to the Internal Operations Committee a letter from the County Administrator advising of enactment by the California State Legislature of AB 568, and trans- mitting a resolution establishing regulations for continued employment beyond mandatory retirement age pursuant to said measure, Government Code Section 31671.03. The letter from the County Administrator indicated that the alternatives open to the Board are enactment of regulations as proposed in the resolution (or as modified) , or no action with the expectation that the mandatory age 65 would continue to apply. The letter from the County Administrator also requested that the Director of Personnel be authorized to review the proposed resolution with county departments, and with representatives of employee organizations, prior to Board action. The Internal Operations Committee discussed implementation of AB 568 at two meetings and concluded that the County should proceed with implementation of procedures allowing for continued employment beyond age 65. Comments received from county departments and employee organizations were minimal except that objection was taken to Item No. 3 in the regulations which would have provided that failure of an appointing authority to certify to the employee's competence to continue within 21 calendar days of the employee's request would constitute refusal to certify. The committee recommends revising wording for this particular provision as follows: "3. The appointing authority shall promptly, on the form provided by the Retirement Administrator, either certify that the employee is presently competent to perform one further year of service in his position or decline to so certify; and shall immediately so notify the employee, the Retirement Administrator, and the Director of Personnel. " 00942 Uiuofi{med with board ord,br -a- With this wording the committee recommends approval of the proposed resolution, a copy of which in its corrected form is attached. V f W. N. BOGGES J P. Supervisor, District IV upervi.sor, *Di i.ct I 00943 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA As governing body of the County and of Other Public Entities with employees in the County Employees Retirement System, Re: Regulations on Continued Employment ) Beyond Mandatory Retirement Age, ) RESOLUTION 78/ Under Government Code §31671.03. ) The Contra Costa County Board of Supervisors, as governing body of • the County and of certain other public entities which have employees _; covered by the Contra Costa County_Employees _Retirement System, hereby RESOLVES THAT: This Board adopts these regulations for the agencies of which it is the governing body and which have employees or officers covered by the County Employees Retirement System, to be effective immediately on adoption and (so far as lawful and practicable) retroactively to September 16, 1977 (when Government Code 531671.03 became effective and operative as an urgency statute) . The Board is cognizant of the ketirement System's procedures of notifying prospective mandatory- retirants, and intends that these regulations and those procedures work harmoniously together. 1. The term "Appointing Authority" is used here as defined and understood in local- practice and as the term--"Department or Agency Head or Other Appropriate Supervisors" is used in 531671.03. 2. Unless otherwise provided, every employee other than a safety-member (i.e. , each general member of the retirement system) shall, 'between 9 and 6 months before his 65th birthday, inform his appointing authority, in writing on the form provided by the Retirement Administrator, of his desire to continue working beyond the mandatory retirement date. 3. The appointing authority shall promptly, on the form pro- vided by the Retirement Administrator, either_ certify that the employee is presently competent to perform one further year of service in his position or decline to so certify; and shall immediately so notify the employee, the Retirement Administrator,- and the Director of Personnel. 4. A decision of an appointing authority declining to certify shall be based upon a written evaluation, copies of which shall be provided to the employee, the Retirement Administrator and to the Director of Personnel. The decision shall contain a statement that the employee may review and request copies of the materials upon which the decision is based and the employee shall have seven calendar days to respond to the appointing authority orally or in writing, in which event the appointing authority shall reconsider the decision and inform the employee, the Retirement Administrator, and the Director of Personnel, in writing, of the decision after further consideration. RESOLUTION NO. 78/ 00,944 _U1,icrofi!m_-J with hoard oilier S. The decision of the appointing authority is final unless an appeal is filed in writing within seven calendar days of receipt