Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 07191977 - R 77H IN 4
1977 JULY AY _ 4 t t Pf X v� THE BOARD OF'SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT•TO ORDINANCE CODE SECTION 24-2.402..IN s REGQLAR,•SESSION.AT. 9.00-A.M., TUESDAY, JULY-19,, 1977 'IN ,ROOM 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. ; PRESENT: Chairman W. N. Boggess, presiding; r � T. Supervisors J. P. Kenny, N.. C. Panden, x. R. I. Schroder, E. H. Hasseltine.` �f CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk r The 'following are the calendars for.."Board cons ideration,prepared by the Clerk; County.Administrator and:Publia.Works Director. rs x -41- 4S etE ars r. '-ry^ 13'`kr 'G•ag rwy r+ -a v :` s s k !w r r v 3 z x r r JAM,Fq;P.KENNY,RICHMONO CALENDAR FOR THE HOARD OF SUPERVISORS WARREN K BOGGESS I51>ISTRICT CHAIRMAN NANCY c FAHOEN.MARTINEZ CONTRA COSTA COUNTY ROSERrL SCHROOER 2N0 OISIAI(.'T VICE CHAMMAN ROBERT I.SCHRODER LArAYETTE AND FOR JAMES R OLSSON.COUNTY CLERK 3RO MsT r SPECIAL GOVERNED BY THE BOARD AND CC OFF100 CLERK Or THC WARD WARREN N.BOGGESS,CONCORD MRS GERALDINE RUSSELL 6TH DISTRICT SAO CHAMIMN&ROOM tar.AOMMASTRATION OI,LOMr CHIV CLOP. ERIC K HASSELTINE PITTSBURG P.O. •1 t PHONE(4131 372.2371 STH DISTRICT MARTINEZ CALIFORNIA 94533 TUESDAY JULY 19, 1977 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.402. 9:00 A.M. Call to order and opening ceremonies. Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator. Consider "Items Submitted to the Board." Consider recommendations and requests of Board members. Consider recommendations of Board Committees. 9:45 A.M. Executive Session (Government Code Section 54957.6) as required, or recess. 10:45 A.M. Hearing on grievance appeal of Mr. Don Bennett. 10:55 A.M. Mrs. Esther Marchant will present the annual report of the Foster Care and Adoptions Sub-committee of Family & Children's Services Advisory Committee. 11:00 A.M. Hearing on appeal of Mr. John S. Herrington (2111-RZ) from Planning Commission denial of request to rezone land in the Walden/Walnut Creek area. Due to defective publication hearing cannot be held as scheduled. Consider fixing August 9, 1977 at 11:30 a.m. for hearing. 11:00 A.M. Prgsentation by Mr. Norman Mickey on behalf of Social Work Supervisors I and II, an unrepresented group, on salaries. 11:15 A.M. Presentation by Mr. Richard L. Cabral, President, Local 535, pertaining to progress of salary negotiations. 11:30 A.M. Hearings on proposed budgets for county fire protection districts for fiscal year 1977-1978. ITEMS SUBMITTED TO THE BOARD Items 1 - 9 • CONSENT 1. AUTHORIZE changes in the assessment roll, cancellation of certain delinquent penalties, and rescission of resolution relating to transfer of tax lien to unsecured roll. 2. ACKNOWLEDGE receipt of report of accounts written off by the County Auditor-Controller, pursuant to Board policy as set forth in its Resolution No. 74/640. 3. FIX August 16, 1977 at 11:00 a.m. for hearing on Planning Commission recommendation with respect to request of Charles W. Delk (2091-RZ) to rezone land in the Walnut Creek area. 4. INTRODUCE ordinance No. 77-56 rezoning land in the Lafayette area (1958-RZ); waive reading and fix July 263 1977 for adoption. 00(a Board of Supervisors' Calendar, continued July 19, 1977 5. ADOPT ordinance (introduced July 12, 1977) updating provisions pertaining to Director of Building Inspection. 6. ADOPT ordinance (introduced July 5, 1977) establishing area planning commissions for Orinda and San Ramon Valley areas. 7. AUTHORIZE legal defense for persons who have so requested in connec- tion with Superior Court Actions Nos. 172376 and 173155, and United States District Court No. C 77 1168 SW. 8. AUTHORIZE extension of time in which to file Final Development Plan (1605-RZ), San Ramon area. 9. DENY claims of Florence L. Petrie and. Kathy Myers. Items 10 - 22: DETERMINATION (Staff recommendation shown following the item.) 10. MEMORANDUM from County Counsel responding to Board referral of letter from Mr. Blackie Burak requesting reconsideration of Board denial of appeal of Lafayette Morehouse, Inc., for Land Use Permit Application No. 2180-76 to establish a school and related facilities. ACKNOWLEDGE RECEIPT; DENY REQUEST FOR RECONSIDERATION 11. FINAL Report of 1976-1977 Contra Costa County Grand Jury. ACKNOWLEDGE RECEIPT AND REQUEST COUNTY OFFICIALS TO COMMENCE REVIEW PURSUANT TO SECTION 933 OF THE PENAL CODE 12. ANNUAL Statewide Social Services Plan for the period July 1, 1977 to June 30, 1978 prepared by State Health and Welfare Agency in response to requirements of Title XX of the Social Security Act. ACKNOWLEDGE RECEIPT 13. MEMORANDUM from Director, Human Resources Agency, indicating savings generated by the Nurse Practitioner Program during the period from May 1976 through May 1977, and advising that the program will continue to be closely monitored. ACKNOWLEDGE RECEIPT lb. LETTER from Co-Chairpersons, Contra Costa County Mental Health Task Force on Aging, requesting Board support for improved mental health services for elderly and consideration of hiring a staff person specializing in gerontology within mental health services. WITHHOLD APPROVAL IN LIGHT OF SHORT-DOYLE DEFICIT UNLESS OTHER OUTSIDE FUNDING IS OBTAINED 15. LETTER from President, Golden Rain Foundation, Rossmoor, reiterating request for improvement of Olympic Boulevard between Pleasant Hill Road and Interstate 680 and correction of flooding problems at the corner of Olympic and Tice Valley Boulevards, and urging that said projects be placed on the county priority list. REFER TO PUBLIC WORKS DIRECTOR FOR REPORT 16. COMMUNICATION from California State Transportation Board transmitting revised March 1977 California Transportation Plan together with summary of significant revisions since October draft. REFER TO PUBLIC WORKS DIRECTOR AND DIRECTOR OF PLANNING 17. LETTER from Deputy Area Director, San Francisco Area Office, U.S. Department of Housing and Urban Development, advising that a supplemental allocation of $99,636 has been added to the County's Section 8 Existing Housing funds, making a total allocation of $525,000. REFER TO CONTRA COSTA COUNTY HOUSING AUTHORITY AND DIRECTOR OF PLANNING 18. LETTER from Mr. Roy Fenn, Danville, seeking Board assistance to obtain a permit for installation of a drainage culvert on his property. REFER TO PUBLIC WORKS DIRECTOR FOR REPORT (��q 004Rft7 M Board of Supervisors' Calendar, continued July 19, 1977 19. LETTER from Chairman of Mt. Diablo Chapter of Ninety-Nines, Inc., and Terminus Chairman of 1977 Pacific Air Race, advising that the proposed termination of the Air Race is October 15 at Buchanan Field, and seeking Board support for said event. REFER TO PUBLIC WORKS DIRECTOR FOR RECOMMENDATION 20. LETTER from Ms. Ruth M. Abbott, Moraga, requesting replacement of a county warrant ($973.25) issued to her mother, Mrs. Rose M. Lundvall, in 1973 for deplicate payment of taxes. REFER TO COUNTY COUNSEL FOR REPORT 21. MEMORANDUM from State Social Services Division advising that local plans for delivery of social services to county residents are due at the State Department of Health by December 31, 1977 for inclusion in the annual statewide plan to be distributed by April 1, 1978. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY 22. LETTER from Regional audit Director, Department of Health, Education and Welfare, transmitting audit report prepared by Gilbert Vasquez & Company for the year ended December 31, 1976 on the County Head Start Program funded by HEW Grant No. H-0375-K. REFER TO DIRECTOR, OFFICE OF ECONOMIC OPPORTUNITY, FOR REVIEW AND RESPONSE IN COORDINATION WITH COUNTY AUDITOR-CONTROLLER Items 23 - 2 INFORMATION (Copies of common cations iste as information items have been furnished to all interested parties.) 23. LETTER from Chairman of Adhoc Committee, Contra Costa County Mental Health Continuing Care Providers, requesting reimbursement of Continuing Care contract programs no later than July 18, 1977 and objecting to yearly contract process; and LETTER from Acting Chairman, Contra Costa County Mental Health Advisory Board, requesting that payments be made to the mental health, drug abuse and alcohol contract programs pending comple- tion of contract negotiations. (See Administrator's Agenda) 24. LETTER from Executive Secretary, Contra Costa County Mayors' Conference, urging that $600,000 be included in budget delibera- tions for city/county thoroughfare funding. (Matter will be considered as policy item in review of Proposed Budget for 1977-1978.) 25. LETTER from Office of the U.S. Secretary of Transportation advising that the Office of Intergovernmental Affairs has been organized to maintain liaison with State and local officials regarding transportation matters. 26. MEMORANDUM from Executive Director, County Supervisors Association of California, advising that August 26 is the deadline for submission of resolutions proposing changes in CSAC policy or rules for consideration at the Annual Conference in October. 27. NOTICE of Joint hearing of State Senate Committees on proposed Governor's policy on urban land use to be held July 27, 1977 in San Jose. 28. LETTER from Mr. R. B. Weslar, Pinole, expressing opposition to organization and budget of Contra Costa County Development Association. 00004 Board of Supervisors' Calendar, continued July 19, 1977 29. LETTERS from the City of Antioch and the City of Martinez endorsing the Contra Costa County Water Agency's Position Statement concerning protection and enhancement of the San Francisco Bay- Sacramento-San Joaquin Delta Estuarine System. Persons addressing the Board should complete the form ,rov_ided on the rostrum and furnish the Clerk with a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. 14FMINGS OF BOARD COMMITTEES Finance (Supervisors R. I. Schroder and J. P. Kenny) Regular meeting will be held July 18, 1977 at 9:00 a.m., Room 108, County Administration Building, Martinez. Budget sessions with county departments will be held in Room 107 of said building on July 18, 1977 at 1:30 P.m., July 19, 1977 at 2:00 p.m., and July 21, 1977 at 9:00 a.m. Internal Operations (Supervisors E. R. &asseltine and N. C. Fanden) Room 108, Nedncsday, July 20, 1977 at 3:30 p.m. NOTICE OF I C-S OF FUSTIC =UST (For additional inrmatien please phone the n=ber lnd:.cated) San Francisco Bay Censer4ation and Developsznt Commission 1st and 3rd Thu"sda7s of the aonth - phone 557-3686' Association of May Area Gover.. eats 3rd Thursday of the month - phone 841-9730 Past Bap 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 mouth - phone 771-6000 Xetropolitan. 2ranspo_tat_on Co"-�ss_os- 4th Wednesday of the sonth - phone 849-3223 Coma. Costa County Nater District 1st and 3rd Wednesdays or the -oath; study sessions-all other Wednesdays - ,Phone 682-5950 0M OFFICE OF COUNTY ADMMSTRATOR CONTRA COSTA COUNTY Admiaistraticn Building ' Martinez, California To: Board of Supervisors Subject: Recommended Actions July 19, -1977 From: Arthur G. Will, County Administrator - 1. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation - _ 583 _ A Manpower Resources Analyst-Project (Manpower) _ 583 - 3 -Typist Clerk- -- Project 583 1 Account Clerk I -- Project Human 540 1 Supervising Resources Psychiatric (Mental Social Worker Health) 540 7 Clinical Social Worker 1 20/40 Clinical -- Social Worker 540 2 T tp-mpdiate Typist-Clerk 500 — 1 Social Casework Specialist IZ 3 Social Casework Specialist I 1 20/40 Social Worker I2 6 Eligibility Worker II -Medical 540 -- 1 Central Supply Services Assistant Probation 308 1 Probation Aide-Project 00 a y A I To: Board of Supervisors From: County Administrator Re: Recommended Actions 7-19-77 Page: 2. I. PERSONNEL ACTIONS - continued 1. Additions and cancellation of positions as follows: Cost Department Center Addition Cancellation Social 5010 1 Social Program -- Service 589 Specialist-Project 502 15 Eligibility 3 Eligibility Worker II Control Worker 12 Eligibility Worker I 2. Decrease hours of positions as follows: Cost Department Center Delete Add Social 5300 40/40 Eligi- 24/40 Eligibility Service 502 bility Worker II Worker II 3. variousDe artments. Establish certain classes and add 7 net a ition CETA funded positions for county depart- ments to expend funds received under Title II of the Public Service Employment Act. 4. Consider memorandum from Director of Personnel transmitting draft specification and recommended salary allocation for the proposed class of Manager of Airports and advising of procedure to be followed to exempt position. II. TRAVEL_AUTHORIZATIONS 5. Name and Destination Department and Date Meeting (a) George H. Dallas, TX Mechanical Sub- McConnell, 8-9-77 to 8-11-77 Committee Meeting, Building (time only) IAPMO-ICBG -Inspection (b) Judy Ann ?Biller, Detroit, MI National Association Community.' 7-24-77 to 7-27-77- of Counties Annual Services (federal funds) Conference III. APPROPRIATION ADJUSTMENTS None. To: Board of Supervisors ' From: County Administrator Re: Recommended Actions 7-19-77 Page: 3. IV. LMMS. 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 Marina Villa Senor and Marion and Isabel Villasenor, and Jesse S. Amis, Jr., who have made repayment ia'.full. V. BOARD AND C3� PLIMME TS/BATES 7. Amend Board Resolution No. 77/560, establishing rates to be paid to child care institutions, to add the following institutions and rates per month, effective July 19, 1977: Monthly Rate Serendipity School/Citrus Heights, CA $2,190 Halloran Hall/Aptos, CA 890 VI. CONTRACTS AND GRANTS 8_ Approve and authorize Chai—an, Board of Supervisors, to .execute agreements between County and agencies as follows: Ams purpose Amount Period (a) Paula S. Phipps Training for $30 7-20-77 to - foster parents - -. - 12-31-7..T Viea=a L..•Ruark• Same $20 Same Karen E_ Ribiero Same $20 Same (b) We Care Society, Mental Health No Change 7-1-76 to Inc. Program, Contract 6-30-77 Amendment to con- form with =final Short-Doyle Budget for PY 1976-1977 Re-Entry Same Same Sam Services, Inc. (c) State of Cont=act Amend- -0- 7-1-76 to California, ment making 6-30-77 Department of inter-nal budget Health change (d) Katharine B. Provision of $9,240 7-1-77 to Robertson electrcmycg=aphic 6-30-78 services to County Medical Services �Q 00W i TO: _Board of Supervisors From: County Administrator Re: Recommended Actions 7-19-77 Page: 4. VI. CONTRACTS AND GRANTS - continued S. Agency Purpose Amount Period (e) Santa Clara CETA Title I $21,983 4-25-77 to County Super Labor Market 9-30-77 intendent of study of Contra Schools Costa County (f) Jerry's Non-emergency -0- 7-1-77 until Ambul-Cab Medi-Cal terminated patient transportation (g) Cubic Productron Continued $63,600 7-1-77 to Inc. maintenance of 6-30-78 vote counter equipment (h) State of Area Agency on $44,710 7-1-77 to. California, Aging Program, 6-30-78 Department part-time employ- -. of Aging ment for senior citizens through sub-contracts with local agencies (i) State of Provide basic $280,420* 7-1-77 to California, allocation for 6-30-78 Department of FY 1977-1978 for Aging - Area on Aging . Program *(federal funds) 9. • 'Authorize Director, Sumas Resources Agency, or his designee, to,negotiate contracts or contract amendments with various r serviceproviders under specified terms and conditions for consideration and approval by the Board. VII. LEGISLATION 10. Consider status, and possible adoption of County position, on legislation affecting County. 00M � I M To: Board of Supervisors From: County administrator Re: Recommended Actions 7-19-77 Page: S. _ VIII.REAL ESTATE ACTIONS 11. Exercise option to extend lease between County and Oil, Chemical and Atomic Workers International Union, Local No. 1-5, for one year commencing September 1, 1977 for premises at 1515 Market Avenue, San Pablo, for continued occupancy by Medical Services, Meatal Health Division. 12. Approve Relocation Assistance Claim form, dated June 27, 1977, from Robert W. Blue, M.D., for relocation payment; authorize the County Principal Real Property Agent to sign said claim form on behalf of the County; and authorize " the County Auditor-Cont-oller to issue a warrant in the amount of $1,547.96, payable to Robert W. Blue, M.D. 13. Authorize Chai—an, Board of Supervisors, to execute one- year lease renewal between County and Stanley McNamara at al for premises at 702 Main Street, Martinez, for continued use by the Health. Department- IX. OTHER ACTIONS 14. As recommended by the Director of Building Inspection, and pursuant to California Government Code Sections 26205 and 26201, authorize the destruction of certain obsolete building permits, deposit permits and duplicate warrants. 15- Authorize reimbursement of $76 to Mr- Craig Bigelow for personal property damaged in the line of duty. 16. Authorize reimbursement of $25.96 to Mr. X. L. Epperly for personal property damaged in the line of duty. 1T. As recommended by County Counsel, approve dismissal of lawsuit against Elmark Homes, Inc. (Contra Costa County v'. Elmark Homes, Inc., at al., No. M-10313) and authorize County .Auditor-Controller to accept $250 in settlement of the aforesaid matter. 18_ Authorize the County Anditor-Controller to pay $49 per month to the State of California as the County's share of a joint telephone line between Martinez and Oakland used by the California Highway Patrol and Sherif=-Coroner nor fiscal years 1976-1977 and 1977-1978. 00010 To: Hoard of Supervisors From: County Administrator Re: Recommended Actions 7-19-77 Page: 6. IX. OTHER ACTIONS - continued 19. Acknowledge receipt of progress report from the Director, Community Services Administration, on the development of Delegation of Authority and_Organizational Policy guide- lines for the Economic Opportunity Program, and declare intent to adopt these guidelines after completion of review process. 20. Acknowledge receipt of letter submitted by County Administrator on paper recycling. 21. Authorize County Auditor-Controller to make payments to certain Mental Health, Drug Abuse and Alcoholism program contractors for the months of July and August, 1977, pending completion of contracts for fiscal year 1977-1978, with the understanding that such payments to be at the rates specified in the contracts which expired June 30, 1977; also refer the matter of contract payment problems to the Director, Human Resources Agency, for report and recommendations. 22. Acknowledge receipt of the 1975-1976 Annual Report by the Office of the Public Defender. 23. Adopt resolution providing necessary assurances by the County and on behalf of the cities in the County to support applications to be made to the Federal Communications Commission for allocation of radio frequencies needed for law enforcement purposes. NOTE At the close of the County Administrator's agenda, the Board Chairman will ask for any comments by interested citizens attending the meeting. If discussion by citizens becomes too long and interferes with consideration of other scheduled items, however, that issue will be carried over to a later time.. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 12 NOON. 00011 I 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 July 19, 1977 SUPERVISORIAL DISTRICT II Item 1. CENTER AVENUE - ACCEPT EASEMENT - Pacheco Area It is recommended that the Board of Supervisors accept a Grant of Easement, Temporary Construction Permit and Right of Way Contract, dated July 13, 1977, from Joy Stewart Bradley, and authorize the Public Works Director to sign said Permit and Contract on behalf of the County. It is further recommended that the Board authorize the County Auditor-Controller to issue a warrant in the amount of $6,800, payable to Western Title Insurance Company, Escrow No. M-310181, and deliver same to the Real Property Division for payment. Payment is for use of approximately 5,000 square feet of residential land and a 600-square foot storage building. (RE: Project No. 3471-4342-663-76) (RP) SUPERVISORIAL DISTRICT V Item 2. SUBDIVISION 4952 - APPROVAL AND ACCEPTANCE OF INSTRUMENTS - San Ramon Area Itis recommended that the Board of Supervisors: 1. Approve the Final Map and Subdivision Agreement for Subdivision 4952. 