with the Office of the Director of Personnel. When such an appeal is filed, a binding decision on the appeal shall be made by an impartial arbitrator mutually agreed upon by the employee and a representative of the appointing authority.. The arbitrator may reverse the decision of the appointing authority only upon clear - and convincing evidence demonstrating arbitrary, capricious, or illegal conduct as to which the employee bears the burden of proof. If mutual agreement in selecting an arbitrator is not reached within 28 calendar days of the filing of the appeal, the Director of Personnel or his designee will obtain from the American Arbitration Association a list of eleven arbitrators, and each party, starting with the appellant, shall alternatively strike one name from the list until one name remains, who shall be the arbitrator if he/she agrees to serve and. is available within thirty days of being notified. Otherwise the last name struck from the list shall be selected as the arbitrator. If the last name struck from the list is unwilling or unavailable to schedule a hearing within thirty days, the next to the last name struck from the list shall be selected. The process will be repeated, if necessary, until the list is exhausted. If none of the named arbitrators is willing to accept the arbitration or is able to hold the hearing within thirty days, ' the Director of Personnel will obtain another list from the American Arbitration Association. Zt will be the responsibility of the Director of Personnel to contact the potential arbitrators, and to provide space to hold the arbitration hearing. If both parties agree, the requirement that the arbitrator be available to hold a hearing within 30 days of his/her selection may be waived, provided however that in no case may an arbitrator be selected who is not available and willing to schedule a hearing within 60 days of notif ication. The only written evidence that may be submitted to the arbi- trator is the written evaluation and copies of the materials upon which the refusal to certify is based, if in writing; the employee's response to the department, the final response of the appointing authority, and the written appeal to the Director of Personnel. Copies of this written record shall be provided by the Director of Personnel to the appellant, the appointing authority, and the arbitrator at least seven days prior to the arbitration hearing. The arbitrator shall issue his/her decision not later than 30 days . from the date of the close of the hearing. The decision of the arbitrator shall be in writing and shall set forth the reasoning and conclusions on the issues. The cost of the arbitration proceedings shall be divided equally between the parties, except that any legal fees or tran- scripts desired by the appellant shall be at his/her own expense. The appeal provisions provided herein are exclusive. 6. A certification, of competence is effective for one year only, beginning on the employee's 65th birthday, but may be renewed annually for successive years. Employees wishing to continue working for an additional year must request renewed certification from the appointing authority by initiating the procedures in Paragraph 2. RESOLUTION NO. 78/ _2_ 00��45 j•' ) 7. - Proceedings following a decision declining to certify, whether further consideration, arbitration, or legal proceedings, shall not affect the operation of the retirement law's mandatory retirement provisions, including those based on the 65th birthday and on later birthdays to which extensions may have been obtained here- under. In all such cases, the employee shall be retired, and the Retirement Association shall have -a lien on any compensation or other sums payable to an employee -who is determined to be entitled to employment hereunder after having received retirement benefits. 8. Nothing herein limits an appointing authority's right to ' dismiss an employee for cause regardless of age or a certification of competence. 9. These regulations implement Government Code 531671.03 ' and do not otherwise alter or affect existing terms and conditions of employment. PASSED on , unanimously by the Supervisors present. Aj1W/j RESOLUTION NO. 78/___ 00945 -3- BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA As governing body of the County and of Other Public Entities with employees in the County Employees Retirement System Re: Regulations on Continued Employment ) Beyond Mandatory Retirement Age, ) RESOLUTION 78/ 377 Under Government Code §31671.03. ) The Contra Costa County Board of Supervisors, as governing body of the County and of certain other public entities which have employees covered by the Contra Costa County Employees Retirement System, hereby RESOLVES THAT: This Board adopts these regulations for the agencies of which it is the governing body and which have employees or officers covered by the County Employees Retirement System, to be effective immediately on adoption and (so far as lawful and practicable) retroactively to September 16, 1977 (when Government Code 531671.03 became effective and operative as an urgency statute) . The Board is cognizant of the Retirement System's procedures of notifying prospective mandatory- retirants, and intends that these regulations and those procedures work harmoniously together. 