2. Accept the following instruments for recording only: No. Instrument Date Grantor Reference A. Offer of Dedication 6-29-77 Dame Construction Sub. 4952 for Drainage Purposes Company, Inc. B. Offer of Dedication 7-1-77 Dame Construction Sub. 4952 for Drainage Purposes Company, Inc. Owner: Dame Construction Company, Inc. 2070 San Ramon Valley Boulevard San Ramon, CA 94583 Location: Subdivision 4952 is located between Norris Canyon Road, San Raman Valley Boulevard and Bellinger Canyon Road. (LD) EXTRA BUSINESS Public Works Department Page 1 of 2 July . GENERAL Item 3. CONTRA COSTA COUNTY WATER AGENCY - APPROVE CONSULTING SERVICES AGREEMENT It is recommended that the Board of Supervisors approve a Consulting Services Agreement with J_ B. Gilbert and Associates, Planning and.Engineering Consultants, and authorize the Public Works Director to" execute the Agreement. A report on this matter was submitted to the Board on July 5, 1977. (EC) Item 4. ENERGY CONSERVATION REPORT A status report on energy, conservation measures within the County.Civic. Center complex is submitted for Board information. (JAS. r k ..x f ` s• zfi ' a.,� qj . '£^' ' �^s it#•'T {+ aj,,,.( t,Y' i Y f b i d t fi f EXTRA BUSINESS Public,Works Department Page—2of 2 July�19, 1977 �00013 _• - CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for July 19, 1977 - REPORTS Report A. CENTER AVENUE - Pacheco Area The Board of Supervisors, through its Order of May 31, 1977, referred to the Public Works Director a letter from Mr. Manning H. Knapp of 1248 Raymond Drive, Pacheco, submitting for reconsideration the idea to make Center Avenue and Second Avenue South a one-way couplet to eliminate the need for four lanes on Center Avenue. The suggestion, to designate a portion of Center Avenue as a "one-way street" had been considered by the Public Works Department in the past. A circulation plan, known as the Vine Hill Study, was-developed for the area and the investigation into the couplet showed it to be of no particular benefit. The study was adopted in 1960 and has guided land development in the County, as well as in the cities of Martinez and Pleasant Hill. In January of 1971, the Board of Super- visors reaffirmed that study by adopting the Precise Alignment Map for Center Avenue which provided for the road to ultimately be widened to a 64-foot wide, four-lane, two-way road. Funds to construct the project were budgeted for the fiscal year 1976-1977. The couplet was considered and discussed in the final Environmental Impact Report which was adopted by the Board on June 7, 1977. The necessary right of way for the four-lane road has been acquired, design has been completed and a contract awarded on July 5, 1977 for the construction. It is recommended that the Board approve this report and reaffirm their finding that the one-way couplet plan has been given sufficient study and consideration and is, therefore, rejected. (NOTE TO CLERK OF THE BOARD: Please send a copy of this report to Mr. Knapp. (RD) SUPERVISORIAL DISTRICT I Item 1. KENYON AVENUE - APPROVE PLANS AND ADVERTISE FOR BIDS - Kensington Area It is rec—ended that the Board of Supervisors approve plans and specifications for the Kenyon Avenue Reconstruction Project and adver- tise for bids to be received in 30 days and opened by the Clerk of the Board at 2:00 p.m, on August 18, 1977, in the 6th Floor Conference Room of the Public Works Department. The Engineer's estimated con- struction cost is $57,000._ The project consists of roadway reconstruction on Kenyon Avenue betwee: Wellesley and Purdue Avenues. A subdrain system will be installed beneath a portion of the new roadway to alleviatesubsurface water problems. During construction, Kenyon Avenue will be closed to through traffic between the project limits. Local residents and emergency vehicles will still have access to the area. (continued on next page) a G E N D A_ Public Works Department PWP1 of 8 July.19, 1977 00014 Item 1 continued: This project is considered exempt from Environmental Impact Report requirements as a Class lc Categorical Exemption under County Guide- lines. It is also recommended that the Board of Supervisors concur in this finding. (RE: Project No. 1655-4364-665-77) (RD) SUPERVISORIAL DISTRICT II Item 2. CENTER AVENUE - ACCEPT PERMIT - Pacheco Area It is recommended that the Board of Supervisors approve a Right of Way Contract and Temporary Construction Permit, dated June 21, 1977, from Katheliene S. Kohler, and authorize the Public Works Director to sign the Contract and Permit on behalf of the County. The Temporary Construction Permit provides for grading slope embank- ments in connection with the Center Avenue Road Widening Project. (RE: Project No. 3471-4342-663-76) (RP) item 3. CROCKETT-RODEO OVERLAYS - ACCEPT CONTRACT - Crockett-Rodeo Areas The work performed under the contract for base failure repairs and asphalt concrete overlays on Pomona and Winslow Streets in Crockett and throughout the Bayo vista housing project in Rodeo, was completed by the contractor, Ransome Company of Emeryville, on July 1, 1977, in conformance with the approved plans, special provisions and stan- dard specifications at a contract cost of approximately $104,700. It is recommended that the Board of Supervisors accept the work as complete as of July 1, 1977. The work was completed within the allotted contract time limit. (RE: Project No. 4353-925-77, Work Order 4353) (C) Item 4. MORELLO AVENUE - INCREASE CONTRACT CONTINGENCY FUND - Martinez Area It is recommended that the Board of Supervisors approve an increase of $2,000 in the contract contingency fund for the Morello Avenue Reconstruction Project in order to provide for improvement of the pavement conform at the southerly end of the project. Sufficient funds for this increase are available in the 1976-77 road budget. (RE: Project No. 3571-4360-661-77, Work Order 4360) (C) Item 5. GARDEN ROAD = APPROVE TRAFFIC REGULATION - El Sobrante Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2348 be approved as fellows: Pursuant to Section $22507 of the California Vehicle Code, parking is hereby declared to be limited to 15 minutes between the hours of 9 a.m. and 9 p.m., Sundays and holi- days excepted, along the south side of GARDEN ROAD (u1375AM), E1 Sobrante, beginning at a point 80 feet west'of the center- line and extending westerly a distance of 80 feet. (TO) A G_ E N D A Public Works Department Page 2 of 8 July 19, 1977 00015 SUPERVISORIAL DISTRICT III Item 6. RUDGEr ROAD - ACCEPT CONTRACT - Walnut Creek Area The work performed under the contract for reconstruction of Rudgear Road from Grover Lane to Youngs Court, was completed by the contractor, Georg P. Peres Company of Richmond, on June 30, 1977, in conformance with the approved plans, special provisions and standard specifications at a con- tract cost of approximately $52,000. It is recommended that the Board of Supervisors accept the work as com- plete as of June 30, 1977. The work was completed within the allotted contract time limit. (RE: Project No. 4141-4542-661-72, Work Order 4542) (C) Item 7. SUBDIVISION MS 194-76 - APPROVE AGREE-MENT - Walnut Creek Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Gene L. Mortarotti, et al, and authorize the Public Works Director to execute it on behalf of the County. The document supersedes a prior Deferred Lmpro:ement Agreemeat which fulfilled a condition of approvalforSubdivision MS 194-76 as required by the Board of Adjustment. Owner: Gene L. Mortarotti 2970 Cherry Lane Walnut Creek, CA 94596 Location: On the east side of Cherry Lane, approximately 260-feet south of Briarwood Way. (RE: Assessor's Parcel No. 148-160-23 & 25) (LD) Item 8. SUBDIVISION MS 21-76 - ACCEPT SUBDIVISION - Walnut Creek Area It is recommended that the Board of Supervisors issue an Order stating that the construction of improvements in Subdivision MS 21-76 has been satisfactorily completed. Owner: Costa Concrete Company 70 Garron Court Walnut Creek, CA 94596 Location: Subdivision MS 21-76 is located on the north side of Arbutus Drive, east of Poplar Avenue. [LD) Item 9. CASTLE ROCK ROAD - APPROVE RENTAL AGREEMENT - Walnut Creek Area -It is recommended that the Board of Supervisors approve a Rental Agree- ment, dated July 8, 1977, signed by Blaik Musolf and Nancy Cutshall, for rental of County-owned property at 981 Castle Rock Road, Walnut Creek, and authorize the Public Works Director to sign the Agreement on behalf of the County. The rental is on a month-to-month, "as-is" basis for $400 per month, and is effective August 1, 1977, (RP) A G E N D A Public Works Department Page 3 of 8 Juan 1977 SUPERVISORIAL DISTRICTS III b IV Item 10. TREAT BOULEVARD - APPROVE TRAFFIC REGULATIONS - Pleasant Hill and Walnut Creek Areas Upon routine investigation and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolutions Nos. 2349 and 2350 be approved as follows: Traffic Resolution No. 2349 Pursuant to Section 22507 of the California vehicle Code, parking is hereby declared to be prohibited at all times on the south side of TREAT BOULEVARD (J4861), Pleasant Hill, beginning at the easterly right-of-way line of the north- bound off-ramp at Interstate 680 Freeway and extending east- erly to a point 500 feet east of Cherry Lane. (RESCIND Traffic Resolutions 1806, 1966 and 1967 pertaining to existing "No Parking Anytime"zones on Treat Boulevard.) Traffic Resolution No. 2350 Pursuant to Section 22507 of, the California Vehicle Code,, parking is hereby declared to be prohibited at all times on the north side of TREAT BOULEVARD (Road *4861), Pleasant Hill, beginning at the intersection of Buskirk Avenue and extending easterly to a point 500 feet east of Cherry Lane. (TO) AGENDA CONTINUES' ON NEXT'PAGE' :c yz , AGENDA Public Works Department j Page 4 of 8 Jll1977 i 1 SUPERVISORIAL DISTRICT IV Item 11, GAT-MY WAY - APPROVE ABANDONM_E_NT - Concord Area It is recommended that the Board of Supervisors summarily abandon a portion of unconstructed Galaxy Way superseded by realignment and direct the Clerk of the Board to cause a certified copy of the Resolu- tion of Abandonment to be recorded in the office of the County Recorder The existing right of way to be abandoned has been superseded by new right of way dedicated to Contra Costa County and recorded on May 20, 1977 in Book 8340 of Official Records at page 578. The Offer of Dedi- cation for the new right of way was accepted by the Board of Supervisor for recording on May 17, 1977. (LD) SUPERVISORIAL DISTRICT V Item 12. EAST 18TH STREET - TERMINATE AGREEMENT - CITY OF ANTIOCH On July 13, 1976, the Board of Supervisors executed a Joint Exercise of Powers Agreement with the City.of Antioch for minor pavement widen- ing, installation of left-turn channelization,- and construction of a traffic signal at the intersection of East 18th Street and Hillcrest Avenue. The Agreement provided for the County to design the traffic signal system and the City to advertise the project for bid and administer the contract. One out of the four intersection legs was within the unin- corporated area and the Agreement called for the County to pay 25 per- cent of the total project cost, estimated to be $17,500. The signal design was completed by the County in August of 1976, but the City has not yet advertised the project for bid. On May 31, 1977, the City annexed the remaining leg of the intersection. It is recommended that the Board of Supervisors terminate the Agreement and authorize the Public Works Department to bill the City for 75 percent of the traffic signal design engineering which was previously completed by County staff. (RE: Work Order 4338-925) (TO) Item 13. SUBDIVISION 4761 - ACCEPT SUBDIVISION - San Ramon Area It is recommended that the Board of Supervisors: 1. Issue an Order stating that the construction of improvements in Subdivision 4761 has been satisfactorily completed. 2. Accept as County Roads those streets which are shown and dedicated for public use on the map of Subdivision 4761, filed April 22, 1976 in Book 184 of Haps at page 1. Subdivider: Dame Construction Co., Inc. P. 0. Box 100- San Ramon, CA 94583 Location: Subdivision 4761 is located on both sides of E1 Capitan Driv just north of St. Christopher-Drive. - (LD) A G E N D A Public Works Department Page 5 of 8 July 19, MIS Item 14. SUBDIVISION MS 180.-.76 r APPROVE AGREEMENT - Alamo Area It is recommended that the Board of Supervisors approve the Subdivision Agreement for Subdivision MS 180-76. Owner: A. G. Breitweiser 2525 Willow Pass Road Concord, CA Location: Subdivision MS 180-76 is located adjacent to Acacia Lane at Livorna Road. (LD) Item 15. DEL AM= ROAD - APPROVE PLANS AND ADVERTISE FOR BIDS - Danville. Area It is recommended that the Board of Supervisors approve plans and specifications for the Del Amigo Road Culvert Installation and adver- tise for bids to be received in 30 days by the Clerk of the Board, and opened at 2:00 p.m., on August 18, 1977 in the 6th Floor Conference Room of the Public Works Department. The Engineer's estimated con- struction cost is $8,300. The project provides for the construction of a manhole and 55 lineal feet of 60-inch reinforced concrete pipe to eliminate a deep roadside ditch. Up to 908 funding of eligible items will be provided under the Federal Aid Safer Road Demonstration Program. . This project is considered exempt from Environmental Impact Report requirements as a Class 3 Categorical Exemption under County Guideline- It is also recommended that the Board of Supervisors concur in this finding. (RE: Project No. 4534-4281-661-77) (RD) GENERAL Item 16. VETERANS' MEMORIAL HALL REMODEL (COUNTY SERVICE AREA R-7)- APPROVE PRELIMSNARY PLANS AND REVISED EST924ATE - Danville Area St.is..recommeaded that the Board of Supervisors_ approve. the Design Development Plans and Specifications for the proposed remodel of the Veterans' Memorial Hall, Danville (County Service Area R-7). The Design Development Plans and Specifications were prepared by the architectural firm of Cometta and Cianfichi, Richmond, and were re- viewed by the Public Works Department and the Citizens' Advisory Committee for County Service Area R-7. It is further recommended that the Board approve the revised construc- tion estimate of the Architect, in the amount of $75,000. (RE: Work Order No. 5480-927) (B&G) Item 17. DETENTION FACILITY PROJECT - APPROVE PLANS AND ADVERTISE FOR BIDS Martinez Area. It is recommended that the Board of Supervisors approve plans'and specifications for the Detention Facility Concrete Foundation and tlFu tiirar'Fill Contract"(Work Order X5269-926-(4-_t)-)and-the Structura3 Steel Contract (Work Order =5269-926-(44)) and advertise for bids to be received in 23 days at 2:00 p.m., Thursday, August 11, 1977. These two contracts will provide a structural concrete foundation system, as well as the structural steel framework required for the new Detention Facility. (continued on next page) A G E N D A Public Works Department Page 6 of 8 July 19, 1977 0019 A Item 17 continued: Construction costs of $385,000 for the concrete foundation and struc- tural fill contract work, and $1,273,000 for the structural steel con- tract work are the initial estimates made by Turner Construction Com- pany, the Construction Manager. The Planning Commission reviewed the Environmental Impact Report per- taining to this project on April 26, 1977, and found it to be adequate and found the project to be in compliance with the General Plan. The EIR was filed with the Board on May 3, 1977. (RE: Work Order ;5269-926-(43) and work Order #5269-926-(44) (DFP) Item 18. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors: A. Accept the following instruments: No. Instrument Date Grantor Reference 1.- Grant Deed of -- 7-1-77 Dame Construction Co.,. Sub._4952 Development Rights Inc., a corporation 2. Consent to Offer of 4-21-77 Central Contra Costa Sub. 4857 Dedication of Public Sanitary District Roads B. Accept the following instruments for recording only: 1. Offer of Dedication 6-27-77- Otto Leinweber, et al. Sub. for Drainage Pur- MS 180-76 poses (LD) Item 19. CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 - APPROVE APPOINTMENT OF PUBLIC MEMBER TO THE OAKLEY - BETHEL ISLAND WASTEWATER MANAGEMENT AUTHORITY The Joint Exercise of Powers Agreement between the Oakley Sanitary Dis- trict and the Contra Costa County Sanitation District No. 15, which resulted in the formation of the Oakley-Bethel Island Wastewater Manag ment Authority, provides for the formation of a governing board con- sisting of two members appointed by the Oakley Sanitary District, two members appointed by the Board of Supervisors,as ex officio Governing Board of Sanitation District No. 15, and one public member to be ap- pointed by the four members-of the Oakley-Bethel Island Authority. Before the public member can be appointed, the appointment must be approved by the governing boards of the OakleySanitaryDistrict and Sanitation District No. 15. It is recommended that the Board of Supervisors, as ex officio Govern- ing Board of Contra Costa County Sanitation District No. 15, approve the appointment of Leonard Celoni to serve as the public member on the Oakley-Bethel_ Island Wastewater Management Authority. The term of the appointment shall run until July, 1979, in accordance with the terms of the Joint Exercise of Powers Agreement. (EC) A G E N D A Public works Department Page 7 of-8 July 19, 1977 00()20 Item 20. FEDERAL-AID SAFER OFF SYSTEMS ROAD PROGRAM - CLAIM APPORTIONMENT - Countywide Area On June 17, 1977, the Board received a letter from the State California Department of Transportation indicating that $244,398 has been appor- tioned to Contra Costa Countv for the fiscal year ending September 30, 1977. These funds, which are apportioned by formula under the Federal Highway Act of 1976, are for improvements relating to safety on roads which are not on any Federal-Aid Road System. Additionally, the law requires that the further distribution of funds among the Cities and County be determined by agreement between the County and a majority of the Cities Local funds, in the amount of $50,057 (178) are required to match this Safer Off Systems ?toad Fund apportionment. It is recommended that the Board of Supervisors notify the California Department of Transportation by Resolution that Contra Costa County: 1) claims the apportionment of $244,398 in the name of the County and its Cities, and 2).will enter into.an agreement with-the majority of its Cities-for the distribution of funds. as required under Section 2530(c) of the Streets and Highways Code, and 3) agrees to do all things necessary and proper to secure the Federal funds available under the Federal-Aid Safer Off Systems Road Program Approximately $87,100 of the Federal Safer Off Systems Road Funds will be distributed to the various Cities in accordance with a distribution formula approved by the City-County Engineers' Advisory Committee. In- dividual- agreements-will he prepared for approval by each City Council and the Board of Supervisors. The Safer Off Systems Funds are included under various eligible projects in the 1977-78 road budget. - (RE: Federal-Aid Improvement Safer Off Systems Road Program) (RD) Item 21. CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. The Delta Water Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. B. Status Report on Phase II Delta Water- Quality Hear ings_is_submitted. for Board information. (EC) NOTE Thai—an to ask for any comments by - interested citizens in attendance at the meeting subject to carrying forward -any particular item to a later specific time if discussion becomes lengthy and interferes with consideration of other _.. _.._ -calendar items. -----.