1. The term "Appointing Authority" is used here as defined and understood in local practice and as the term "Department or Agency Head or Other Appropriate Supervisors" is used in §31671.03. 2. Unless otherwise provided, every employee other than a safety member (i.e. , each general member of the retirement system) shall, between 9 and 6 months before his 65th birthday, inform his appointing authority, in writing on the form provided by the Retirement Administrator, of his desire to continue working beyond the mandatory retirement date. 3. The appointing authority shall promptly, on the form pro- vided by the Retirement Administrator:, either certify that the employee is presently competent to perform one further year of service in his position or decline to so certify; and shall immediately so notify the employee, the Retirement Administrator, and the Director of Personnel. 4. A decision of an appointing authority declining to certify shall be based upon a written evaluation, copies of which shall be provided to the employee, the Retirement Administrator and to the Director of Personnel. The decision shall contain a statement that the employee may review and request copies of the materials upon which the decision is based and the employee shall have seven calendar days to respond to the appointing authority orally or in writing, in which event the appointing authority shall reconsider the decision and inform the employee, the Retirement Administrator, and the Director of Personnel, in writing, of the decision after further consideration. RESOLUTION NO. 78/ 377 00947 S. The decision of the appointing authority is final unless an appeal is filed in writing within seven calendar days of receipt with the Office of the Director of Personnel. When such an appeal is filed, a binding decision on the appeal shall be made by an impartial arbitrator mutually agreed upon by the employee and a representative of the appointing authority. . The arbitrator may reverse the decision of the appointing authority only upon clear and convincing evidence demonstrating arbitrary, capricious, or illegal conduct as to which the employee bears the burden of proof. If mutual agreement in selecting an arbitrator is not reached within 28 calendar days of the filing of the appeal, the Director of Personnel or his designee will obtain from the American Arbitration Association a list of eleven arbitrators, and each party, starting with the appellant, shall alternatively strike one name from the list until one name remains, who shall be the arbitrator if he/she agrees to serve and is available within thirty days of being notified. Otherwise the last name struck from the list shall be selected as the arbitrator. If the last name struck from the list is unwilling or unavailable to schedule a hearing within thirty days, the next to the last name struck from the list shall be selected. The process will be repeated, if necessary, until the list is exhausted. If none of the named arbitrators is willing to accept the arbitration or is able to hold the hearing within thirty days, the Director of Personnel will obtain another list from the American Arbitration Association. It will be the responsibility of the Director of Personnel to contact the potential arbitrators, and to provide space to hold the arbitration hearing. If both parties agree, the requirement that the arbitrator be available to hold a hearing within 30 days of his/her selection may be waived, provided however that in no case may an arbitrator be selected who is not available and willing to schedule a hearing within 60 days of notification. The only written evidence that may be submitted to the arbi- trator is the written evaluation and copies of the materials upon which the refusal to certify is based, if in writing; the employee's response to the department, the final response of the appointing authority, and the written appeal to the Director of Personnel. Copies of this written record shall be provided by the Director of Personnel to the appellant, the appointing authority, and the arbitrator at least seven days prior to the arbitration hearing. The arbitrator shall issue his/her decision not later than 30 days from the date of the close of the hearing. The decision of the arbitrator shall be in writing and shall set forth the reasoning and conclusions on the issues. The cost of the arbitration proceedings shall be divided equally between the parties, except that any legal fees or tran- scripts desired by the appellant shall be at his/her own expense. The appeal provisions provided herein are exclusive. 6. A certification of competence is effective for one year only, beginning on the employee's 65th birthday, but may be renewed annually for successive years. Employees wishing to continue working for an additional year must request renewed certification from the appointing authority by initiating the procedures in Paragraph 2. RESOLUTION: ?10. 78/377 -2- 00948 l 7. Proceedings following a decision declining to certify, whether further consideration, arbitration, or legal proceedings, shall not affect the operation of the retirement law's mandatory retirement provisions, including those based on the 65th birthday and on later birthdays to which extensions may have been obtained here- under. In all such cases, the employee shall be retired, and the Retirement Association shall have a lien on any compensation or other sums payable to an employee who is determined to be entitled to employment hereunder after having received retirement benefits. 8. Nothing herein limits an appointing authority's right to dismiss an employee for cause regardless of age or a certification of competence. 9. These regulations implement Government Code §31671.03 and do not otherwise alter or affect existing terms and conditions of employment. PASSED on April 25 , 1978 , unanimously by the Supervisors present. CERTIFIED COPY I certify that thls is a full, true & correct copy of the original document which is on [Ile in my office, and that it was passed .5 adonted by thn Board of _Supervisors of Conal► cnsia Cotint7. California, on the date shown. AI*TEST: J. R. OLSSON, County Clerk& ex-officio Clerk of said Board of Supervisors AWW/j by Deputy Clerk, --- onAPR 2 5 1978 �Mig cc: All County Departments Advisory Council on Aging Attn : Thelma Dahlin RESOLUTION NO. 78/377 -3- 00949 In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Preliminary Announcement and Fixing Time for::Receipt of Bids for Workshop Transportation Services IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to prepare appropriate competitive bidding materials (including Specifications, Notice, and Instructions), to make a preliminary announcement, and to release these materials to the public at the earliest possible date (subject to regulations imposed by the State Department of Health), requesting bids for a contract to provide for the transportation of mentally retarded adults, from June 1, 1978 through September 30, 1978, to the sheltered workshop facilities operated by the Contra Costa County Association for the Mentally Retarded, under Title XX of the U. S. Social Security Act; and IT IS FURTHER ORDERED that May 23, 1978 at 11:00 a.m. is fixed as the time for the County Purchasing Agent to receive and open bids for the aforesaid services. PASSED BY THE BOARD on April 25, 1978. I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 25th day of April , 19 78 County Welfare Director County Purchasing Agent J. R. OLSSON, Clerk Contra Costa County l Association for the By o /. "z Zlrw"?t p Deputy Clerk Mentally Retarded �Jatri a L. Johnson ' County Auditor-Controller tJ?4AJ715m 00-950 In the Board of Supervisors of Contra Costa County, State of California April 25 19 78 In the Matter of Correcting reimbursement rates for County Grading Technician The County Administrator having advised this Board that a prior Board Order dated March 14, 1978; "In the Matter of Reimbursement of Certain Grading Technicians as Provided in 1977-1979 Memorandum of Understanding Between Contra Costa County and Contra Costa County Employees Association Local No. 1" was in error regarding maximum amount of reimbursement; and The proper amount of reimbursement having been determined to be $14. 00 plus sales tax; IT IS BY THE BOARD ORDERED that authorization is hereby given to reimburse employees in the following classifications for the cost to purchase rain gear at actual cost not to exceed $14. 00 plus sales tax; Grading Technician Senior Grading Technician Grading Engineer Passed by the Board on April 25, 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. Orig. Dept- Civil Sf;r-.-ice Witness my hand and the Seal of the Board of cc: County Administrator Supervisors Building Inspection affixed this 25th day of April 19�� Auditor-Controller County Counsel J. R. OLSSON, Clerk C. C. Employees Association /ocal 1 Deputy Clerk Janie L. Johnson 00951. H-24 4/77 15m t. In the Board of Supervisors of Contra Costa County, State of California April 25 . 