__- A G E N D A Public Works Department Page 8 of 8 July 19, 1977 00021 xt 1 t Coatracts,hAgreements, or other documents approved by the Board this day are microfilmed with the order except in those instances where a "y the clerk was not furnished with the documents when the minutes were micro prior to the time filmed. in such cases, when .the .documents are received they will be placed in the appropriate file (to be microfilmed at a later time). x , ,. F. r x � , r � Y µ:3 �k 3 A � t 1 In the Board of Supervisors of Contra Costa County, State of California July 19 ,19-77 In the Matter of Ordinance(s) Adopted. This being the date fixed to adopt the ordinances) indicated, which amend(s) the Ordinance Code of Contra:Costa County and vras (were) duly introduced and heariLng(s) held;' The Board ORDERS that said ordinances(s) i.s (are) adopted and the Clerk shall publish same as required by lair. Ordinance Number Subject Newspaper 77-63 Repealing and re-enacting in Contra Costa Times amended form Chapter-72-2 of the County ordinance Code pertaining to the Building Inspection Department. PASSED on July 19, 1977 by the foll(r.ing vote of the Board:; Supervisors AYES NO ABSENT J. P. Kenny CK ( ) N. C. £anden ) 4 ) R. I. Schroder ) l LT. H. Boggess E. H. Hasseltine (K 1hereby certify that the foregoing is a true and correct copy of on order entered on the .minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Supervisors affixed this 19t;�day of Julv 1977 J. R. OLSSON. Clerk Deputy Clerk H 24 12/74-,1544 Jar ie L. Johnson W02 f BOARD OF' SUPEF.VISORS OF CO_YTRA COSTA COUNTY, CALIFORNIA Re: Zoning Ordinances Introduced" Date:_ Julv 1 1977 Tne Board having held hearing on the Planning Commission's recommendation(s) on the following rezoning application(s), and directed preparation of the following ordinance(s) to effect same; This (these) ordinance(s) was (were) introduced today, "the. Board.bv unanimous vote waiving the full reading thereof and setting July 26, 1977 for Board consideration of passing same: Ordinance ?dumber Application Aunlicant Number Area. 77-56 Planning Commission 1958-Rz . Lafayette 5. PAS55D on' July 19, 1977 by the"following vote: AXES: Supervisors J. P. Kenny, N. C. Fanden, R. I.'Schroder, . E—H. Hasseltine and W. N. .Boggess NOES:• None. ABSMIT• None. _ .. I HEF.EBY CERTIFY that the foregoing isa true and correct record and copy of action duly taken by this Board on the above date'. ATTEST: J. R." OLSSON, County Clerk and ex officio;Clerk of the Board: on Jul 19- 1977 By: - I Deputy Patr c a e 00024 _r In the Board of Supervisors of Contra Costa County, State of California July 19 ,1917 In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attachad hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing b a true and correct copy of an order on;erod an the minutes of said Board of Supervisors on the date aforesofd. Witness my hand and the Seal of the Board of supervisors affixed thisl9t day of July 19 77 J. R. OLSSON, Clerk Deputy clerk Jamie L. Johnson H-za 3/76 ism , A POSITION ADJUSTMENT REQUEST No: Department HmImun om Budget Unit 583 Date 6-24-77 Action Requested: 9 Add kt - Han rower Analust-Proiect positions Proposed effective date: ASAP Explain why adjustment is needed: staffing needed to accomodate the consolidation of the various CETA programs. Estimated.cow ot-adjustment: =-� :. Amount: 1. Warias find wages: $ 2. tlxed=Assets: (ti.a.t.items and coat) ?_± ' Estimated total �f Signature Department Head Initial Determination of County Administrator Date: June 21, 1977 To Civil Service: Request recommendation. County Admurrcstrator Personnel Office and/or Civil Service Commission (Date: July 6, 1977 Classification and Pay Recommendation -� Classify (4) Exempt position of Manpower Analyst-Project. Study discloses duties and responsibilities to be assigned justify classification as Manpower Analyst-Project. Can be effective day following Board action: The above action can be accomplished by amending Resolution 71/17 by adding (4) Exempt positions of Manpower Analyst-Project, Salary Leve1.336 (1027-1248). Assistant ersonn ctor Recommendation of County Administrator Date: July 15, 1977 . Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. County Administrator Action of the Board of Supervisors Adjustment APPROVED I on JUL 19 1977 ' J. R. OISSOt-1 County Clerk Date: JUL 19 1977 By: r I i R 1 Q CY1I0ap--Y Gerk APPROVAL o5 th.ia adJuatment constituteb art Apphop&aticn AdJu&tw.ent and P¢Aeonna Re6otuttion 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) 001026 POSITION ADJUSTMENT REQUEST No: Department MMIs APONER Budget Unit 583 Date 6-14-77 Action Requested: Add/lleye 3) Typist Clerk-Project positions_ Proposed effective date: ASAP Explain why adjustment is needed: staffing needed to accomodate the consolidation of the various CETA program_ Estimated cost of adjustment: Amount: 1. Salaries and wages: S 2. Fixed Assets: (ti,6t.items and cost) s ut = 0 Estimated total Signature Department Head Initial-Detemairkion of County Administrator Date: June 21, 1977 TotCivilNeryice: c- Request recommendation. �/� �- fount A -nrstrator Personnel Office and/or Civil Service Commission Date: Juiy 6. 1977 Classification and Pay Recommendation Classify (3) Exempt positions of Typist Clerk-Project. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk-Project. Can be effective day follovin Pu3ard actioqq The above action can be accomplished by amending esulution I1/i7 by adding (3) Exempt positions of Typist Clerk-Project, Salary Level 178 (634-771). -i�5;7,,. Assistant Personnel-Director Recommendation of County Administrator Date: July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. / i 1 G County Administrator Action of the Board of Supervisors JU L 19 1917 �} Adjustment APPROVED ( on j R. OtS50I3 , County Clerk Date: JUL 19 1977 By: Z-1 • 't� 1 ( % ./7 I Q Deputy Gerk APPROVAL oS this adjustment censti tut" an App4optiation Adjus.*nnent and Pe+ucaonneC Resotution Amendment. NOTE: Top section and reverse side of form must be completed and supplemented; when approp-F-RT, by iin organization chart depicting the section or office affected. . P 300 (M347) (Rev. 11/70) POSITION ADJUSTMENT REQUEST No: ) Department KRAIXAN-poh'ER Budget Unit 583 Date 6-14-77 Action Requested: Add one (1) Amount clerk r-Profect position Proposed effective date: ASAP Explain why adjustment is needed: staffing needed to accomodate the consolidation of the various CSTA programs. EstimatILcos&oftadjustment: Amount: 1. 4l!!arWs and wages: $ 2. F>ed Assets: (tia.t.i tem6 and cost) _ c Estimated total $ -' - Signature Department Head Initial Determination of County Administrator Date: 21, 1973 To Civil Service: Cl Request recommendation. Count °A miFMrator Personnel Office and/or Civil Service Commission ;Date: July 6, 1977 Classification and Pay Recommendation Classify (1) Account Clerk I-Project. Study discloses duties and responsibilities to be assigned justify classification as Account Clerk I-Project. Can be effective day following Board action The above action can be accomplished by amending Resolution 71/17 by adding (1) Exempt position of Account Clerk I-Project, Salary Level 222 (725-881). Assistant PersonneL'Director Recommendation of County Administrator Date: July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. �r � County Admi m s a't Action of the Board of Supervisors Adjustment APPROVED (�) on JUL 19 1977 COLS�County Clerk Date: JUL 19 1977 By:' Deputy Clerk APPROVAL o$ .this adjustment eons.tftuteb an APPnoPv:atiott Adjustment and Pex6onne.0 Re6otution Amendment. NOTE: Top section and reverse side of form must be completed and supplemented,alien appropriate, by an organization chart depicting the section or office affected. P 300 (14347) (Rev. 11/70) V POSITION ADJUSTMENT REQUEST No: �7 Department CCCo, Medical Services Budget Unit 540 Date 4/19/77 Action Requested: Add one Supervising Psychiatric Social Worker position Proposed effective date:as soon as possible Explain why adjustment i5 needed: To implement Board Order of 2/22/77 to opt-out of protective Social Services now being furnished by the state operated Community Care Services Section to a y:cisarp-Me EstimatQl�os>;ofcadjustment: Contra Costa County Amount: R.ECENcr, 1. Sa.]aria-, a6 wages: 2. FixedEsseffs: (Ec5t.item6 mid cost) "Pp i q 1377 lice of j -ounsy drninisircPor Estimated total $ Signature Geo a De an D. dical Di recto / Department Hea Initial Determination of County Administrator Date: Zoun strato Personnel Office and/or Civil Service Commission ` Di te: April 26, 1977 Classification and Pay Recommendation Classify 1 Supervising Psychiatric Social Worker. Study discloses duties and responsibilities to be assigned justify classification as Supervising Psychiatric Social Worker, Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding 1 Supervising Psychiatric Social Worker, Salary Level 447 (1440-1750). Assistant Person-mel D.Srector Recommendation of County Administrator ,;Gate: July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. County Administrator Action of the Board of Supervisors JUL 1 9 1977 Adjustment APPROVED (11101010M on J. R. OLSSON, County Clerk Date: JUL 191977 By: Aw DePuty Clerk APPROVAL c4 tftih adjustment con6titute6 an APPUP%iation AdJue-tmefxt and Pwannet:. Resotuti_on Amzndmcnt. 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 (1247) (Rev. 11/70) P 0 S I T 1 0 N ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit 540 Date 4/19/77 Action Requested: Add seven (7)fulltime and one (1) 20/40 Clinical Social Worker Positions Proposed effective date:as soon as Possible Explain why-adit—mukk is needed: To implement Board Order of 2/22/77 to opt-out of protective r;:' u Social Se�ices=noyT')being furnished by the State operated Community Care Services Section to nenta_ y .s persons Estimatee�cost;f iajustment. Amount: c 1. SalariE and wages: Contra Costo$Ccunty 2. Fiked Assets: (Zi.et.help~ and cost) DFr-E!\ ED v r_`017-=`s AC-r-`y Estimated total Okice of $ :•PlPr�owa3: County Adminisfrc Dc.-.C.%%677 CJ� Signature George Degnan, ., Medical Director r/ i ` Department Head 14 Initial Determination of County Administrator Date: Count rotor Personnel Office and/or Civil Service Commission (_Pale: April 26, 1977 Classification and Pay Recommendation Classify-"(7) Clinical Social Worker and (1) 20/40 Clinical Social Worker. i Study discloses duties and responsibilities to be assigned justify classification as Clinical Social Worker_ Can be effective day following Board action. The aboveaction can be accomplished by amending Resolution 71/17 by adding (7) Clinical Social Worker positions and (1) 20/40 Clinical Social Worker, Salary Level 399 (1244-1512). ��� v4.c.uf V✓�//.�f.t ir.-�C-✓ Assisca PersonneliAirector Recommendation of County Administrator j/Date: July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. County Aftrnittedtar Action of the Board of Supervisors JUL 1 9 1977 Adjustment APPROVED �) on J. R.t�OLSSON, County Clerk Date: JUL 19 1977 By; Deputy perk APPROVAL c, th.iA adjus;bn.nt constituteA att AppmpAiatien Adiustme.•tt and PeuonneC ReactatCOn Amendment. 140TE: Tom section and reverse side of form must be completed and supplemefited, when appropr—�, by an organization chart depicting the section or office;affected. P 300 (h;-47) (Rev- 11/70) i POSITION ADJUSTMENT REQUEST No: - / Department CCCo. Medical services Budget Unit 54o Date 4/19/77 Action Requested: Add two (21 Intermediate Typist Clerk positions Proposed effective date: as soon as possible Explain why adjustment is needed: To implement Board Order of 2/22/77 to opt-out of protective Social Services now being furnished by the State operated Community Care Services Section to mentally disabled persons Estimated cost of adjustment: Cor„rc C-STo :'cur-y mount: 1. Salaries and wages: RECESvkL 2. Raced-Asse€s: (tis.t.items mut cost) a. =F �,77 s - 0f, e! ? z Country Ac!mmiS,_t. _ Estimated total i._r.�LLI� 7 Signature George Degnan, M ., Medical Director L' _ Department Head µ Initial DeterraAa6on of County Administrator Date: t.___� Cou�mr��stra or ' Personnel Office and/or Civil Service Commission ate: April 26, 1977 Classification and Pay Recommendation Classify (2) Intermediate Typist Clerk. Study discloses duties and responsibilities to be assign justify classification as Intermediate Typist Clerk. Can beer , effective day following Board action. The above action can be accomplished by amending Resolu- 6 P P 1 9.(577 tion 71/17 by adding (2) Intermediate Typist Clerk, Salary Level 222 (725-881). �. Assistant Personnel Ditector Recommendation of County Administratorte: July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. County dmi is rator Action of the Board of Supervisors AL 19 1977 Adjustment APPROVED on J. R. OLSSON, County Clerk R1te�1t � Date: JUL 19 7977 By: ! ' 1,W C- EQ U Deputy Clerk APPROVAL c5 th.i.3 adjustrmeitt eorutautes an Apptopt anon Adjustment and PQteonne.0 Resotution Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropria e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) i y POSITION ADJUSTMENT REQUEST No: /p S 7 Department RRA/-SOCIAL srxviCs/rrsD. SVC Budget Unit 500 Date 6-10-77 Action Requested: Cancel Soc.Work Pract.I1-506-492/05;(3) Soc.Work Pract.1 502-490/03; 506-490/02,02; (1) soc. Worker {I 20/40 501-453140;--,-, ; 4FJ Sliq. Work II 508-548/349roposed effective dd 504-548/06, 502-54816W,13.1 P Explain why adjustment is needed: (/ To provide offset positions for the new OPT-OOT Program in Medical services Estimates co!i�t:oflQ djustment: Amount: 1. S !arms dffd wages: $ 2. fiXed dss4s: (tibt.items and coat) $ Estimated total $ Signature dAf. A Department Hea Initial Determination of County Administrator Date: June 17, 1977 To Civil Service: <:7, Request recommendation. ���,� � ` Count A mina-strator Personnel Office and/or Civil Service Commission Date: July 11, 1977 Classification and Pay Recommendation Cancel 11 positions. The above action can be accomplished by amending Resolution 71/17 by cancelling (1) Social Casework Specialist II, position 9506-05, Salary Level 399 (1244-1512); (3) Social Casework Specialist I, positions $501-03, 506-01 and 03, Salary Level 375 (1156-1405); :(i) 20/40 Social Worker III, position 1501-40, Salary Level 360 (1.104-1342); and (6) Eligibility Gbrker II, positions $508-34, 504-06, 502-131, 231, 238, 265, Salary Level 268 (834-1014). Can be effective day following Board action. Assistant Personnet Director Recommendation of County Administrator Date: July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission .approved, effective July 20, 1977. County AcTministrator Action of the Board of Supervisors JUL 1 9 1977 Adjustment APPROVED (�) on K �,.County Clerk Date: JUL .19 1977 By: htPJ'(?— 0, t� Oeputy Clerk APPROVAL oS thZs adju6tment eonsti.tute4 an APPtoPrriation Adjustment and Pe 6otumt ResoYution Amendment. NOTE: Top section and reverse side of form mub.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) W1�G _J POSITION ADJUSTMENT REQUEST No: �AS Departn�-nt CCCo. Medical Services Budget Unit 540 Date 6/8/77 Action Requested: Cancel Central supply Assistant Pas. $624-09 (Accommodation Position) Proposed effective date:6/9/77 Explain why adjustment is needed: Position has served purpose for which it was intended ct' re•f EstimatecRost�af Ja justment: " '•, Amount: co v 1. S varig4aniF wages: $ 2. F}•xed Assets: (fiat iiemo and east] Hut=4 - :'-Y Estimated total $ Signature George Degnan, M. , Medical Director Det !� 77 Department Head �,•: Initial Determination of County Administrator Date: June T, 1977 To Civil Service: Request recommendation. v�� of J County'Ad miriistrator Personnel Office and/or Civil Service Commission -,Date: July 7, 1977 Classification and Pay Recommendation i Cancel 1 Central Supply Assistant. I Central Supply Assistant position 009 was established to replace an employee in the class of Central Supply Assistant while on leave ob absence. The employee has now returned to duty and the position is no longer necessary. Can be effective day following Board action. ' The above action can be accomplished by amending Resolution 71/17 by cancelling Central Supply Assistant position #09, Salary Level 238 (761-925). Assistant -Pe-r-s-o-n-n-eTbirector Recommendation of County Administrator / Date: July 15, 1977 Recommendation of Personnel Office and/or Civil Service I Commission approved, effective July 20, 1977/ Countydministrator i Action of the Board of Supervisors J UL 1 9 1977 Adjustment APPROVED (�) on I J. ,R.. OLSSON, Cou/tnty Clerk Date• JUL 19 1977 By: l t\ 1.1`_L[t) Deputy Clerk APPROVAL eS ;his sdjusOnent cmutitu.tea af: Apptuptia,Lion Adjustment and.Peuonnei IReso.tuti.on Amendranr. t(OTE: 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 (1:347) (Rev. 11/70) I 1 nV/ POSITION ADJUSTMENT REQUEST No: Department PROBATION Budget Unit 308 Date July 6. 1977 Action Requested: Add one (1) Probation Aide-Proiect Position Proposed effective date: ASAP To establish on-the-job training position for Explain why adjustment is needed: Sharlene Sheff. Funded by ralifnrnia nooartmnnr of Rehabilitation, June 6, 1877 - June S. 1g7B- Estimated cost of adjustment: Amount: Ci — ti 1. Sa Fies ant�wages:Undenrritten by State Dept of Rehab. $ 2. Find Aijets''. (ti-t-items and cost) F _ $ f Estimated total $ 1, n _ Signature ' Department Head Initial Determination of County Administrator Date: To Civil Service: I /Jf Request recommendation. /?a� / �// { Cnun-ty AdministrAtor Personnel Office and/or Civil Service Commission Date: Julv 14, 1977 Classification and Pay Recommendation Allocate the class of Probation Aide-Project on an Faempt basis and classify 1 Exempt position The above action can be accomplished by amending Resolution 76/624, Salary Schedule for Exempt Personnel, by adding Probation Aide-Project, at Salary Level 251 (792-963): also amend Resolution 71/17 to. reflect the addition of 1 Exempt position of Probation Aide-Project. Can be effective day following Board action. This class is not exempt from overtime. / for Personnel Director 4 Recommendation of County Administrator Date: July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. County Administrator Action of the Board of Supervisors Adjustment APPROVED on AUL 19 1977 J. R. OLSSON, Cotnty Clerk Date: By: C.�Lt Deputy perk APPROVAL od .tJw adjuetmeitt ccimtitu.tes a" APPL:- cation Adjuetmeut and PetaonneL Re6o.Zution Amendment. DOTE: Top section and reverse side of form must be completed and supplemented, when appropr�e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) POSITION ADJUSTMENT REQUEST No: 5010 Department Social Service Budget Unit 589 Date June 3. 1977 Action Requested: Establish a new classification of Social Program Soecialict--Pro,jprt and allocate one position in that classification to the Area Proposed effective date: Agency on Aging. Explain why adjustment is needed: To nrovida tha necessary staff cuppnrl- for the Area Agency eaAgency on Aging. Estimated-cost of adjustment: Amount: 1 1z ;. I. Salaries-a wages: $- 107 2. 'ked As-sel : ( ist.items wit cost) J" 5 A5 sof r:= � Estimated total,%) � $ 107 Dcte Signature DepartmeV Head Initial Determination of County Administrator Date: June 21, 1977 To Civil Service- Request recommendation_ Count�dmi m strator Personnel Office and/or Civil Service Commission Da July July 13, 1977 Classification and Pay Recommendation Allocate the class of Social Program Specialist-Project on an Exempt basis and classify 1 Exempt position. The above action can be accomplished by amending Resolution 76/624, Salary Schedule for Exempt Personnel, by adding Social Program Specialist-Project, at Salary Level 417 (1314-1597): also amend Resolution 71/17 to reflect the addition of 1 Exempt position of Social Program Specialist-Project. Can be effective day following Board action. This class is exempt from overtime. Assistant Personne- Director Recommendation of County Administrator Date: July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. County Yrdffilffiltrdtor Action of the Board of Supervisors•• Adjustment APPROVED (�) on JUL 9 19)7 J. R. OLSSON,' County Clerk Data: JUL j 9 1077 By: veputY Gerk APPROVAL cS .t;,iz adJmatmreitt eoiutitates an Appnoptiatzon Adjubtment and PeuonneZ Resolution Amendmvtt. NOTE: Top section and reverse side of form must be completed and suppleinented,'when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00 cl I - POS.IT1pW1ADJ-US�TMEINT REQUEST No: D Depart.-ent SOCIAL SERVICE Budget Unit 502 Date 3-23-77 Action Requested: Add 15 Eligibility Control Worker positions and cancel 15 Eligibility Worker 1/11 positions (See attached list) Proposed effective date: ASAP Explain why adjustment is needed: To facilitate promotion to the appropriate classification by es`=_blishing the necessary positions Estimated cost of adjustment: Amount: I. Salaries and wagges: $ 3,150 2. Fixed Assets: (fiat.itemb and coat) AGENCY Estimated total, $ 3„150 e F-- Signature 7 Departoot Head InitialZaterNnation of County Administrator Date: C13- �;` •c. J - /./iii .!-'.ir•' ' Count dmiinscrato Personnel Office and/or Civil Service Commissionj D}4e: July 12, 1977 Classification and Pay Recommendation � Classify (15) Eligibility Control Worker positions and cancel (3)-EligibilityWosker II positio s and (12) Eligibility Worker I positions. Study discloses duties and responsibilities to be assigned justify classification as Eligibility Control Worker. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition' of (15) Eligibility'Control Worker positions, Salary Level 292 (898-1091) and the cancellation of (3) Eligibility Worker II, positions #251, #320 and 0347, Salary Level 268 (834-1014) and (12) Eligibility Worker I, positions #O1, 011, 012, 015, P16, 021, P22. 024, 025, #27, #29 and #31. Assistant PersonneF Director Recommendation of County Administrator Date: July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. County Administrator Action of the Board of Supervisors JUL 19 1977 Adjustm, nt APPROVED (�) on - R. OLSSONr County Clerk . 1 Date: JUL 19 P77 By: h •'i[t us _ BPuIY perk . APPROVAL os thio adivabnent conatr.Lutea am APP"Pkiatlon Adfua.bneitt and Pe/%aa-v4 Rasotwti.on Amendment. . NOTE: lop 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) 00036 . ._.: i V - POS I T I ON A D J US TIBENT REQUEST No: 5300- Department Social Service Budget Unit 502 Date Jun, 8, 1977 Action Requested: Reallocate Eligibility Worker II position J548/261 from 40/40 to 24/40 position (incumbent--Jan Ulrich) Proposed effective date: ASAP Explain why adjustment is needed: create an additional part time Eligibility worker position Es ti mate dfcostref adjustment: Amount: ti C s 1. Sa iaries-andw wages: $ 2. Fftbd AsSet8�: (Zest.items and cost) Estimated total O Date Signature /1 Departmen Mea Initial Determination of County Administrator Date: Joie 16, 1977 To Civil Service: Request recommendation. Count�ci`mi ' . rator Personnel Office and/or Civil Service Commission Da't'e: June 28. 1977 Classification and Pay Recommendation Decrease hours of Eligibility Worker II position 1261. Study discloses duties and responsibilities remain appropriate to the class of Eligibility Worker II. The above action can be accomplished by amending Resolution 71/17 by decreasing the hours of 40/40 Eligibility Worker II position 9261 to 24/40, Salary Level 268 (834-1014). Can be effective day following Board action. Com` / ('./J!/if�nl�l�s✓ Assistant Personn Director Recommendation of County Administrator % Date: _July 15, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. County Administrator Action of the Board of Supervisors J U L 19 1977 Adjustment APPROVED on JAR. OLSSON, County Clerk Date: JUL 19 1977 By: � k'<<L- �Cc�� I�JS - vc�+uty WerK APPROVAL o4 thS s adjudtu:ent cotu#ftutea an App.opniaticn Adjusanvtt and Peuonnee RCSc&tion Amendment. NOTE: Top section and reverse side of form trim&t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected." P 300 (M347) (Rev. 11170) POSITION ADJUSTMENT REQUEST Pio: Civil Service Department Department rut-tic Service r.rr,1 0vr-rt Budget Unit 582 Date July 6. 1977 Action Requested: Add 16 CETA ocsitions per attached list Proposed effective date: 7/13/77 Explain why adjustment is needed: To expend additional Corprehersive and Training 4ct ?undo under the Title 77 rutl:c V- S"c `n_..r; �-._.:'� lam. :.,;4 Estimated cost of adjustment: Amount: 1. �lar7es and wages: $ 2. Faxed Eset-�: I teat.items and coat) tn r; � _cur. fdra�ssrorcr r: .. Estimated ? i Signature partme t Nead Initial Determination of County Administrator Date:� Ju W7. 11977 To Civil Service: . ,dn'- Request t recommendation. Count ' a rotorr- Personnel Office and/or Civil Service Commission pat- July 7, 1977 Classification and Pay Recommendation Allocate the class of Microfilm Technician-CETA; Collection Services Assistant Trainee-CETA; Cook's Assistant-CETA and Custodian I-CETA;and allocate 16 CETA positions. The above action can be accomplished by amending Resolution 76/624, Salary Schedule for Exempt Personnel. by adding Microfilm Techician-CETA, Salary Level 175 (628-764); Collection Services Assistant.Trainee-CEU. Salary Level 208 (695-845); Cook's Assistant-CETA, Salary Level 239 (764-928); Custodian I-CETA, Salary Level 193t (732-807): also amend Resolution 71/1 to reflect the addition of (6) Typist Clerk Trainee-CETA, Salary Level 162 (604-734); (1) Building Plan Checker-CETA, Salary Level 228t (814-898); (1) Michrofilm Technician-CETA. Sala Level 175 (628-764); (2) Collection Services Assistant Trainee-CETA, Salary Level 208 (695-845 (1) Public Health Laboratory Technician-CEPA, Salary Level 251 (792-963); (1) Cook's Assistant CETA, Salary Level 239 (764-928); (1) Clerk-CETA, Salary Level 162 (604-734); (2) Custodian I- CETA, Salary Level 193t (732-807); and (1) Probation a-CETA, Salary Level 251 (792-963). The above classes are exempt from overtime. Person irector Recommendation of County Administrator Date: July 15, 1977 Recommendation of Personnel office and/or Civil Service Commission approved, effective July 20, 1977. e 4:dz�. County nls rotor Action of the Board of Supervisors JUL 19 1971 Adjustment APPROVED (�) on J.-Z. OLSSON, County Clerk Date: JUL 19 1977 By:eTAfil a ;) Q i611 d DOPu4r Crak APPROVAL ed .thio adjustment eoastitutes an Approptiation Adjuatment and PeneomwZ ReaolaUc 1 Am6mbent. NOTE: Top section and reverse side of form mudt be completed and supplemented, when approprla , by anorganization chart depicting the section or office affected. P 300 01347) (Rev. 11/70) 00(m r _ POSITION ADJUSTMENT REQUEST No: Department civil service -egart^ene Budget Unit 5e2 Date v 12. 1977 ublic Service s;nioyrextt Action Requested: 'dd nnr co'itien or Foa+it+1 'eryt�'�a ".+�rnr TAC=T:1_tn County !'odic.-�1 Services, CET-. Titic 11, 5L2; cancel...ope et-inistrative :side-C£T. d act c-e robacion Aide,Probation Ceot.:Title II 582 Proposed effective date: _712^!77 Explain why adjustment is needed: To r"aeRt a2°itional Cororde-ive aneTrainirr net ?ones under tie Title II, rublic service srrlovrent Prair Estimate-cos!'ofgdjustment: Amount: 1� . $ I. Salarieeg a40 wages: 2. F,ized l£ssets: WAt•%terra and cost} EstimatedTDepartmen $ Signature -- ea Initial Determination of County Administrator Date: jv1v 12. To Civil Service for Review and Recommendation. ounems r r Personnel Office and/or Civil Service Commission Date: _ 7uiy 13,1977 Classification and Pay Recommendation classify (1) Hospital services worker i-crrA and (1) Probation Aide-CLrTA and cancel (1) Administrative Aide-CETA. Study discloses duties and responsibilities to be assigned justify classification as Hospital Services_iorker I-CETA and Probation Aide-CEIA. Can be effective day following Board action. AAm The above action can be accomplished by amending Resolution 71/17 to reflect the addition of (1) Hospital Services 1lorker I-CETA, Salary Level 201 (680-827) and (1) Probation Aide-CEPA Salary Level 251 (792-963), and the cancellation of (1) Administrative Aide-CEPA, Salary Level 262 (819-996),, position 003. i • Assistant `Perso Director Recommendation of County Administrator Date: July 15, 1977 Recommendation ;of Personnel Office and/or Civil Service Commission approved, effective July 20, 1977. un y Adorn nistrator Action of the Board of S ervisors JUL 19 W7 Adjustment APPROVED } on 0LSSON, County•C1erk JUL 19 1977 ' Date: By: Deputy clerk '. APPROVAL rs .t'•'►is adjuatwent constitutes an Aptmpuatcon Adjustment and Penaonaet f eseZu ion Amendment. NOTE: Top section and reverse side of form Iwt ;be completed and supplemented, when appropr�, by an organization chart depictidt the section or offivc ected. P 300 (M347) (Rev. 11/70) M 00I1w7 � r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO.77/565' of Contra Costa County j WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1974-75 It has been ascertained from the assessment roll and from papers in the Assessor's office what was intended and what should- have been assessed; and, therefore, pursuant to Section 4831 of the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; and in accordance with Sections 4986 and S096 the assessee may file a claim for cancellation or refund; further, in accordance with Section 531.1, an escape assessment in the amount of the exemption, or that portion of the exemption that has been erroneously allowed, with interest as provided in Section 506, shall be made. An audit by the State Controller discloses the following corrections should be made in the name of Blue Chip Stamp Company; the original escape assessments were enrolled on January 14, 1475: Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value ' " Value " Change '(R/T Code)' Code 08001-Assmt. #4210 (esc. for 1972-73) Pers Prop_ $ 31010 $ 3,010 -0- Bus Inv Ex 903 -0- +$ 903. 4831; 531.1; 506 Code 09045-Assmt. #2065 (esc. for 1972-73) Pers Prop -$ 4,080 $ 4,080 -Q- Bus Inv Ex.: 1,224 -0- +$1,224 4831; 531.1; 506 Assessee has been notified. O�EATON, Assistant Assessor t7/5/77 cc: Assessor (Giese) Auditor Tax Collector RESOLUTION NO. 77/565 Page 1 of 2 ",vmo Original Corrected Amount Pursuant ClassofAssessed Assessed of to Section Property Value Value Change - (R/T Code) Blue Chip Stamp Co. Code 12014-Assmt. #2118 (esc. for 1972=73) Pers Prop $ 4,700 $-4,700 Bus Inv Inv Ex 1,410 -0 +$1,410 4831; 531.1; 506 An audit by the State Controller discloses the following corrections should be made in the name of Superior Roofing,,Company; the original escape assessments were enrolled on January 14,1,1975: Code 79082-Assmt. #2056 (esc. for 1971-72) Pers Prop $ 4,340 $ 4,340 " -0: Bus Inv Ex 1,083 -0 +$1,083 4831;,'551.1; 506 Code 79082-Assmt. #2057 (esc. for 1972=73) Pers Prop $1,710 $ 1,710 ' -0- Bus Inv Ex 333 -a- +$ 333 4831; 531.1; 506 Code 79082-Assmt. 02058 - (esc. for 1973-74) Pers Prop $ 1,940 $ 1,940 Bus Inv Ex 621 -0- +$' 621, 4831; 531:1; 506 Code 12083=Assmt. 12090 (esc. for-1974-75) Pers Prop $ 1,880 $ 1,880 -0- Bus Inv Ex 675 -0- +$ 675 4831; 531.1; 506 Assessees have been notified. I hereby consent to the above changes and/or corrections: 0. SEATON,-Asst. Assessor JOHN-1B CLAUSE N ou Counsel Adopted by the Board J U L 19 1977 e II RESOLUTION NO.` 77/565 Page 2 .of`2 00,041 IN 729E BOARD OF SUPERVISORS OF CO,YM COSTA COMM, STATE OF CALIFORNIA RESOLUTION NO-77/566 l RE: Rescind Board's Resolution Number 77/&66 Relating to ) 1Parcel•-085 18-011 in Code.--• Area 7025 - Upon application of the County Auditor for rescission of.Board's,Resolution-relating to transfer of tax lien to the unsecured roll, the Board of Supervisors finds as follows: 1. The Board's Resolution Number 77A66 where tax lien for 1976-77 on Parcel No. 085-118-011 was cancelled and transferred to the Unsecured roll was improper because both installments of taxes were paid before- valid procedures could be completed by the Auditor's Office. 2. Since both installments have been paid, there are no outstanding taxes due for 197(-77. %011, THEREFORE it is by the Board Ordered that the Board's Resolution %umber relating to transfer of tax lien to the 1976-77 unsecured roll on Parcel No. 085-11E-On in Code Area 7025 amounting to 126.91 be rescinded. I hereby request the above action: I hereby consent to the above ameadment JOHN LAUS SEL - �L( BY ` epu 1 . DWA ,K COU%-N AU TOR-CONTROLLER Adopted by the Board this 19 day of Tujt x 19 cc: County Auditor County Tax Collector(2) CountyAdministrator County Counsel REsOLUT1OR NO. .77/566 �� IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes. ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION N0. 77/567 WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that- the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1976-77 It has been ascertained by audit of the assessee's books of. account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which "caused the assessor to assess taxable tangible property at a substantially higher valuation than he mould have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5 of the Reveriue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund; and, further, such error caused the assessor to allow business inventory exemption erroneously and, therefore, an escaped assessment in the amount of the portion of the exemption incorrectly allowed because of such erroneous or incorrect information submitted by the taxpayer should be entered pursuant to Section 531.5 of the Revenue and Taxa- tion Code; and that portion of the taxable tangible property which was inaccurately reported should be entered as escaped assessment pursuant to Section 531.4; together with interest in accordance with Section 506; and, in accordance with Section 533 the assessed values erroneously or illegally assessed sbould. be offset against the pro- posed escaped assessment for the same tax year; and business inventory exemption allowed in accordance with Section 219 as indicated. An audit discloses the following corrections should be made to the unsecured assessment roll for the fiscal year 1976-77: Original Corrected Amount Pursuant Class of - Assessed Assessed of to Section Property :Value' Value' CrianRe '(R/T Code) Amfac Merchandise Corp. Code 02002-- Assmt. No. 2265 •Imps $ 71,680 $ 47,780 $23,900 4831.5 .Pers.Prop 370,990 402,615 + 31,625 531.4; 506 Bus Inv Ex 147,320 158,975 11,655 219- Net Change -$ 3,930 533 Assessee has been notified. U. 5F-ATON Assistant Assessor + t6/2?/77 cc: Assessor (Giese) Auditor RESOLUTION NO. 77/567 Tax Collector :Page:1 of 00ti Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value " Value ' " Change (R/T Code) Lucky Stores, Inc. 9103 Code 01002 - Assmt. No. 3520 Imps $ 47,685 $ 4S,200 $2,485 4831.5 Pers Prop 92,700 90,040 2,660 4831.5 Bus Inv Ex 22,805 22,405 + 400 531.5; 506 Net Change 44,745 533 Lucky Stores, Inc. 084 Code 01004 - Assmt. No. 3602 Imps $ 393840 $ 40,550 ' +$ 710 531.4; S06 Pers Prop 77,12S 7S,91S - 1,210 4831.5 Bus Inv Ex 18,630 18,035 +" 595 531.5; 506 , Net Change + 95 S33 Lucky Stores, Inc. 179 Code 02002 -- Assmt. No. 4401 Imps ' $36,155 $37,400 +$1,245 531.4;` 506 Pers Prop 67,290 65,865 -,1,425 4831.5 Bus Inv Ex 15,565 14,835 + 730 S31':S; 506" Net Change * +$ - 550 533, Lucky Stores; Inc. Store #33 Code OZOQZ - Assmt. No. 4131 Imps $31,800 $35,490 +$3,690 531.4; 506 Pers Prop 71,205 69,565 - 1,640 4831.5 Bus Inv Ex 19,705 19,185 + S20 531.5; 506 Net Change +$2,570 533_ - Lucky Stores, Inc. -#90- Code nc. -#90-Code 02010 - Assmt. No. 3S06 Imps $25,530 $20,160.- -$5,370 4831.5 Pers Prop SS' 830 S4,93Q = - 900 4831.5 Bus Inv Ex 17,65S 17,470 + 185 531.S;' SQ6 Net Change -$6,085 533 Lucky Stores, Inc_ #81 Code 03000 Assmt. No. 3SS7 Imps $30,290 $30,210 ' -$ 80 4831.5 Pers Prop 75,460 74,660 - 800 4831.5 Bus Inv Ex 22,570 22,195 + 375 S31.5; S06 Net Change SOS S33 Lucky Stores, Inc. #97 Code 06007 - Assmt. No. 3503 Imps $3S,350 $34,950 -$ 400 4831.5 Pers 'Prop 67,240 65,720 -;1,520 4831.5 Bus Inv Ex 16,100 15,975 + 125 531.5; 506_ Net Change $1,795 S33 Assessee has been notified. SEATON, Assiistant _Assessor RESOLUTION NO. 77/567 Page Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property value " value ' " Change --(R/T Code) Lucky Stores, Inc. 193 Code 07013 Assmt. No. 3305 Imps - $37,785 $37,720 -$ 65 4831.5 Pers Prop 73,655 71,340 •2,315 4831.5 Bus Inv Ex, 17,93S 16,795 + 1,140 531.5; 506 Net Change -$1,240 533 Lucky'Stores, .Inc. #S3 3 Code 08001 - Assmt_ No. §g? !' Imps $28,050 $27,300' -$ 750 4831.5 Pers Prop 83,870 80,250 - 3',620 4831.5 Bus Inv Ex 28,170 Z6,775 +1,395 531.5; S06 Net Change : $2,975: 533 Lucky Stores, Inc. #10 " Code 08018 - Assmt. No. 3501 Imps $13,510 " $13,350 -$' 160 ; 4831,5 Pers Prop 37,770 . 36;690 : - 1,080 : 4831.5 Bus Inv Ex 12,130 11,650 + 480 531".5;;506 ` Net Change -$ 7601 533 Lucky Stores, Inc. #11 Code 09000 -- Assmt. No-. 580S Imps $24,170 $23,610 -$ 560.1 4831.5 Pers Prop 64,795 63,025 -1,770 4831:5 Bus Inv Ex 20,460 19,915 + 545_ 531:5;; 506 Net Change $1,785 533 Lucky Stores, Inc. Store 126 Code 14010 - Assmt. No. 3615 Imps $26,140 $25,380 -$ 760 4831.5 Pers Prop 60,320 58,180 -_2,140'' 4831.5 Bus Inv Ex 17,080 16,450 + 630 : 531.5; 506 Net Change $2,Z7V 533 Lucky Stores, Inc. #21 Code 15004 - Assmt. No. 3553 Imps $33,515 $31,920 $1;595 4831.5 Pers Prop 78,565 75,645 2,920_ 4831.5 Bus Inv Ex - 22,765 21,845 + 920 531.5; 506 Net Change $3,595` 533 Lucky Stores, Inc. #32 Code 15004 = Assmt. No. 3554 Imps $36,245 $34,980 -$1,265 4831.5 Pers Propp 75,090 72,490 2,660 4831.5 Bus Inv Ex -19,660 18,SI5 + 845 531.5; -506 , Net Change $3,020•:- 533 Assessee has been-notified. TUN, Asst Assessor RESOLUTION 110. 77/567 Page .3 :of'9 " I I Original Corrected Amount Pursuant Class of Assessed Assessed of I to Section Property ValveValue' Change (R/T Code) Lucky Stores, Inc.- 1104 Code 66047 - Assmt. No. 3520 Imps $40,815 538,085 $2,730 4831.5 Pers Prop 78,805 74,870 - 3,935 4831.5 Bus Inv Ex 19,220 18,470 + 7S0 531.5; 506: - Net Change $5,915 533. Lucky Stores, Inc. 11 Code 79109 - Assmt. No. 3507 Imps $20,555 $19,840 -$ 71S 4831.5 Pers Prop 48,425 43,490 4,935 4831.5 Bus Inv Ex 12,725 12,565 + 160 531.5; 506 Net Change -$5,490 " 533 Lucky Stores, Inc. 17 Code 83024 Assmt. No. 3556 Imps $10,805 $10,920 +$- 115 531.4; 506 Pers Prop 35,420 33,900 - 1;,520. 4831.5 Bus Inv Ex 12,295 11,650 + 64S 531..5; 506:. Net Change =$ 760 533 United States Shoe Corp. Code 03000 - Assmt. No. 2140 Imps $ 6,170 $ 5,830 - -$ 340 4831'.5 Pers Prop 56,040 56,820 + =780 : 531.4;. 506 Bus Inv Ex 27,385 27,920 ' - S35 219 Net Change -$ 95 533 Chevron Chemical Co. Code 08001 - Assmt. No. 4169 - Pers Prop $804;450 $800,300 $4,150 ' 4831:5 Bus 'Inv Ex 402,225 400,150 + 2,075 531'.5; 506, Net Change $22075 533 Rossmoor Convalescent Hosp., Inc. Code 09000- Assmt. No. 4303 Imps $38,150 $31,165 $6,985 4831.5 Pers Prop 39,065 34,295 = '4,770 ' 4831'.5 Simon Stores, Inc. Code 09002 -.Assmt. No. 3528 Imps $ 2,420 $ 4,140 +5^1,720 : 531.4- 506: Pers Prop 143,380 140,920 -, 2,460 4831.5 Bus Inv Ex No Change Net Change -$ 740 533 Assessees have been notified.. R. Assistant0.SEATAssessor RESOLUTION NO. 77/567 Page.`4 of 00048 Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value " Value Change '(R/T Code) Hendrick Piano Co., Inc. Code 09002 Assmt. No. 3547 Pers Prop $22,030 $21,320 -$ 710 4831.5 Bus Inv Ex 8,725 8,355 + 370 531.5; 506. Net Change -$ 340 - 533 Fred & Augusta P. Kelleway Code 09007 - Assmt. No. 3505 Imps $ 3,825 $ 2,905 -$ 920 4831.5 Pers Prop 37,975 37,520 - 455 4831.5 Bus Inv Ex 16,900 17,270 370 219 Net Change $1,745 Schofield Broadcasting Co_ Code 73020 - Assmt. No. 3503 Imps $ 5,525 $ 3,105 L42,420 . 