19 7--- In the Matter of Appointment to the Solid Waste Commission. Supervisor E. H. Hasseltine having advised that he had received an April 18, 1978 letter from the Mayors of the Cities of Pittsburg, Brentwood, and Antioch nominating Mayor Verne L. Roberts, City of Antioch, as the eastern cities representative on the Solid Waste Commission to replace former Antioch Councilman Melvin Whatley; IT IS BY THE BOARD ORDERED that Mayor Verne L. Roberts is APPOINTED to the Solid Waste Commission. PASSED by the Board on April 25, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors CC: Mayor V. L. Roberts affixed this 25thda of April 1978 Solid Waste Commission y via Public Works .� Public Works Director ..i R LSSON, Clerk (Environmental Control) County Administrator By IDeputy Clerk Public Information officer nda Amdahl H-24 4/77 15m 00952 In the Board of Supervisors of Contra Costa County, State of California April 25 , 19 78 In the Matter of Adjournzant in Memory of B. EY _a�_s, F. Wilson, and C. Waxman. At the request of Supervisor J. P. Kenny IT IS BY THE BOARD ORDERED that its official meeting of April 25, 1978 is ADJOURNED at 12:00 Noon in memory of Mr. Bernie Evans, civic leader and former Richmond Councilman, and Mr. Francis Wilson, also a civic leader in Richmond; and At the request of Supervisor N. C. Fanden IT IS FURTHER ORDERED that the meeting is also ADJOURNED in memory of Miss Cynthia Waxman of Moraga; PASSED by the Board on April 25, 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. cc: County Administrator Witness my hand and the Seal of the Board of Public Information Supervisors Officer affixed this 25th day of April 1928 By�'LL%� J. R. OLSSON, Clerk . ci Ali . Deputy Clerk Maxine M. Neufef d H-24 4:77 15m 00953 And the Board adjourns to meet on I•lay 2, 1978 at 9:00 a.m. in the Board Chambers, Room 107, County Administration Building, Martinez, California. f 4. Z. Schroder, Chairman ATTEST: J. R. OLSSON, CLERIC Deputy 000 SUI IA RY OF PROCZEDTi GS 3.r 0. E THE 80APZ 0. SUF RVISORS OF CONTRA COSTA COUIJTY, APRIL 25, 1976, PREPARED BY j. R. OLSSON, COUNTY CLERK ! D EX-OFFICIO CLE.RX O. T= BOARD. Approved personnel actions for County Administrator, Auditor- Controller, Planning and Probation. Approved i terna1 appropriation adjustments not affecting totals for Assessorsiuman Resources Agency, "ubli c Works, Mt. Diablo Municipal Court, Auditor-Controller (Data Processing) , Library, Contra Costa County and Moraga Fire Protection Districts. Proclaimed May „ 1978 as SLU DAY in support of the solar energy goals of Sun Day. Authorized attendance at meetings as follows: R. Smith, Health Dept. , to Annual Meeting of American Society for Microbiology in Las Vegas, :vii, May Dr. W. Carr, Medical Services, to Rocky ?Mountain Conference of Para- sitologists in Reno, NV, May 4-6; S. Fender, Medical Services, to Workshop in Developing the Nurse Manager, in Seattle, WA, May 3-5; Cowger, Sheriff-Coroner' s Dept. , to the International Assn. of identification Officers Seen? at Reno, NV, May 2-3; and X. Crossley, Social Service, to Annum Conference of Association of Family Conciliation Courts, at Vancouver, S.C. , iA_ay 15-20. Denied claims for damages =fled by M. Brey and R. Cox; the amended claim of D. Longly; and the application of R. Lopez to present late claim. Authorized Auditor-Control er to accept a compromise settlement of Medical Services accountsfor J. Bishop and D. Filomeo. Approved Five-Year Priority Listings for :ederal Aid Urban Projects for Fiscal Years beginning Oct. , 19788, and ending Sept. , 1983, in the Contra Costa County portion of the San Francisco-Oakland and Antioch- Pittsburg urbanized areas. Approved action taken by Public Works Director granting permission to ?eter Cole Jensen, Inc. to partially close the westbound lane of Crow Car_nycn Road near the Southern acific :railroad between_ Apr. 19 and May 3, 1970 for the purpose of i_^stalling a sewer line and manhole. Declared a certain Lire changer syTplus to Coun;.y needs and authorized Purchasing Agent to arrange for the sale and transfer of same. Approved allocation by Auditor-Controller of livestock head day tax cot, ection s for the period July 1 to Dec. _31, 1977. Authorized relief of cash shortages —4- the Chane and Revenue Funds of the Ygnacic Valley Library. Established a position insuppo:t or A3 2565 pert2..ing to imposition of a legislative requirement that BARTD must provide service to Eastern Contra Costa before expending district funds for extension of service out- side the original dis tri ct boundary April 25 , 1978 Summary, continued Page 2 Approved request of Public Works Director to install sub-surface drains between 4178 and 4202 Foster Lane, EI Sobrante area. Reappointed Supervisors N. C. a_hden and E. H. Hasseltine to the Local Agency Formation Commission. As e_-c officio the Governing Board of the Riverview rise Protection District, accepted resignation of M. Whatley, acknowledged receipt of nomination to fill vacancy and applied policy on appointments to boards and commissions . Waived requirement for Consent to Dedication from Byron_ Bethany Irrigation District with respect to MS 175-77 , Byron area. Adopted