4831.5 Frank J. Kastner Code 83024 - Assmt. No. 3579 Pers Prop $50,940 $49,620 - $1,320 : 4831.5 Bus Inv Ex 21,920 21,940 - 20: 219: Allen Tire Sales, Inca Code 85093 - Assmt. No. 3503 Imps $ 7,040 - $ 5,160 -$1;880 ' 4831.5 Pers Prop 19,960 23,015 +-3,055 531.4; 506 Bus Inv Ex 7,350 9,045 1,695` 219 Net Change -$ 520 533 Assessees have been notified. Code 02001 - Assessment No. 2007, Peter R. Lee and Norman 0. Strobel are erroneously assessed for Personal Property with assessed valuation of $13,565 and Improvements with assessed valuation of $250 less..business inventory exemption in amount of $2,145 since certain property was located in Lake County on the lien date; there- fore, this assessment should be corrected to show Personal Property $4,640, Improvements no change, and business inventory exemption no change. A/V //ae3 J6�/w Code 1191; Assessment No. 3549, Funding Systems Leasing Corp. is erroneously assessed for Personal Property with assessed valuation of $21;860 since certain property was not in our county on the lien date; therefore, this assessment should be corrected to show Personal Property $2,675 assessed value. R. 0_ SEATON, Assistant Assessor RESOLUTION so. 77/467 'Page S' of 9 •r `:04(147 Code 85127 Assessment No. 3512, Franklin_Financial Corp. is erroneouslyassessed for Personal Property with assessed valuation of 7,705 since certain property,was in Sonoma County, on the lien date;- therefore, this assessment should be corrected- to show Personal Property $3,220 assessed value: FURTHER, it has been ascertained from the assessment roll` and from papers in the assessor's office what was intended and what should have been assessed; and, .therefore, pursuant to Section 4851 of the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; and in accordance with Sections 4986 and 5096 the assessee may file a claim for cancellation or refund: For the Fiscal Year 1976-77 Code OS085 - Assessment No. 3502, Eaton Credit Corp. is erroneously assessed for Personal Property with assessed valuation of $14,430 since a portion of the property was assessed more than once; therefore, this assessment should be;corrected to show Personal Property $12,085 assessed value: For the Fiscal Year 1975-76 An audit discloses the following corrections should be`made to the unsecured assessment roll: Original Corrected Amount Pursuant Class of Assessed Assessed of to'Section Property Value Value Change '(R/T Code) Schofield Broadcasting Co. Code 07006 - Assmt. No. 2074 Pers Prop $11,660 $ 2,030 -$9,630. 4831:5 Schofield Broadcasting Co. Code 09000 Assmt. No. 3382 Imps -0- $ 3,7SO +$3,750 531.4; S06 Pers Prop_ $76,660 ' 8,230 " -68,430 ' 4831.5 Net Change -$64,680 533 Schofield Broadcasting Co. Code 73020 --Assort. 2027 Imps $ 5,580 $ 3,150 -$2,430 " 4831.5 Sal Calone Code 01004 = Assmt. No. 2471 Imps $ 2,540 $1,630 -$ 710 4831 Pers Prop 10,250 1.1,315 +, 1,065 S31.4; 506 Bus Inv Ex ,3,880 4,393 - 513 219 Net Change -$ 158 533 Assessees have been notified. R. U. SEATON, Assistant assessor RESOLUTION NO.'- 77/562 Page'6 0£• 'q Original Corrected Amount Pursuant- Class of Assessed Assessed of to Section Property Value ValueCh. "tinge (R/T'Code) National Equipment Rntl. Ltd. Code 02002 - Assmt. No_ 3613 Pers Prop $S5,S80 $44,930 $10,650 4831.S:-" Markstein Beverage Co. Code 07013 Assmt: No. Z1S1 Imps $13,440 $13,440 -0<: Pers Prop 49,730 48,410 $1,,320 " 4831:5"' Bus Inv Ex No Change Hendrick Piano.Co:, Inc. Code 09000 - Assmt. No. 2770 Pers Prop $24,090 $23,770 $ 320' 4831 Bus Inv Ex 9,4SS 9,56S 110 . " .,219 . Rossmoor Convalescent Hosp., Inc. Code 09000- Assmt. No. 3138 Imps $36,740 $30,140__ $6,600 4831.5 Pers Prop 38,950 33,325 , - S0625"" 483I.S Bus Inv Fac 600 -0- + " 600'. -531.5; :506 Net Change -$11;625 533 Jesse F, Verre Santos, et a1 Code 60003- Assmt. No_ 2005 Pers Prop $15,100 $11,415 -$33-685 4831.S Imps 3,160 3,600 + 440, 531,4;` S06, Net Change $3,245 533 Concord Crane $ Rigging Co. Code 79111 - Assmt. No. 2493 Pers Prop $15,270 $13,715 $1;555 4831.5 Lucky Stores, Inc. 132 Code 77006 - Assmt. No. 2029 Imps $36,260 $35,760 Pers Prop 75,130 76,030 + 900 531.4; 506 " Bus Inv Ex 19,675 20,125 - " '450 219 Net. Change _$ SO S33 Code 85127 —Assessment No. 2022, Franklin Financial Corp. - is erroneously assessed for Personal Property with assessed valuation of $8,410 since certain property oras in Sonoma County on the lien.date; therefore, this assessment,'should be corrected to show Personal Property $3,880. R-0 sis � antAssessor RESOLUTION N0: 77/567.. page;'7 of Q0t1�9 And, further, for the Fiscal Year-1974-75 Original Corrected Amount Pursuant. Class of Assessed Assessed of to Section,.' . ,, Property value value Change (R/T Code) Westinghouse Electric Supply Code 02002 - Assmt. No. 3753 Imps $ 1,670. $ 1,670 -0-, Pers Prop 44,810 44,020 -$ 796 4831.5 Bus Inv Ex 21,365 21,58S - 220'` 219 National Equipment Rntl. Ltd. Code 02002 - Assmt. No. 4129 Pers Prop $34,615 $23,965 $10,650"- 4831.5 - United States Shoe Corp.�o Code 02006 - Assmt. No. -Z4ag Imps $ 2,800 $ 2,680 -$ . 120 4831.5 Pers Prop 21,570 21,390 - 186 4831.5 Bus Inv Ex 9,915 9,825 + 90531.5; 506 Net Change -$ 210`' 533 United States Shoe Corp. 'Code 02006 - Assmt. No. 2087 Imps $12,770 $12,730 =$ 40 4831.5 Pers Prop 60,430 60,080 - 350 4831.5: Bus Inv Ex 29,310 ' 29,120 + 1901 - 531.5; 506 , Net Change -$ 200 5133 United States Shoe Corp. Code 03000. Assmt. No. 2438 Imps $ 4,700 $ 4,700 -6- Pers Prop 51,330 50,300 , -$1,030 4831.5 Bus Inv Ex 24,060 23,910 . + 150 531.5;`"506 , Net Change -$ 880 533 Sal Calone Code 07001 -"Assmt. No. 2294 Imps $ 195 " $ 195 -0 Pers Prop 8,230 8,070 -$ 160 4831'.5 Bus Inv Ex 4,020 3;935 + 85 531".S; 506 Net Change -$ 75 533 United States Shoe Corp. Code 09000`- 2924 Imps $ 1,765 $ 1,765 -0- Pers Prop 62,645 62,300 $ -345. 4831.5 Bus Inv Ex 30,440 30,24S + `195 531.5; 506 . Net Change -$ 150 533 Assessees have been notified. R. 0. SEATON, Assistant Assessor RESOLUTION N0. 77/567 . Page.8 of 9 000 Class of Original Corrected Amount Pursuant,:: Assessed Assessed Of to Section- Property Value Value aInge [R/T`Coded Hendrick Piano Co_, Inc. Code 09000 Assmt. No. 2944 Pers Prop 5 $18,62S $17,750 -$ 850. 4831. Bus Inv Ex 6,625 6,165 + .. 460. Net Change 460' 53L":5; 5061 - :4—S90 533 Rossmoor Convalescent Hosp,., Inc. Code 09000 Assmt_ To. 3348 Imps $34,445 $27,095: -$7,350 4831 5 Pers Prop 44,205 30,270 -13,935 4831:5 Bus Inv Ex 760 -0- + 531.5; 506.' Net Change _$20.;525 533 Kaiser Aetna Code 11005 - Assmt. No. :2002 Pers Prof $21,900 $18,630 . -S3 270 ' 4831.5 Jesse &'Verne Santos, et al Code 60003 - Assmt. No. 2005 Pers Prop $26,340 $22,435 =53,905- 4831.5. Penalty 2,634 2,634 Assessees have been notified_ I hereby consent to the above change and/or corrections: R- W. Ass`t. Assessor JOX CLAUSE o Counsel ty. /wpteuNyro�iwu,�on..JU� 19.1977 - 7 RESOLUTION No. 77/567 Page•9 of '00651 IN THE BOARD OF SUPERVISOR3 OF CONTRA COSTA COUNW, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll } of Contra Costa County ) RESOLUTION NO. 77/568 WHEREAS, the County Assessor having filed with this Board requests for addition of escape assessments;' NOW, TBEREFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments For the Fiscal Year 1977-78 It has been determined from information received in the Assessor's Office that the following homeowner's exemption claims were incorrectly allowed because the claimants did not reside on their property on the lien date. Therefore, escape assessments should be made pursuant to Section 531.6 of the Revenue and Taxation Code, and a penalty of 25 percent of the amount of the escape assessments should be applied as provided in Section 501E of the Revenue and Taxation Code because the claimants did not notify the assessor in a timely manner that the properties were no longer eligible for the exemption. The tax rate applicable should be the tax rate of the year in which the properties escaped assessment. Interest on taxes under Section 506 of the Revenue and Taxation Code should be computed to December 31, 1976, due to the assessor's inability to complete valid procedures initiated prior to that date. Further, in accordance with Section 531.2 of the Revenue and Taxation Code, the escape assessments should not impose a lien or charge against the properties but should be entered on the unsecured roll as the properties were sold subsequent to July 1 of the year in which they should have been lawfully assessed. The assessees have been notified. For the Fiscal Year 1975-76: Tax Rate Account Escape Penalty Parcel Number Area Number Amount_. R&T 0 Assessee 1 0 1 0 0 unnels, can Mar e 130-361-001-6 02002 057365-EO00 750 4.37.50 Hank, Leroy N. 8 Shirley J. U ' R. 0. SEATON, Assistant Assessor t/7-1-77 Copy to: Assessor (Mrs. Rodgers) Assessor (Mrs. Gains) Auditor Tax Collector Page .l. af 2 RESOLUTION N0. 77/568 08052 Tax Rate Account Escape Penalt Parcel Nimber Area Humber AmountR&T 0� Assesses 237-162-011-5 002 ' 01 063--E000 $1750 'W3?WO 0 Brooks, Deanis C. & Marilyn J. 414-222-012-0 08024 041146-3000 $1750 $437.50 Erwin, Samuel Jr. & Anita L. For the Fiscal Year 1976-77: Tax Rate Account Escape Penalty Parcel Number Area Number Amount_ (R&T 0 Assesses O6 -3 -Ol -0 01002 13 9 -..000 11750 q437 50 Trailer, Mary K. 116-262-006-.'4 02002 089925-E000 1750 2437.50 Morris, Maythol E. 149 121-006-6 12012 0253140-E001 1750 437.50 Coats, Roy E. & Muriel 1514-254-016-4 12052 125073-E000 1750 P437:50 37.50 Straw, Jack J. & Pearl 171-170-007-U 09045 047777-33000 7503750 Gagliardi, Arthur L. 177-150-006-1 98003 060885-BO00 1750 Holloway, Rodrick Monthei, Kathleen Jean 189-240-007-6 09000 038125-E000 $1750 $437.50 Dunstan, Edwin E. & Marguerite L. Bell, Norma L. 194-121-011-2 66052 116975-E000 $1750 $437.50 Sheller, John R. & Kathleen 199-381-006-6 66048 036475-B000 $1750 $437.50 Donahue, Daniel P. & Katherine 210-131-019-7 66085 142907-8000 1750 37.50 Wooldridge, Charles W. 212-211-005-5 66085 090193-0000 1750 37.50 Mortensen, Larry J. & Carolyn J. 234-081-035-3 14002 124855-33000 $1750 $437.50 Storrs, Philip N. & 412-322-008-1 11003 072624-33 $437.50 Lake, Jammee 000 $1750 Leslie s B. & Twyla L. 434-034-001-1 08024 0622944 S00o $1750 $437,50 Hudson, Mack M. Jr. & Warrine 42.5-0.50-007-3 85004 080484 soon $1750 $437.50 Mansfield, J. H. & Ruby 0. 50 -371-004-4 03000 107224 E000 $1750 $437.50 Reynolds, William P. 55W-243-002-0 08001 141764-E000 $1750 437.50 Windhurst, Louis A. II-& Joan Windhurst, Louis A. III & Alyce R. 0. SEATON, Assistant Assessor Adopted by the Board on-JUL 19 1977 Copy to: Assessor (Mrs. Rodgers) Assessor (Mrs. Geise) Auditor Tax Collector Page: 2 of 2 RESOLUTION N0. 77/568 0OMP K3 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY', STATE OF CALIFORNIA In the batter of Changes ) of the Assessment Roll ) of Contra Costa County } RESOLUTION No. 77/569 } WHEREAS, the County Assessor having filed-Kith this Board requests for addition of escape assessments; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments For the Fiscal Year 1977-78 It has been determined from information received in the Assessor's Office that the following homeowner's exemption claims were incorrectly allowed because the claimants did not reside on their property on the lien date. Therefore, escape assessments should be made pursuant to Sections 531.1 and 531.6 of the Revenue and Taxation Code, and a penalty of 25 percent of the amount of the escape assessments should be applied as provided in Section 504 of the Revenue and Taxation Code. Interest on taxes should be added in accordance with Section 506 of the Revenue and Taxation Code, and the tax rate applicable should be the secured tax rate of the year in which the properties escaped assessment. In accordance with Section 531.2 of the Revenue and Taxation Code, the escape assessments should not impose a lien or charge against the properties but should be entered on the unsecured roll as the properties were sold subsequent to July 1 of the year in which they should have been lawfully assessed. The assessees have been notified. For the Fiscal Year 1974-75: Tax Rate Account Escape Penalty Parcel Number Area Number Amount. R&T O Assessee 244-G"�=r14002 bIM --0_60 §1750 *437-15-0 boghosian, Jacqueline For the Fiscal Year 1975-76: Tax Fate Account Escape Penalty Parcel Number Area Number ** 70D, mount_ R&T 0 Assessee ll5U-l8'-0003-2 I�� X3 0 $ 7 0 0 Greelman, liam G. 244-111-012-5_ 311.002 013343-EOOO $1750 37.,50 Boghosian, Jacqueline ,510-131-012-5 OtiO02 068921.-EOOO $1750 X37.50 Kelly, Elmer F. R. O. SEATON, Assistant Assessor t/6-30-7? Copy to: Assessor (Mrs. Rodgers) Assessor (Mrs. Geise) Auditor Tax Collector Page 1 of 2 RESOLUTION NO. 77/569 60054 For the Fiscal year 1976-77: Parcel Number Tax Rate Account Escape Pensl.t 0 Area Number y 076 2530 0100 1 .3000 ��p Rd� Assesses 111_171-004_0 01002 137229-E000 1750 netr c C. ?oa 14 02002 029615-3000 1750 437.50 Ward, Rachel 115-152-102_ 37.50 Crawford, Charles L. & 9 02002 068835 Ecoo X1750 150-182-005-2 12009 053245-E0o3 1 $437.50 Kia y,Louis W. 175-251-006.3 0900 106737-B000 106 750 X437.50 Greelman William G. 244-111-112-5 3.Q02 O1 73?-E000 X1750r437 37.50 Reim ' 262-021-co 3343-E000 y�1750 , Hans J. � Barbara 5-C 83004 138535-E000 $1750 .50 Boghosian, Jacqueline 510-131-012 5 08002 068924-E000 T1750 3750wells Ma37.50 Ke11 ' Elmer H. � y, liner F. R 0 SEXTON�Issig�ta-n- t ssessor Adopted brtteeoa�don—JUL 19 1977. Y d .nl . � x I A Y F f �4 f k - P K w(• � J • x i -t � � l h 1 1 Copy tcz, Assessor (Mrs. Rodgers) Assessor (Firs. Geiae} Auditor Tax Collector RESOLUTION NO. 77/569 Page'2 or,2 Vll� f BOARD OF SM--VMtRS OF COMA COSTA COU7IX; CALi IRMII Hee Cancel be3inquent Penalties, etc. ) on 1976-77 Secured Assessment Roll . ) ` wIESOLUTIOH N0. 77/ r TAA COLLECTOR'S MO: 1. Parcel Nos. 110-291-001-3 and 131-317-016-9._ I have established by,, satisfactory proof that remittances to cover�ymeats of the.second installments . Of taxes were deposited in the United States$sil, properly addressed with postage prepaid,,but were not timely received, resulting in delinquent penalties, costs, redemption penalties and fees attaching thereto. Having received'payments, I noir request cancellation of the 6% delinquent penalties, costs, redemption penalties and fees, pursuant to Revenue and_Taxation Code Section 2$12. Dated: July 12, 1977 SWARD If. ZEAL, Tax Collector Icon to these cancellations. - JOHN :'CLAIISENSC r el ; By: _ , asst. , D.epnty JUL 191977 ppopted by tj oa- 1 Q_ k 9� BOARD'S ORMR: Porsuaat to the above", and to't}►e eliove satisfeotary proof,' the-Auditor is CREJERM to`CAMML these uncollected deltaqueat peaalties,,cont"s, redenption penalties and Sees. cc: Coity Auditor County Tax Collector RESOLUTION NO.77/570 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the :Tatter of the Cancellation.of RESOLUTION W. 77/571 Delinquent'Tax Penalties ) Talc c. miss); AUDITOR'S MEMO: Pursuant to Revenue and Taxation Code 4985, I recommend cancellation oft he following uncollected delinquent penalties, costs, redemption penalties,; =. interest, or redemption fees on the assesst�ent roll for:the 2975-?7 fiscal year. They attached to the properties described'by the folia ing Assessor's,: Parcel Numbers or'Tax Collector's Bill_1'umbeis-due to,the Auditor's inability to complete valid procedures initiated;prior to the delinquency date. LC if. DO+AXALD FU\K; County Auditor-Controller; J0 D ..CLW o unsel', BY= > = Deputy �) ut Qc P. y The Contra Costa County Board of Supervisors RESOLVES TllAT: rsuant'to the above authority and recommendation, the County Auditor shall cancel the uncollected, delinquent penalties,costs,:redemption penalties, interest, ' or redemption fees on the properties described by the following-Assessor's- Parcel h1mbers or Tax Collector's Bill Numbers: 503-?36-ao2-5 Adopted by the Board on JUL 19 1911 r } — S ! � i — � y s i} z" PASSED Ate? ADOPTED on JulY 192 1977 . x°cc County Auditor by.unaninous vote of the County Tax:Collector Cr)` Supervisors present`' County;Counsel PESOLUTIO;T`J:O. 007 I IN THE BOARD OF SUPERVISORS " OF CONTRA COSTA COUYIY, STATE OF CALIFORNIA Resoulrlox No. .71/572 RE: Rescind`.Board's`Resolution Naber 77n•66 Relating to j Parcel 085-118-010 in Code-" Area 7025 . j j County Auditor for rescission of,,Board's Resolution relating Upon application of the to transfer of tax lien to the unsecured roll, the 6oard'of Supervisors finds as follows: 1. The Board's Resolution Number 77/.66 where tax lien to he Unsecured on Parcel No. 0.R5-?18-010 was cancelled and transferred to the Unsecured roll was improper because both installments of taxes were paid before valid procedures could be completed by the Auditor's Office- 2. Since both installments have-been paid, there are no outstanding taxes due for 1976-77. NON, TIiEREFORE it is by the Board Ordered that the Board's Resolution Number relating-to transfer of tax lien td theZ976-718 3e�b�re� d�dParcel No. 085 738.010 in Code Area 7025 amounting to I hereby request the above action: I hereb onsent to the above amendment JOI CLAUS 'SEL Deputy B H. DO\ALD FUNK COUNTY AUDITOR-MNTROLLER July_ 19_L7 Adopted'by the Board this l9th day of cc: County Atr6ltor County Tax Collector(2) County Adainistrator County Counsel_ RESOLUTIOW NO. 77/572 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans } and Specifications for the Kenyon )) Avenue Reconstruciton Project, RESOLUTION NO. 77/573 Kensington Area. ) ' Project No. 1655-4364=665-77 ) WHEREAS Plans and Specifications for the Kenyon Avenue Reconstruction Project have been filed with the Board this day by the Public.Works Director; and W11EREAS the general prevailing rates of wages, which shall be the minim m 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 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 Aat , and the Clerk of this Bo is d ected to pub ish once to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the EL CERRITO JOURNAL PASSED AND ADOPTED by the Board on .July 19, 1977 Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller RESOLUTION NO.'77/573 00059 I KENYON AVENUE PROJECT NO. 1655-4364-665-77 CONTRA COSTA COUNTY PUBLIC :CORKS DEPARTMENT MARTINEZ# CALIFORNIA NOTICE TO CCNTRACTORS NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISGRS OF CONTRA COSTA COUNTY* THAT THE CLERK OF SAID BOARD WILL RECEIVE SID& UNTIL 2 O'CLOCK •P.:d. ON AUGUST 189. 15779 FOR THE FURNISHING OF ALL LABURP- MATERIALS+ EOUIPMENT# TRANSPORTATION AND SERVICE'S FOR KENYON AVENUE RECONSTRUCTION THE PROJECT IS LOCATED ON KENYON AVENUE BETWEEN WELLESLEY AND PURDUE AVENUE IN THE KENSINGTON AREA THE WORK SHALL BE OCHE IN ACCORDANCE 'WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO BIDS ARE REOUIRL-3 FOR THE ENTIRE WORK DESCRIBED HEREIN. ENGINEERS. ESTIMATE ITEM ESTIMATED UNIT OF y0. QUANTITY MEASURE IM:4 1 1 LS SIGNING AND TRAFFIC CONTROL 2 (F) 1:700 CY ROADWAY EXCAVATION 3 280 TON CLASS 2 AGGREGATE SUBBASE 4 900 TON CLASS 2 AGGREGATE BASE. 5 410 TON ASPHALT CONCRETE (TYPE B) 6 (F) 550 CY PERMEABLE MATERIAL 7 IF) 230 CY FILTER MATERIAL 8 57 LF 49' PERFORATED STEEL PIPE UNDERDRAIN t.064" THICK) 9 67C LF 6" PERFORATED STEEL PIPE UNDERDRAIN (.064" THICK) 10 23 LF 691 NOMPERFORATED STEEL PIPE UNDERDRAIN (.C64" THICK) 11 (F) 70C SOYD FILTER CLOTH 12 430 LF GUTTER REPLACEMENT maofilmed with board vr'der 13 25 LF CURB AND GUTTER REPLACEMENT oow V - 1 (� I NOTICE TO CONTRACTORS (CONT.I ITEM ESTIMATED UNIT OF NO• QUANTITY MEASURE ITEM 14 15. LF- ROLLED CURB AND GUTTER REPLACEMENT= 1.5` I6 : LF GUTTER AND DRIVEWAY RAMP REPLACEMENT LF REMOVE AND REBUILD ORLVEWAY RAMP,' WITH STEEL PLATE EA 4811 PRECAST MANMOLE WLTR TYPE I _ MANMOLE BASE.. I9 Z EA- UNDERDRAIN RISER I4: Zs000 3 SAwcur DRIVEWAYS ANO MISCELLANEOU53" WORK (CONTINGENT SUM—PAiD AS' EARNED? f { F ~ � 1 5� M ,.