Ordinance No. 78-29 rezoni_Tg Land in the Kni.ghtsen area. Submitted ten nominees to the Governing Board of the. Alameda-Contra Costa Health Svstems Agency, from which the Governing Board will appoint seven members to the Governing Body. Accepted resignation of Dr. J. Hirsch from the Housing clement Advisory Committee. Authorized drainage work and culver: installation on Anderson wane, Brentwood area. ADproved Addendum No. I to contract documents =or Community park No . L, Phase Danville area. Approved request of Land Factors , Inc. (21'05-RZ) to rezone Land in the San Ramon area and fixed May2, 1978 for adoption_ of Ordinance `+o. 78-30 giving effect to same. Aavroved Relocation Assistance Clam Form of M. Flores with respect to Countv' Civ_c Center. Appointed Mayor V. L. Roberts , C__y c A.^ti.cch, to ::-*--e Solid Iwasce Commission_. Firmed May 30, 1978 at 11 : 00 a.m. =cr hearin._ on =eauest of D. Ostrander (2171-RZ) to rezone land in the Alamo area. Fixed May 23 , 1978 at 11:00 a.m. for hear_ng on appeal at: Santa Barbara Savings & Loan t_om Orirda Area :la=ing Ccnnnission der of application for TU? 11Z-,L-771 , Orinda area. Fixed May 16 , 1.078 at 11 . 25 a.m. ^ear4ns on reques= o.:f Swe== Lnif_ed ScL'_oo? Distric� with resmec= :c J-C_ocl _ acil_=v edi._a=_cr. G_din ance No. 78-10. Fined May 16, 1978 at 11: 20 _.m. for :sarin; on _ecses= of 3yron r.;rior. Schcol District :nth respect =c Scoc: Faci:_=y Dedication Ordinance No . 78-10. Deferred to Ma-7 9 1978 ac=--:o-,- cm. .e c _ _^__ _ c..tmmenda :cr. �_ =.--:a1 Opera ions l o=mittee wiz h respect =o reorgani.z ati on o_ ACL' L'ni.7 Developmen_ 31ock Gant Program. April 25 , 1978 Summary, continued Page 3 Gave notice that or. May 2, 1078 the Board intends to continue t the hearing orr, the appeal of R. Marshall _room. Orinda Area Planning Commission denial of application for Mq 164-77 , Orinda area , to May 30 , 1978 at 11 :05 a.m. Reappointed Supervisors Kenny, Boggess and Hasseltine to the East Bay Emergency Medical Services Region Gove^_:ine Board. Introduced ordinance changing name of Girls ' Center to Contra Costa County youth Center at Martinez , California and fixed May 2, 1978 for adoption of same. Adopted Ordinance No. 75-28 rezoning land in the East Antioch area. Accepted instruments for *IS, 166-77 and SUB 4875. Accepted --or recording only Offers of Dedication for MS 166-77 . Appointed T. L. Rosch to the Cit. Adv. Cte. for CSA P-4. Reappointed K. Crossley and D. Doughty to the Aviation Advisory Committee. Reappointed A. R. Lacy and C. Gatto to the Family and Children' s Services Advisory Committee. Continued to June 27 , 1978 at 9 : 30 a.m. the hearing on the appeal of Bryan & Murphy Associates , Inc. from Condition 2B imposed by the San Ramon Valley Area Plar_ning Commission_ i.n approving MIS 293-/7 , San Ramon area. Denied appeal of E. D. *Moura from San Ramon Valley Area Plaiming Commission denial of application for MS 247-7/7 , Tassajara area. Proclaimed A-oril 30 through May 7 , 1978 as "Soil Stewardship Week" . Nominated J. Cutler for appointment by the Fast Bay Regional Park District to the District' s Park Advisory Committee. Declared vacant the City of Brentwood' s representative position on the Overall Economic Development Program Co=iztee, acknowledged receipt 'of nomination, and applied policy on appointments to boards and commissions . Reauested Internal Operations Committee to review applications of persons interested in appointment to the Hunan Services Advisory Commission as an at-large member to fill unexpired term of K. Drexel. Referred to: Director of Building Inspectio^ for report, request from Dacus Development Company for refund of building pe="--t fee; + County Administrator nor response, letter from League of Women Jcters �f Diablo Valley with respect zo haalzn care services ::he County; Director, Human Resources Agency, letter _nom CE=2 advising of the County' : vocational education p! a.-.ning allocation_ for FY 1979 ; Director of Personnel for response, letter from Central Labor Council of Contra Costa County condemning t::e Boar-� =or allegedly _orcir_g zhe Fire Fighter. to accept a contract a=zer agree_n� to =act-=finding 00957 April 25, 1978 Summary, continued Page 4 Adopted the following numbered resolutions : 78/341, as ex officio the Board of Supervisors of the County F100d Control and ',nater Conservation District, fixing May 30, 1978 at 2: 00 p.m. for hearing on :amendment No. 5 to Zone 3B Adopted Project, Walnut Creek area; 78/342, fixing May 16 , 1978 at 10 : 30 a.m. for hearing to consider exchange of County-owned property for property of equal value owned by, the Roman Catholic Bishop of Oakland for park pur- poses (CSA R-7) ; 78/343 , as ex officio _he Board: ef Directors of the Contra Costa County Fie Protection_ District , ccnveyirg Discrict property to Pleasant :ill Redevelopment Agency, excess portion of Boyd Road Station 15, Pleasant Hill area; 78/344, approving reorganization of Vine dill Way Sewer Boundary, Martinez area; 73/371, approving abandonment of a por_ion of drainage easement, Lot 38 , SLB "96 , Danville area; '8/372, fixing May 25 , 1978 at 2: 00 p.m. to receive bids for remodel of Family Practice Clwic, war_inez ; 78/373, fixing May 25 , 1978 at 2: 00 a.m. to receive bids for San Pablo Dan Road at Valley View Road traffic signal project , El Sobrante area; 78/374, fixing June o, 1978 at 9 :30 a.m. for hearing on proposal to increase Bvon Fire Protection District Special :i rre Protection Zone (Discovery Bay) purposes to add desired powers ; 78/375, ming May 25, 1978 at 2: 00 p.m. to receive bids for Community Park No. 1, Phase I, Dan7ille area (CSA R-7) ; 78/370, favoring reduction of federal svendir_g for defense budget so more money could be made available for domestic programs ; 78/37$ , as ex officio the Gove_Tnizng Board of the Contra Costa County Lire Protection District, fixing Jure 1, 1978 at 2:00 D.m. to receive bids for Classroom Remodel at the District sire College, Cop-cord; 78/379, authorizing Cha=rm.-an to execute Quitclaim Deed to L. and R. Dahlbeck and J. and C. Hemstalk for parcels 1 and 2 of portion of ?ort Chicago Highway, Concord area; 78/380, accepting as complete JL=rovements in SUB 4927 , Alamo area; 78/381, approving Final 'Map and agreement with Dame' Construction Compan7, Inc. for SLB 5216, San Ramon area; 78/382, approving Parcel Map for M-S 1"• 77 , Alamo area; 78/383 , approving ?a---.el `pan for �!S 166-77 , Danville area; 73/384, approving Parcel Map for i_C 95-77 , Danville area; 73/385 , approving Parcel *'Tap for MIS San -2,amore area; 78/380, =i=cing :lay 30, 1978• at 10 : 30 a.m. for hearing on proposed annexation of American Standard to City efL San Pablo ; 78/387, fining May 30 , 1978 at 10 :30 a.m. for hearing on proposed Anne/�xation No. 78-4 (Pleasar_t H1.11 BART Station Area) to County Service Area 79/388 , establishing a five step salar7 range for position of Assistant SuDerior Cour- Ad=inis t raL_-r-..Ju_ �C li"":3S_C^er 78/ 389 , declarifl ng month of ay, 1979 as "i9/8 l;nized States Savings 30nds Bnrollmert ?eriod. for Contra Cos Ceu::_v C=-cyees" . Approved report of irate--nal Orerat_ons Cc=-ittee a i:.=I-T-ent B 3623 relating to m0dirication of age 63 yandazcry rec rement requirement and adoDted Resolution No . 73/377 secting :ort.h regulations in connection with same. Authorized Public ;works Dir ec=or _o exec ze: Consulting Services Agreement wicz Arwas Soctaru, AIA, for design services in connection. with "Improvement-s for HandicapDed Access at Various County Facilities" ; ___April 23, 1978_i.n-=r-_y, cortir_ued Page 3 Authorized Pubi .c Works Director to execute (cont' d) : Change Order No. 6, Detention Facili--y Structural Steel, Project No. 3269-926- (44) ,- w-+th M-B Construction_; Deferred ?mprovement Agreement with L. T. Delin for LUP 2173-76, Bethel Island area ; As ex officio the Board of Supervisors o: County Flood Control and Water Conservation. District, Giant Deeds , Rights of Entry and Right or Way Cont=acts with J. and A. Carvalho and S. and S. Beratta for property_ acquisition, Grayson- Creek, Pleasant Hill area. Approved Amendment to Right of Way Con-_-act with G. and :. Hernandez for property acau_.sition for Center Avenue, Pacheco area. Authorized Public Works Director so authorize for issuance of purchase order of S2 , 560. 00 to 0. C. Jones and Sons for installation of transverse drainage on Walnut Boulevard in corj•_-icz_on with development of SLB 3028 . Authorized Cham.^_ `c execute: Contract with P. Ste re -for 2nd year evaluation of "Community- Detention" Contract Amenements vi=h State Dept. of Agi^g amending cont=acts covering Office on Aging t=ar^=^g- se_-vices, funding, and Nutrition Project Services to provide that State Dept. of Finance will perforin ream..--ed contract audit; Agreement z.=tL• Prc_essior_a: =X_a=�nation Service :or testing services for Civil Service e_ =nati ons ; Contract with C. Moselle to Provide tra=cing in non-verbal therapy techmicues SOr 7 Ward Sta-;" at ^OU-- IOSpi=al; -Contract with. r-..7,.1Tr_ Interaoveental Ma:-.age^et Development Institute to provide fcr Employment Skills Workshops for PUb'is Service EmpZ ovment ; Short Form Service Contract with B. Spiess to provide for training and orientation ser,.,-ices to Social Service Department' s Foster Parent Education and Orientation Train-ing Program; . Certificate Qf Commendation s :n_1a_^d = recognition of her outstanding service i:. Saroptimism; Termination of. Reimbursement Azreemer_ts tc S. Nunally, S . Comer, and B. Jeif.rey •S'atiStaction c_ Judgmenz- so _.. wf:.rd Who has made repayment in full; Contract AIIe:'aQLrle^:L "'S-303-7 :g:,.-- �'•'. 4:-Ma-., M.D. to .