✓it W f ya �. y { � r r� r Y 00061 n 2 NOTICE TO CONTRACTORS (CONT.I EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI— FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER— VISORSs ROOM 1039 COUNTY ADMINISTRATION BUILDINGS 651 PINE STREETS MARTINEZ9 CALIFCRXIAS THE PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPARTMENTS 5TH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA— TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE] AND PROPOSAL FORMS. MAY BE OBTAINED BY PROSPEC TIvE BIDDERS AT THE PUBLIC WORKS DEPARTMENT. 5TH FLOOR* COUNTY ADMINIS— TRATION BUILDING* UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE A.MCUNT' CF FOUR AND 261100 DOLLARS (54.26) (SALES TAX INCLUDED) WHICH AMOUNT SHALL NOT BE REFUNDABLE. CL4FCKs AHAII RF MAnF PAYARLF TO 'THE COUNTY OF CONTRA COSTA'S AND SHALL BE MATLED TO PUBLTC WORKS DEPARTMENTS STH FLOOR* ADMINISTRATION BUILDING• MARTINEZ• CALIFORNIA 94553_. EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT* 5TH FLOCR9 COUNTY ADMINISTRATION BUILDING. ?IDS ARE REQUIRED FOR THE ENTIRE WORK 'DESCRIBED HEREIN. AND NEITHER PARTIAL %OR CONTINGENT BIDS WILL EE CONSIDERED. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID SMALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY MAY BE IN THE FORm OF A CASHIER'S CHECK* CERTIFIED CHECK OR BIDDER'S BONDS- MADE PAYABLE TO THE ORDER OF 'THE COUNTY OF CONTRA COSTA.' THE ABOVE—MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE 'WORK. AND WILL RE 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 00 SO BY THE BUAAD OF SUPERVISORS OF CONTRA CCSTA COUNTY. BID PROPOSALS SHALL BE SEALEC AND SHALL BE SUBMITTED TO THE CLERK OF THE BOARD OF SUPERVISORS# ROOM 1039 COUNTY ADMINISTRATION BUILDINGS 651 PINE STREETs 'AARTINEZ9 CALIFORNIA. ON OR BEFORE THE . 19TH DAY OF AUGUST# 19TT# AT 2 O'CLOCK P.M. AND FILL BE OPENED iN PUBLIC AND AT THE TIME DUES IN THE CCNFERENCE ROCM OF THE PUBLIC WORKS DEPARTMENT* 6TH FLOOR9 ADMINISTRATION EL:,G., 0ARTI Us CALIFORNIA* AND THERE READ AND RECORDED. ANY BID PRGPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL =E RETURNED UNC-PE`iED. 00(162 N — 3 NOTICE TC CONTRACTORS ICONT•l THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICE, SAID BONDS TO BE SECURED FROM A SURETY- COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA. BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE OF THE STATE OF CALIFORNIAs 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 EE PERFORMED FOR EACH TYPE. OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER._ THE PREVAILING RATE OF PER DIEM WAGES IS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS* AND IS INCORPORATED HEREIN BY REFERENCE THERETO. THE SAME AS IF SET FORTH IN FULL HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST. THE MINIMUM !SAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE CCUNTY. THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY BID ANC/OR WAIVE ANY IRREGULARITY IN .ANY BID, RECEIVED. BY ORDER OF THE. BOARD OF SUPERVISORS' OF CONTRA COSTA CC+UNTY J.R. OLSSON COUNTY CLERK AND EX—OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY DEPUTY DATED- JUL 19 1977 PURLICATIOh DATES— WIwo — 4 KENYON AVENUE PROJECT NO* 1655-4364-665-77 BIDS DUE AUGUST 18. 1977 AT 2 O'CLOCK P*M. ROOM 1039 COUNTY ADMINISTRATION BUILDING. 651 PINE STREET. MARTINEZ► CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ. CALIFORNIA P R- 0 P 0 S A L a- e, ., � � +► � it � F O R KENYON AVENUE RECONSTRUCTION- ,NAME OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE TO THE SCARD OF SUPERVISORS OF CONTRA COSTA COUNTY — THE UNDERSIGNED* AS BIDDERS DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSENAMED tIEREIN— THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSON* FIRM OR CORPORATICN— THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO— POSED WCRK* PLANS AND SPECIFICATIONS— AND HE PROPOSES AND AGREZS* IF THIS PROPOSAL IS ACCEPTED*- THAT HE WILL CONTRACT WITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY* TOCLS* APPARATUS AND OTHER MEA:.S OF CONSTRUCTION* AND TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT*- IN THE MANNER AND TIME PRESCRIBED* AND ACCORD— ING TO THE REQUIREMENTS OF THE ENGINEER AS THEREIN SET FORTH* ANO THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREINSEL0W FOR THE VARIOUS ITEMS OF WORK* THE TOTAL VALUE OF SAID WORK AS ESTIMATED nEREIN BEI`iG S *-INSERT TCTALJ AND THE FOLLOWING BEING THE UNIT PRICES BID* TO ^IT— Microfilmed with board order 00064 o _ , PROPOSAL (CONT.) (PRICE NOT TO EXCEED THREE (3) DECIMALS) ITE-1 TOTAL ITEM ESTIMATED UNIT OF PRICE( II: •(I.I I N0. QUANTITY MEASURE ITEC' Yom` FIGURES) FI_URES) 1 1 LS SIGNING AND TRAFFIC CONTROL 2 Ir700 CY ROADWAY EXCAVATION (F) 3 280 TON CLASS 2 AGGREGATE SUBBASE 4 900 TON CLASS 2 AGGREGATE BASE 5 41� TON ASPHALT CONCRETE (TYPE @i 6 550 CY PERMEABLE MATERIAL. (F) 7 230 CY FILTER MATERIAL (F) a 57 LF 49' PERFORATED STEEL PIPE UNDERDRAIN (.064't THICK) 9 670 LF 6" PERFORATED STEEL PIPE UNDERDRAIN (.064't THICK) 10" 23 LF 619 NONPERFORATED STEEL PIPE UNDERDRAIN (.C64" THICK) 11 700 SOYD FILTER CLOTH fF) 12 430 LF GUTTER REPLACEMENT 13 25 LF CURB AND GUTTER REPLACEMENT 00065• o _ � DROPOSAL (CONT.) (PRICE NOT TO EXCEED THREE (3) DECIMALSI ITEM TOTAL ITEu ESTIMATED UNIT OF PRICE(IN (It: `O. ' QUANTITY MEASURE ITEM FIGURES) FIGURES) 14 15 LF ROLLED CURB AND GUTTER REPLACEMENT w~ 15 16 LF GUTTER A::D DRLVEWAY RAMP REPLACEMENT 16 64 LF REMOVE AND REBUILD DRIVEWAY RAMP WIT14 STEEL PLATE 17 1 EA 48'1 PRECAST MANHOLE +LITH TYPE i MANHOLE BASE. 18 2 EA UNDERDRAIN RISER 19 Z+000 5 SAWCUT ORIVEWAYS AND MISCELLANEOUS. 52.OuC•C . WORK (CONTINGENT SUM-PAID AS EARNED) NOTE-PLEASE SHOW TOTAL. ON PAGE P-1 TOTAL 0ON6 p - '2 PROPOSAL (CONT.) IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS* THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF 'aGRK UNDER EACH ITEM ARE APPROXIMATE ONLY* BEING GIVER FOR A BASIS OF COMPARISGN OF PROPOSAL* AMD THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE— CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIRED* Inti ACCORD— ANCE WITH PROVISIONS SET FORTH IN THE- SPECIFICATIONS FOR THIS. PROJECT. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FCR THE PROJECT. DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FCR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT rs HEREBY AGREED THAT THE UNDERSIGNED+ AS BIDDER. SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE ONE HUNDRED PERCENT OF THE TOTAL AMCUNT OF THIS PROPOSAL* TO THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY* EXECUTED BY A RESPONS— IBLE SURETY ACCEPTABLE TO SAID COUNTY* IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CCNTRA COSTA.. ,IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS. AFORESAID AND TO GIVE THE TWO BCNDS IN THE SU145 To RE DETERMINED AS AFORESAID. WIT4 SURETY- SATISFACTORY TO THE BOARD OF SUPERVISORS* 'WITHIN SEVEN t7) DAYS* NOT INCLUDING SUNDAYS. AFTER THE SIDDER HAS RECEIVED NOTICE FRCM THE BOARD OF SUPERVISORS THAT THE CON— TRACT IS READY FOR SIGNATURE* THE BOARD OF SUPERVISORS MAY* AT ITS OPTION* DETERMINE THAT THE BIDDER HAS ABANDONED- THE CONTRACT* AND THEREUPCN THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE; OF SUCH SECURITY ACCOMPANYING THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS THE CONTRACTOR AGREESr BY SUB•'+ ISSION OF THIS PROPOSAL* TO CON— FORM TO THE RECUIREME,NTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAiNiNG TO SUBCONTRACTORS* EXCEPT AS PRCVIDED UNDER SECTIO. 4100.5* THE SAME AS IF INCORPORATED HEREIN. FOR ALL TRAFFIC SIGNAL AND STREET LIGHTING WORK* A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ALL ITEMS QF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED CN THIS PROJECT. IF A PORTION OF ANY ITEC! OF WORK IS DONE BY A SUBCONTRACTCR+ THE VALUE OF THE WORK SUBCONTRACTED WILL EE BASED ON THE ESTIMATED COST CF SUCH PCRTIGN CF THE CONTRACT ITEM* DETERMINED FROM I,NFORMATICt� SUE'tITTED BY THE CO:.— TRACTOR. SUBJECT TO APPRCVAL BY THE ENGItiEER. THE UNDERSIG=NED. AS BICOER, DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUBCOINTRACTICR CR MATERIALMAN THROUGH ANY 510 'WEPOSITCRY, 'HE BY—LAWS* RULES OR REGULATIONS OF oiHICH PROHISIT OR P4EVENr THE COI.— TRACTOR FROM CCNSIDERING ANY BID FROM ANY SUBC7`)TRACTCR OR ,MATERIALIM-A;i. WHICH IS NOT PROCESSED THROUGH SAID EID DEPCSITORYP OR AHICH PREVENT ANY SUBCONTRACTOR OR MATERIALMAN FROM. BIDDING TO ANY CONTRACTOR wHa DOES C:OT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH 310 DEPOSITORY. P - 4 "1*7 m . - i PROPOSAL !CONT.) N0. ITEM SUBCONTRACTOR ADDRESS ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID (CASHIER'S CHECK*- CERTIFIED CHECK OR BIDDER'S BOND ACCEPTABLE) THE NAMES OF ALL PERSONS INTERESTED EN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT NOTICE IF THE BIDDER OR OTHER INTERESTED PERSON I5 A CORPORATION► STATE LEGAL NAME OF CORPORATION* ALSO NAMES OF PRESIDERT► SECRETARY r TREASURER"* AND MANAGER THEREOF.. IF A CCPARTNERSHIP* STATE TRUE N)A,,4E OF FIRM► IF BIDDER OR OTHER IP;TERESTED PERSON IS- AN INDIVIDUAL*-- STATE FIRST AND LAST !SAME IN FULL. V LICENSED TO DO OR SUBCONTRACT ALL CLASSES OF imCRK INVOLVED IN THE PROJECT* IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRA- TION OF CONTRACTORS► LICENSE NOw (CLASS- ). (SIGNATURE CF BUSINESS ADDRESS PLACE OF RESIDENCE DATE 14 --- -- 00068' P - 5 1 B. Requirement--An Affirmative Action Plan (Can't) Part III: Certifications. A. Bidders' Certification. A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting cogtract: BIDDERS' CERTIFICATION certifies that: (Bidder) 1. it intends to employ .the following listed. construction trades in its work under the contract and 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa 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 11 of these Bid Conditions, it adopts the minimum minority manpower utilization,goals and the specific affirmative action steps contained in said Part 11 on this and a11" future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: and 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. (Signature of,authorized representative of bidder OOfla9 E - 6 KENYON AVENUE RECONSTRUCTION Project No. 1655-4364-665-77 For Pre-Bid Information, Contact: Road Design Division Phone 04151 372-2131 L s4 r �s* �,yr trvx r ✓ r '�fi r � f 4 m SPEC[AL'PROVISIONS - a f FOR'.CONSTRUCTION ON COUNTY`H16H1JAY f ' KENYON AVENUE RECONSTRUCTION §x I $y r p FILE JUU/9 1977 J. R.OLSWN CMK BOARD OF SUFEM=M r }. C=A CO. s � COUNTY ROAD NO.1655 `AH N t p f i : 4 t 2 y 44 1 Y C �l RNON . ,CLINE, PUBLIC WORKS- DIRECTOR CONTRA;COSTA COUNTY PUBLIC WORKS DEPARTMENT 1NEZ,. CALIFORNIA MART JULY19, 1977 rr��O Microfilmed with board order �DI r.'I I N 0 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 s" _Liquidated Damages A-1 5. Permits A-2.',.- SECTION 8 - GENERAL PROVISIONS 1. Definitions and Terms B-1. 2. General B=1 ` 3. Proposal (Bid) Requirements and Conditions 6-T 4. Award and Execution of the Contract', B-3 5. Scope of Work 6-3. 6. Contral of Work 8-3 7. Control of Materials B-4 B. Legal Relations and Responsibility Bal- 9. Prosecution and Progress B=7. 10. Measurement and Payment B-8 • SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1. Definition C-1 " 2. Labor C-1" 3. Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS 1. Lines and Grades D-1 2. Materials 0-1 3• Public Convenience, Public Safety and' Signing 0-2 4. Cooperation D-4 5. Obstructions D-5 6. Measurement and PaymentD-5 7. Removing Concrete D-5 8. Watering D-6 9. Control of Water D-6 10. Earthwork D-7 11. Clean-up 0-7 12. Aggregate Subbase D-7 13. Aggregate Base 0-7 14. Asphalt Concrete D-8 15. Underdrains D-10 16. Permeable Material D-10, 17. Filter Material 0-1.1 18. Filter ClothD-12 00071 THIS SHEET IS FOR INFORMATION PURPOSES AND SHALL NOT BE CONSIDERED A PART OF THE CONTRACT Your attention is directed to the requirements in Section E, "Bid Conditions Affirmative Action Requirements, Equal Employment Opportunity." This project is within the area covered by an Area Plan on Equal Employment Opportunity and the Contract contains a special section of bid conditions dealing with the implementation of that Plan. There are two methods of qualifying for contract award, one of which is described under Part 1 and the other under Part II of the specifications. We have received information that specific crafts, listed in Section E (1) "Area Affirmative Action Plan" of the special provisions, have been approved as partici- pating crafts for the Contra Costa Area Plan. QUALIFICATION UNDER PART 1 Any or all of the crafts listed in Section E (1) "Area Affirmative Action Plan" may be qualified under Part 1. No contractor can qualify completely under Part 1, but may qualify the listed crafts under Part 1 and must qualify all remaining crafts under Part II. Partial qualification under Part 1 involves completing Paragraph 2 (a) of the Bidder's Certification of Affirmative Action for Equal Employment Opportunity in the Proposal for the listed approved crafts. QUALIFICATION UNDER PART II In connection with responsibilities assumed by contractors bidding on this project, your particular attention is called to Paragraphs B-1 "Goals and Timetables," and B-2 "Specific Affirmative Action Steps" of Section E (2) "Affirmative Action Requirement" of the Special Provisions. You must complete Paragraph 2 (b) of the Bidder's Certification of Affirmative Action for Equal Employment Opportunity which is contained in the Proposal or submit an Affirmative Action Plan to the County Public Works Department that meets the requirements as outlined in Part 11- B. Particular attention also should be given to the sixth paragraph of Section E, Part IV of the Special Provisions, which states "It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees." In order to be a responsive bidder eligible for contract award under Part 11, the contractor must complete the Bidder's Certification of Affirmative Action for Equal Employment Opportunity at the time of submitting his bid. 00072 -INFO.%4ATION- THIS SHEET IS FOR INFORMATION PURPOSES AND SHALL NOT BE CONSIDERED A PART OF THE CONTRACT Your attention is directed to the requirements in Section E, "Bid Conditions Affirmative Action Requirements, Equal Employment Opportunity." This project is within the area covered by an Area Pian on Equal Employment Opportunity and the Contract contains a special section of bid conditions dealing with the implementation of that Plan. There are two methods of qualifying for contract award, one of which is described under Part 1 and the other under Part II of the specifications. We have received information that specific crafts, listed in Section E (1) "Area Affirmative Action Pian" of the special provisions, have been approved as partici- pating crafts for the Contra Costa Area Plan. QUALIFICATION UNDER PART 1 Any or all of the crafts listed in Section E (1) "Area Affirmative Action Plan" may be qualified under Part 1. No contractor can qualify completely under Part 1, but may qualify the listed crafts under Part 1 and must qualify all remaining crafts under Part II. Partial qualification under Part 1 involves completing Paragraph 2 (a) of the Bidder's Certification of Affirmative Action for Equal Employment Opportunity in the Proposal for the listed approved crafts. QUALIFICATION UNDER PART II In connection with responsibilities assumed by contractors bidding on this project, your particular attention is called to Paragraphs B-1 "Goals and Timetables," and B-2 "Specific Affirmative Action Steps" of Section E (2) "Affirmative Action Requirement" of the Special Provisions. You must complete Paragraph 2 (b) of the Bidder's Certification of Affirmative Action for Equal Employment Opportunity which is contained in the Proposal or submit an Affirmative Action Plan to the County Public Works Department that meets the requirements as outlined in Part 11- B. Particular attention also should be given to the sixth paragraph of Section E, Part IY of the Special Provisions, which states "It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees." In order to be a responsive bidder eligible for contract award under Part 11, the contractor must complete the Bidder's Certification of Affirmative Action for Equal Employment Opportunity at the time of submitting his bid. -INFO%MATION- 0OR`3 SECTION A - DESCRIPTION OF PROJECT 1. LOCATION The project is located on Kenyon' Avenue between Wellesley Avenue and Purdue Avenue in the Kensington area. 2_ DESCRIPTION OF WORK The work consists of the reconstruction of the roadway section, the installation of underdrain system, permeable and filler material blankets, the removal and replacement of deteriorated gutters and driveway ramps, 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 entitled, "KENYON AVENUE RECONSTRUCTION," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal , the Contract (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. 4. BEGINNING OF WORK, TIME OF COMPLETION E LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03, "Beginning of Work," Section 8-1 .06, "Time of Completion," and Section 8-1.07, "Liquidated Damages," of the Standard Specifications and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 40 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed." The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each and every CALENDAR DAY. of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof. Ari A - 1 00074 5. PERMITS Grading - The Contractor shall comply with the applicable provisions in the County Grading Ordinances (Title 7-Division 716 of the Contra Costa County Ordinance Code) in the process of disposing of the excess material as fill on private property within the County. Sewer - The Contractor shall contact the Stege Sanitary District forty-eight (48) hours prior to commencing work on any existing sewer facility (including removal of castings during grading operations). At that time a no fee permit shall be obtained by the Contractor and inspection procedures established. Full compensation for conforming to Permit require- ments shall be considered as included in the price paid for the items in which the permits are required. 7: A 2 Kevisel c, SECTION B - GENERAL PROVISIONS 1. DEFINITIONS AND TERMS As used herein, unless the context otherwise requires, the following terms have the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the Notice to Contractors, Proposal and Special Provisions. b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa County Public Yorks Director (Road , Commissioner-Surveyor; ex officio Chief Engineer), or his authorized agent acting ` within the scope of his authority, who is the Agency's representative for administra- tion of-this contract. d. STANDARD SPECIFICATIONS (S.S.) means the Standard Specifications of the State of California, Business and TransFoRation Agency, Department of Transporta- tion, (hereinafter sometimes referred to as S.S.), dated January, 1475. 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. EQUIRIENT RENTAL RATES AND GENERAL PREVAILING NAGE RATES means the latest edition of the Equipment Rental Rates and General Prevailing Hage 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 the Clerk of the Board of Supervisors. f. OTHER PERTINENT DEFINITIONS- See S.S. Section 1. 2. GENERAL a. State Contract Act. Unless otherwise specified in Section A of these special provisions, orelsewhere 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 AND CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans, Specifications, Contract and Site of Work 5.5. 2- .03 00074) B - i SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS-(Cont.)