►p ovlde County defense of contractor w»o _s rQviGi:: Medica: renew services o: County Firefigh ters sick leave docume^ts ,=de_ Contract -#28-303 Rental Agreement wi; S. and M. Bellecci, S. Aiello, R. Aiello, and r. A. Lucido for premises at 821 Escobar Street. :•lartinez ; Certification to Dent. of housing and T,?rban Development that County has complied with federal environmental review regulations and transr.it a recuest for release o_ f:mds for Fourth year Co==unty Development projects ; .ease Amendment with J. Duffel and :. Govak for premises at 3630 San Pablo Dam Road, El Sobra::te, fcr c_-r.=_=•ped by Social Service Dept. Lease with Phoenix Prog=am_s , 7—mc. , =o= p=rises as 2253 Concord Boulevard., Concord, for occupancy by Xedica: Services ; Lease with 'tae B en=wood =ea:th Center C_e , 7_nc. , for aremises at 118 Oak Street, Brentwood, for cQ:.t_nued xc•.:pa::c by deal-: Dept. -Amendment "I to Con=_act A =witi-COD-C„':• 9 00-308 w-lth State mployment Development Dept. to extend term and to make certain adjustments in contract budget in order to provide on-the-job zzain--^g a Ioymen= mor Work ::zcentive- Career Opporzunity Develbp_ ment Prograw participants ; Grant Application. o $12, 0;0 and agreement for Delegation of Activities for continuation of Sinner Youth Recreation_ Program to be administered by County Superintendent of Schools. • 0960 April 25, 1978 Summary, continued Page c Authorized Director, Human Resources Agency, to execute Subgrant Modification Agreements with 21 CETT. Title II PSE Program Subgrantees for February Reprogramming of Title II Funding. Authorized Director, Human Resources Agency, to prepare appropriate competitive bidding materials and to make a preliminary announcementi-aind. fixed May 23 , 1978 at 11: 00 a.m. as time for County Purchasing Agent to receive and open bids for 'Workshop Transportation Services. Amended,.March 28 , 1978 Board Order for Subgrant Modification Agreements with CETA Tile II PSE Program Subgrantees for Oakley Union School District. Approved proposal to lease vacant site at Buchanan Field and directed Manager of Aixpor-s to confine search for tenant to one who would use the site for non-aviation purposes. Granted permit to H. Duarte to transport refuse over streets and highways of the County . Reimbursed employees in Grading Technician, Senior Grading Technician, and Grading Engineer for cost to purchase rain -ear at actual cost not to exceed $14 plus sales tax. Araroved recommendation of Finance Committee to establish g-sidelines for analysis of department budget request for FY :978-1979 . Established a position in opposition to Senate Bill 381 pertaining to the imposition of a State mandate removing the service of civil orocess from the responsibility of the Sheriff. ,yithiield action on request for intervention in connection with termi- nation of employment proceedings with respect to physician at Richmond Clinic and directed parties involved .o adhere to applicable procedures in Medical Staff Bylaws. yuthoriyed extension of a lease with W. and L. Smith for certain premises in R c^_mond for continued occupancy by Medical Services. As Board of Directors of the Conga Costa, Moraga, Orinda, Riverview and West County Fire Protection Districts, declared the strike emergency and implementation of Resolution. .io. 77/080 terminated with the under- standing that _orovisions of said r esolu tion_ shall ccnti..ue to -overn rese1ng all mai.Ters covered thereunder and occurr i-n be-c*ween Isar. 8, 1978 and nOW, inCi'1G'i.� bull riot li ited to all pending claims for use of skit leave credits. Commended _ . *Yoot,?a^_ _ Or h.'Ls excelle : �:OVerage and acCl:�ra-te � eTJOT'yLn� of Board proceedings with a copy to be sent to the Editor of ..he Oakland " ribur_e. Approved recommendations of Supervisor W. N. Boggess to uti_ize screening committee procedure for appo_^-:ments :o Mental Health =d-risory Board and recuested each supernrisor -o submit his r_omiree to the Inte=al Operations Commi tee for recommendation on the select"6r- of the two at large members. April 25, 1974 Summary, continued rage 7 Adopted Resolution No. 78/590 supDcrting introduction of legislation .o require refineries to change oDeraticnal procedures for the prevention of oil spills. Authorized Chairman to send letter to U. S. Army Corps of Engineers and Legislators expressing strong opposition to a purported plan of said Ceres to acquire Jersey and Sherman Island -4n the Sacramento-San Joaquin Delta and convert them into wetlands. Approved recommendation of Supervisors Boggess and E. H. Hasseltine :hat S3 2167 (Nejediy' s) be amended to provide :hat no agency may reinsert the land use element in the Environmental Management Plan of ABAG. Adjourned meeting in memory of Bernie Evens, civic leader and former Richmor_a councilman; Francis W-Jison, also a civic leader in Richmond; and Cyn Chia Waxman of Moraga. 00!-61 The preceeding documents contain 1 pages.