- -' Records ONDITIONS (Cont )- Records of the Department referred to in the second paragraph of S.S. Sec. 2-1.03 may be inspected in the office of the Public Works Oirector _.for. the County of Contra Costa, Martinez, California. b. Proposal (Bid) Forms (S.S. 2-1.05) (1) The provisions of S.S. Sec. 2-1.05 concerning the pre- qualification of bidders as a-condition to the furnishing of a proposal form by the Department shall not apply_ (2) All proposals (bids) shall be made on forms to-be obtained from the office of the Public Works Director, at the address indicated on the Special, Provisions; no others will be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1.05 are superseded by the following: All proposals (bids) shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respec- tive spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) Therequirementsof the last two paragraphs of,S.S. Sec. 2-1.05 shall not apply. c. .Proposal (Bid) Guaranty (S.S. 2-1:07) The requirements of S.S. Sec. 2-1.07 are superseded:.by the follow- ing; _. (I) All proposals (bids) shall be, presented undersealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guar- anty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of.cash, certified check, cashier's check, or bidder's bond payable .to the specific Agency. d. Competency of Bidders (S.S. 2-1.11) The requirements of S.S. Sec. 2-1.11 -shall not apply: Attention is directed to S.S. Sec. 7-1.01E and the requirements of law referred to therein relating to the licensing of Contractors. All bidders must be Contractors holding a valid license to perform the required work as provided by the Business •and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial respon- sibility, and experience, in order to be eligible for consideration of their proposal. B - 2 �O"o76 SECTION B - GENERAL PROVISIONS 4, AWARD AND EXECUTION OF THE CONTRACT (S.S. 3) The 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 of Public Works" means the Board of Supervisors. b. Contract Bonds (S.S. 3-1.02) The successful bidder shall furnish a Faithful Performance Bond in. the amount of the total bid and a Labor and Materials Fand'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) days after its submission to him, the successful bidder shall sign the contract and return it, together with (1) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen's.Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public Works Cepartment, 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 4-1.038, "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 4-1.038(1), 4-1.036(2), or 4-1.036(3), as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. , i W7J Pr 8 - 3 SECTION B - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S. 6) The 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, before performing any work under the agreement,. shall, at no expense to the Agency, obtain and,maintain in force the following insurance: (a) :lith respect to the Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behalf: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (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 NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. (JlJ�J7 6 - a r SECTION B - GENERAL PROVISIONS - B. LEGAL RELATIONS 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. Maintenance 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 maintain 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 the 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 him. c. Preservation of Property The provisions of Section 7-1.11 of the Standard Specifications shall apply to all improvements, facilities, trees or shrubbery within or adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to . other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Con- tractor and may be aeducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-Way and Easements The rights-of-way, easemmnts, rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be ,determined, adequate for the performance of the work under this contract. Any. additional rights- of-Way, easements, or permits which the Contractor determines are necessary or conven- ient for the performance of the work shall be obtained by the Contractor at his expense. 000'7 7 IV B - 5 SECTION B - GENERAL PROVISIONS B. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) e. Access to Construction Site The Contractor shall make his owninvestigationof the conditions of existing public and private roads and of clearances, permits required, restrictions, road and bridge load limits, and other limitations affecting transportation and ingress and egress to the job site. The unavailability of access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of 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. g. Damage by Storm, Flood, Tidal Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications are amended to read: 1. Occurrence--"Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damage--Nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consider- ation under the provisions of this section. 3. Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1.165 will be determined in accordance with the provisions in Section 9- 1.03,. "Force Account Payment," except that there shall be no markup allow- ance pursuant to Section 9-1.03A, "Work Performed by Contractor," unless the occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the requirements of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be, considered in determining the cost of repair under this Subsection E. 00o78 6 SECTION 8 - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) 4. Payment for Repair Work--When the occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, deter- mined as provided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. When the occurrence that caused the damage was a storm or flood, the County will participate in the cost of the repair determined as provided in Subsection E in accordance with the following: (a) On projects for which the amount of the Contractor's bid for bid comparison purposes is $2,000,000 or less, the County will pay 90 percent of the cost of repair that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. (b) On projects for which the Contractor's bid for bid comparison purposes is greater than $2,000,000, the County will pay 90 percent of the cost of repair that exceeds $100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein. a. Subcontractinq_(S.S. 8-1.01) The items of work in the Engineer's Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items." b. Assignment (S.S. 8-1.02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors, nor in any event without the consent of the Contractor's surety or sureties, unless such surety or sureties have waived their right to notice of assignment. c. Beginning of 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. d. Progress Schedule (S.S. 8-1.04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress Schedules shall be submitted within five (5) working days-of the Engineer's written request. 00079 8 - 7 SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont:) -e. Time of Completion (S.S 8-1.06) The following days are designated as legal:holidays: January 1, February 12, 3rd Monday. in February,. last Monday in May, July 4, 1st Monday in.September, . September 9, 2nd Monday in October, November ll, 4th Thursday in November, December 252 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) The provisions of S.S. Sec. 9 shall-apply, except as-modified herein. a. Determination of Rights (S.S. 9-1.045) " The provisions of S.S. Sec. 9-1.045 shall not apply. b. Partial Payments (S.S. 9-1.06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1.06 and the fourth paragraph of S.S. Sec. 11-1.02, the-Agency-will withhold 10 percent from any estimated amount due the Contractor. , c. Payment of Withheld Funds (S.S. 9-1:065) The 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.Compietion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the 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, 00086 B - 3 SECTION B - 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. _.._ 5Z. 5-11 1 l: i l -,'t' � Pt, rcrf_ u _. = _ OOOK B - 9 (Revised 5!15!77*) 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 calculating 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. Nhen 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 wages to be paid, as defined in S.S. Sec. 9-1.93A(la), will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retro- active 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. *c. The second paragraph in Section 9-1.03A, "Work Performed by Contractor," of the Standard Specifications is amended to read: To the total of the direct costs computed as provided in Sections 9-1.03A(1), "Labor," 9-1.03A(2), "Materials," and 9-1.03A(3), "Equipment Rental," there will be added a markup of 24 percent to the cost of labor, 15 percent to the cost of materials, and 15 percent to the equipment rental. d. Section 9-1.03A(lb), "Labor Surcharge," of the Standard Specifications is amended to read: To the actual wages, as defined in Section 9-1.03A(la), will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Wage Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the workmen, other than actual wages as defined in Section 9-1.03A(la) and subsistence and travel allowance as specified in Section 9-1.03A(lc). 3. EQUIP104T RENTAL. The provisions of S.S. Sec. 9-1.03A(3) shall apply, except as modified herein. a. No payment will be ;Wade 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 SECTION D - CONSTRUCTION DETIALS 1. LINES AND GRADES One complete set of stakes for each of the following items will be set by the Engineer after notification by the Contractor as specified in Section 5-1 .07: (a) Control stakes for crownline finish grade elevations will be set and they shall be used by the Contractor to control the basement material and subbase, 'per- meable and filter material , base and surfacing. No additional stakes or marks for alignment or grade control will be set by the Engineer. The Contractor shall provide such separate grade controls for the basement material and the subbase, base and surfacing as are necessary to secure conformance with the plans and final stakes. Control stakes for the curb and gutter and gutter only replacement shall be provided by the Contractor. The Contractor shall provide grade and alignment control stakes behind the curbs to be replaced as are necessary to secure conformance with the pians and specifications. The staking shall be done prior to removal of the curbs and/or gutters. (b) Underdrain systems. The Engineer shall be the sole judge of the adequacy and sufficiency ofthestakes and marks for the purpose for which they are set. if the Contractor requests additional stakes, hubs, lines, grades or marks other than those set by the Engineer, the cost of labor, equipment and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment and materials involved in resetting stakes destroyed or displaced because of the following reasons, will be deducted from any monies due or to become due the Contractor: (a) Negligence in use of construction equipment. (b) Stakes ordered by the Contractor that are not used for a long period of time and are lost in the interim. (c) Poor planning of sequence of operations by the Contractor. Full compensation for providing staking of curb and/or gutter shall be considered as included in the prices paid per linear foot for the various curb and/or gutter replacement items and no separate payment will be made therefor. 2. MATERIALS Certificates of compliance will be required for the perforated underdrain pipe, and the filter cloth. The asphalt concrete and portland cement concrete. mix des ifgns,s.hall be designated by the Contractor subject to the approval F D - 1 00083. Z. MATERIALS (cont'd) of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. . For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" and "Minor Concrete" of these Special Provisions. The Contractor shall give the Engineer not less than four (4) working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base, aggregate subbase, and portland cement concrete from recognized commercial plants and from other than the usual commercial sources. At least iQ working days prior to incorporation into the work, the Contractor shall submit to the Engineer samples of permeable material and filter material for the purposes of testing. These materials shall not be incorporated into the work until approved by the Engineer. The relative compaction of soils and aggregates will be determined by comparison with the maximum density as determined by Test Method No. Calif. 216, or Test Method No. CCC 216. The field density may be determined by Test Method No. Calif. 216 or by nuclear density gage determination (Test Method No. Calif. 231 .) 3. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Section 7-1 .09, "Public Safety," of the Standard Specifica- tions is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. Through traffic shall be routed around the work area over existing roads during the construction periods that require road closure. In order that all unnecessary delay to the traveling public may be avoided, through traffic shall not be routed over the existing roads until all materials and equipment necessary to prosecute the work without delay is at the work site. Construction operations shall be performed in such a manner that there will be at least one 10-foot wide traffic lane open to local traffic and emergency vehicles with driveways accessible and useable at all times. The Contractor shall notify all affected local residents, in writing, of the through road closure five days in advance of the closure. The Contractor shall notify local authorities of his intent to close the road at least five days before road closure is f' 't i l i, D - 2 001)84 kit- 3. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (cont'd) begun. The Contractor shall cooperate with local authorities relative to handling emergency traffic through the area and shall make his own arrangements relative to keeping the working area clear of parked vehicles. Local authorities shall Include all fire, police, ambulance service, sheriff, public transit agency, school bus service and sanita- tion services. Type 111 barricades shall be furnished and maintained by the Contractor and shall have 6-foot rails and shall be built as in the "Manual of Warning Signs, •Lights and Devices for use in Performance of Work Upon County Highways," page 20. Type III barricades shall be placed across the roadway as shown on the plans. Two flasher lights shall be mounted on each barricade. One C3 sign shall be installed at each location as shown on the plans. Barricades shall be secured in such a manner that they cannot be readily displaced. All other traffic controls shall be furnished and maintained by the Contractor under safety signing, especially those used to protect open excavations. In lieu of the conflicting provisions in Section 7-1 .08, "Public Convenience," and 7-1.09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, (except those signs shown on the plans to be County-furnished) installing, maintaining and removing all signs (including County-furnished signs), lights, flares, barricades and other warning and safety devices. Signs shown on the plans to be furnished by the County, together with 4" X 4" wood posts, galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Mainte- nance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1) working day in advance of the time he proposes to pick up the signs, posts and fasteners and said time shall be during the County yard working hours of 7:30 a.m. to 4:00 p.m. Signs shall be erected and covered with burlap prior to commencing any other work on the contract. Covering shall be removed immediately preceding the start of work when directed by the Engineer. Wood posts shall be securely set a minimum of 2' - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface, except that when signs are located in sidewalk areas, or where there are pedestrians, the clearance shall be seven feet. Exceptions to the location provisions of this paragraph shall only be on the written approval of the Engineer. Upon completion of the project and at a time directed by the Engineer, the signs, barricades and lights shall be taken down and dismantled; and the County-furnished signs and posts shall be delivered to the County Maintenance Yard Sign Shop on Shell Avenue during the County yard working hours of 7:30 a.m. to 4:00 p.m. .t •;t ti,►F. D - 3 00085 3. PUBLIC CONVENIENCE, PUBLIC SAFERY AND SIGNING (cont'd) Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these special provisions, including full compensation for notification of local authorities and residents and for furnishing all labor, including flagmen, materials, tools, equipment, and incidentals, and for installing, maintaining and removing all signs, lights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, including picking up, hauling and returning County-furnished signs, and posts, shall be considered as included in the contract lump sum price paid for Signing and Traffic Control, and no additional compensation will be allowed therefor. The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shelf Avenue Maintenance Yard Sign Shop shall be borne by the Contractor and may be deducted from any monies due or to become due to the Contractor under the contract. Payment shall be made in increments of the contract lump sum price for Signing and Traffic Control in the following manner: Initial Increment - 50 percent of the lump sum price upon satisfactory completion of installation of signs, lights, -and-barricades. Final Increment —Balance of the lump sum price upon satisfactory completion of removal and dismantling of signs, lights, barricades, posts and framing and delivery of County-furnished materials to the Shell Avenue.Maintenance Yard Sign Shop. 4.- COOPERATION The following work by other forces will be under way within and adjacent to the limits of the work specified, as follows: (a) Relocation and adjustment of servicelaterals and mains by East Bay Municipal Utility District, and P.G. S E. (b) Miscellaneous manhole and valve adjustments by East. , Bay Municipal Utility District and Stege Sanitary District. In lieu of the compensation provisions in Section 7, "Legal Relations and Responsibility," and Section 8, "Prosecution and Progress," of the Standard Specifications, full compensation foe conforming to the requirements of this special provision shall be considered included in the prices paid for the various contract items of work, and no separate payment will be made for delay or inconvenience to the Contrac- tor's operations by reason of his conformance with this special provision. • D - 4 oone� i 5. OBSTRUCTIONS Attention is directed to the presence of water, sewer, and gas pipelines and overhead utilities in the construction area. Water, gas, and sewer service lines may be shallow and in conflict with new structures and underdrains. The Contractor shall ascertain the exact location of underground main or trunk lines whose present is indicated on the plans or in the special provisions, the location of their service laterals or other appurtenances, and of existing service lateral or appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prior to doing work that may damage any of such facilities or interfere with their service. The Contractor shall give the utility companies two (2) working days advance notice before work may start. Notification of several utility companies may be accomplished by calling Underground Service Alert (USA) toll free number 800-642-0123. The work specified shall be so conducted as to permit the utility companies, the water district, the gas company, and the sewer district to maintain their services without interruption. Abandoned pipelines, conduits, culverts and foundations, if encountered, shall be removed and disposed of off the job site, In accordance with the provisions in Section 7-1.13, "Disposal of Materials Outside the Highway Right of Way," of the Standard Specifica- tions. Full compensation for conforming to the requirements of this special provision, shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. 6. MEASUREMENT AND PAYMENT Attention is directed to Section 9-1.015, "Final Pay Quantities," of the Standard Specifications, the provisions of which are applicable to several bid items on this contract. 7. REMOVING CONCRETE Removing concrete shall conform to the provisions in Section i5, "Existing Highway Facilities," of the Standard Specifications and these special provisions. As shown on the plans and as directed by the Engineer, the Contractor shall remove concrete including that which has been laid over the existing gutter lip. The Contractor shall exercise due care in his operations to avoid structural damage to the gutter lip and curb face in all concrete removal. NOW D 5 7. REMOVING CONCRETE (cont'd) Removed concrete shall be disposed of in accordance with the provisions in Section 7-1 .13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Full compensation for removing concrete and reinforcing steel , if encountered, shall be considered as included in the various prices paid per linear foot for the curb, gutter, and/or driveway ramp replacement items, and no separate payment will be made therefor. 8. WATERING Contra Costa County is experiencing a drought period_ where the water districts have requested a voluntary action or given a mandatory requirement to the general public and agencies to conserve water. The Contractor shall take measures to prevent wasteful use of water in the contract work. The Contractor shall make his own arrangement to assure that water will be available at the site and shall pay all costs involved for furnishing and applying water necessary for the contract. Full compensation for developing water supply and applying water, including water used to control dust resulting from contractor's performance of the work and for the purpose of controlling dust caused by public traffic, shall be considered as included in the prices paid for the various contract items of work involving the use of water, and no separate payment will be made therefor. 9. CONTROL OF WATER Attention is directed to the anticipated presence of underground springs within the excavation limits. The Contractor shall construct and maintain all necessary drains, sumps, and temporary protective works and shall furnish, install and maintain all necessary pumping and other equipment for conveying the underground flows around or through the job site including the control of ground water in the pipe trenches, structure excavations and roadway excavations so that all foundations do not contain any free standing water when receiving concrete, filter material , permeable material , or pipe. ,- After having served their purpose, all temporary protective works shall be removed to give a sightly appearance and so as not to interfere in any way with the operation, usefulness or stability of the permanent structures or improvements_ Sump holes or similar excavations shall be back filled to finished grade in conformance with the require- ments for earth work as provided in these Special provisions. Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in controlling water shall be considered as included in the contract price paid for "Roadway Excavation" and no additional compensaten will be a I 1 owed 4,thr.,,gefor. SU�88 a r D - 6 10. EARTHWORK The provisions in the third paragraph in Section 19-2.02, "Unsuitable Material ," of the Standard Specifications, providing for payment for removal and disposal of "unsuitable material" as extra work shall not apply. The removal and disposal of all "unsuitable material ," will be paid for at the contract price per cubic yard for the class of material for the quantity involved. In lieu of the relative compaction requirements in Section 19-5.03, relative compaction shall not be less than 90 percent. The requirements of paragraph two of Section 19-5.03 do not apply. It is anticipated that there will be an excess of 1 ,700 cubic yards of excavated material which shall be disposed of by the Contractor off the job site, in accordance with the provisions in Section 7-1 . 13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Where directed by the Engineer, the Contractor shall remove the asphalt concrete which overlaps the existing gutter lip. Full compensation for roadway excavation and removal from the jobsite, including removal and disposal of existing pavement and driveway encroachment material , excavation for the underdrain system and trenches, removal and disposal of existing asphalt concrete from existing gutter lips, removal and disposal of existing asphalt concrete and portland cement concrete from existing gutters, and subgrade compaction, shall be considered as included in the contract price paid for "Road- way Excavation" and no additional compensation will be allowed therefor. il. 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 prices paid for the various contract items of work requiring clean-up,and no separate payment will be made therefor. 12. AGGREGATE SUBBASE Aggregate subbase shall conform to the provisions in Section 25 of the Standard Specifications for. either Class 1 or Class 2 aggregate subbase at the Contractor's option. The aggregate subbase provided must comply wholly with the specifications for Class 1 or Class 2 aggregate subbase. A' combination of the two separate specifications will not be accepted. 13. AGGREGATE BASE Aggregate base shall conform to the provisions- in Section 26 of,,the-,Standard Specifications and these special provisions. 0 - 7 00(189 13. AGGREGATE BASE (cont'd) Aggregate base shall be Class 2 and shall conform to the grading for the 1-1/2 inch maximum grading. The provisions in the second paragraph in Section '26-1 .06, "Measurement," of the Standard Specifications are superseded by the following: The weight of material to be paid for will be determined by deducting from the material delivered to the work,the weight of water in the material , at the time of weighing as determined by Test Method No. Calif. 226, in excess of 9 percent of the dry weight of the material . The weight of water deducted will not be paid for. Full compensation for furnishing and applying all water after the material has been delivered to the roadbed, including water required for dust control , shall be considered as included in the contract price paid per ton for aggregate base, and no separate payment will be made therefor. The provisions in Section 26-1 .04, "Spreading," of the Standard Specifications, is superseded by the following: The use of spreader box for spreading Class 2 aggregate base will not be required. Class2 aggregate base shall be spread with equipment, to be approved by the Engineer, that will provide a uniform layer conforming to the planned section, both transversely and longitudinally, within the tolerance specified in Section 26-1 .05, "Compacting." Equipment or methods which cause segrega- tion of the material will not be permitted. 14. ASPHALT CONCRETE Asphalt concrete shall be Type B conforming to the provisions .in Section 39, "Asphalt Concrete," of the Standard Specifica- tions and these special provisions. Unless otherwise directed by the Engineer, asphalt binder to be mixed with the mineral aggregate shall be steam-refined paving asphalt having a viscosity grade of AR 4000 and shall comply with the requirements of the "Materials" section of these special provisions. Aggregate shall conform to the grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications for one-half-in.ch maximum, medium grading. Aggregate shall have a sodium sulfate loss of less than 9.6% when tested in accordance with Test Method No. CCC 214 (AC) . Asphalt concrete for placing any course shall be supplied from one plant. o - 8 oon* 14. ASPHALT CONCRETE (cont'd) Prime coat shall be liquid asphalt, Type SC-70. Paint binder shall be asphaltic emulsion, Type RSI. The asphalt concrete surface course shall be spread in two (2) layers of equal thickness. Prior to placing the surface course the finished surface of the previous layer shall not vary at any point more than 0.05-foot above or below the grade established by the Engineer. All trimming of the surface shall be completed while the temperature of the mix is above 200° F. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's respon- sibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's paving operations are cancelled because of predicted rain or fog, a non-working day will be charged regardless of actual working conditions. Asphalt concrete shall not be placed on any surface which contains panded water or excessive moisture. If paving operations are in progress and rain or fog forces a shut down, loaded trucks in transit shall return to the plant and no compensation will be allowed therefor. In lieu of the provisions in Section 39-5.03 "Equipment Required" of the Standard Specifications, the required minimum rolling equipment and number of passes specified will not be reduced regardless of the quantity of asphalt concrete involved. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is discharged from the delivery vehicle. The asphalt concrete surface course shall be spread one layer at a time over the entire project. Conforms between existing pavement and newly constructed pavement shall be made by cutting the existing pavement to a neat, smooth line at the conform line and constructing a vertical-face butt joint. Temporary transitions shall be constructed to conform with the existing pavement at each end of the project and at the side streets. The transitions may be constructed using asphalt concrete, or cut back material , with a paper joint and to a minimum length of 5 feet. The material used to construct the transition shall be removed prior to placing the surface courses. Asphaltic emulsion shall be applied to asphalt concrete surfaces, used by vehicles as a detour or roadway, before spreading o - 00091 9 14. ASPHALT CONCRETE (cont'd) additional layers of asphalt concrete. The rate of application shall be 0.07 gallons per square yard. Driveway transitions, entrances and road connections shall be paved as shown on the plans or as directed by the Engineer to connect with the new paving. The contract price paid for asphalt concrete shall include full compensation for the following: (a) construction and removal of temporary transitions; (b) construction of driveway transitions, entrances and all road connections; (c) cutting existing pavement for conform work; (d) furnishing and applying asphaltic. emulsion; (e), furnishing and applying liquid asphalt (SC-70) as a. prime coat. 15. UNDERDRAINS Underdrains shall conform to the, provisions in Section 68-1, "Underdrains," of the Standard Specifications and these special provisions. At the option of the Contractor, underdrain pipe shall be fabricated of perforated steel pipe. The Contractor shall exercise care when placing permeable material around and over underdrains so that dirt and other foreign matter shall not be mixed in with the materia.l . All Permeable material that has become mixed with foreign material to such an extent as, in the judgment of the Engineer, to impair the quality of the permeable material, shall he rejected. No payment will be made to the Contractor for rejected permeable material . Where risers are included in the plans, the system shall be flushed after construction. The cost of flushing shall be considered as included in the various items of work and no additional compensation. will be made therefor. Full compensation for furnishing all labor, equipment, materials, and incidentals, and for doing all the work in placing the underdrains complete in place, as shown on the plans and as directed by the Engineer shall be considered as included in contract price paid per linear foot for the various sites of underdrains, including connecting to the existing inlet, and providing end plugs, as shown on the plans, and no additional compensation will be allowed therefor. 16. PERMEABLE MATERIAL Permeable material shall conform to the provisions of Section 68-1 .025 of the Standard Specifications and these provisions. _- D - 10 0 ll J,1lI{ 16. PERMEABLE MATERIAL (cont'd) The permeable material shall comply with the grading specified for Class 1-Type 8 with the following exception: No.200 sieve Percentage Passing shall be 0-1. The Contractor shall exercise care when placing permeable material around and over underdrains so that dirt and other foreign matter shall not be mixed in with the material. All permeable material that has become mixed with foreign material to such an extent as, in the judgment of the Engineer, to impair the quality of the permeable material , shall be rejected. No payment will be made to the Contractor for rejected permeable material . The permeable material within the subdrain trench section may be spread and compacted in one layer to the top of the longitudinal perforated underdrain pipe. Compaction shall consist of no less than two (2) passes of a concrete vibrator-stinger or a vibratory plates or rollers. The contractor shall exercise all due care and caution during compaction so has to avoid displacement and damage to the filter cloth and the underdrain. Permeable material across the roadway section may be placed and compacted in one layer. Compaction of the permeable blanket shall consist of at least two (2) passes with a vibratory roller or plate equipment that will consolidate the material without crushing or damaging the aggregate. Full compensation for furnishing all labor, materials, equipment and incidentals, and for doing all the work involved in placing permeable material shall be considered as included in the contract price paid per cubic yard for permeable material, and no additional compensation will be allowed therefor. The quantity of permeable material to be paid for by the cubic yard will be determined from the dimensions shown on the plans or the dimensions directed by the Engineer, and permeable material placed in excess of these dimensions will not be paid for. 17. FILTER MATERIAL Material for filter material shall consist of crushed rock or pet run gravel and shall conform to the following grading requirements: Sieve Size Percentage Passing Siever 100 I-I/2" 80-100 3/4" 60-95 No. 4 45-65 No. 8 22-50 No. 30 5-25 No. 200 0-5 The materials shall be composed of tough, hard,durable particles and shall be reasonably free of thin, flat, or elongated pieces and shall contain no organic matter or soft friable particles. 17. FILTER MATERIAL (cont'd) Filter material may be spread and compacted in one layer to a depth as is necessary to obtain the specified thickness after compaction. Compaction shall consist of at least three (3) passes with a vibratory roller except that other compacting equipment may be used if it has been approved by the Engineer. Such approval will contain the minimum number of passes required for the specific construction equipment. Full compensation for furnishing all labor, materials equipment and incidentals, and for doing all the work involved in placing filter material shall be considered as included in the contract price paid per cubic yard for filter material , and no additional compensation will be allowed therefor. The quantity of filter material to be paid for by the cubic yard will be determined from the dimensions shown on the plans or the dimensions directed by the Engineer. Filter material placed in excess of these simensions will not be paid for. 18. FILTER CLOTH Filter cloth shall be placed as shown , in the plans, as specified herein, and as directed by the Engineer. The cloth shall be a non-woven polypropylene material conforming to the following requirements: Grab tensile strength, wet,either.direction, minimum per inch of width - 100 pounds Elongation at break, wet, maximum ► 130% Weight, Dir/sq. yd. (fused two sides) - 3.8 i 4.5 Thickness, mils, minimum - 15 Coefficient of water permeability, cm/sec, minimum - 0.01 The surface which is to reveive the filter, cloth shall be excavated to the minimum lines and depths as- shown-.on 'the- plans, as directed by the Engineer, and as specified herein. The surfaces shall be graded smooth and uniform with all protrusion, rocks and vegetatable matter, removed so as to avoid any possible tearing of the cloth. At each utility valve or manhole valve which would be covered by the cloth, the cloth shall be neatly cut around the cover. All cloth overlaps shall be at least one-foot at all joints. No joint shall be lapped with more than two (2).- layers of cloth. Quantities of filter cloth placed as shown on the plans or directed by the Engineer will be determined from measurements taken of the area covered by the filter cloth, with no allowance for laps. The contract price paid per square yard for filter cloth shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in furnish- ing and placing filter cloth complete in place, as shown on the plans, as re yired'll ;by these special provisions, and as directed by the Engineer. UiI"I-, 00094 D - 12 19. MANHOLES AND MANHOLE BASES The Manhole and manhole base shall conform to the provisions in Section 70, "Miscellaneous Facilities," of the Standard Specifications and these special provisions. The Manhole will be paid for at the contract price per each, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the manhole, complete in place, as shown on the plans, as specified in the Standard Specifications and as directed by the Engineer, including structure excavation, structure backfill , Type I , manhole base, manhole frame and cover, concrete block and placing asphalt concrete surfacing on the concrete block and around the manhole frame. 20. UNDERDRAIN RISERS Underdrain Risers shall be constructed as shown on the plans and shall conform to the provisions in Section 68-1 .023 "Under- drain Risers" and Section 70 "Miscellaneous Facilities," of the Standard Specifications and these special provisions. In lieu of the provisions in the third paragraph of Section 68-1.023 of the Standard Specifications, the frame and cover shall be galvanized cast steel, Gray iron Castings, or malleable iron castings, conforming to the provisions in Section 55-2 "Materials" of the Standard Specifications. Underdrain Riser will be paid for at the contract price per each, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the Risers, complete in place, as shown on the plans, as specified in the Standard Specifications and as directed by the Engineer, including structure excavation, structure backfill , elbow, wye, riser pipe, connecting riser pipe to perforated underdrain, bases, frames and covers, concrete blocks and placing asphalt concrete surfacing on the concrete block and around the frame. 21 . SAWCUT DRIVEWAYS - CONTINGENT SUM-PAID AS EARNED Prior to roadway excavation, all driveways which are to remain and which encroach into the pavement beyond the lip of the gutter shall be sawcut along the lip of gutter as shown on the plans, or as directed by the Engineer. Equipment, labor and materials used in the performance of "sawcut Driveways" will be paid for as extra work in accordance with Section 9-1 .03 of the Standard Specifications. Full compensation for removal and disposing of the driveway encroachment material , after saw cutting, shall be considered as included in the contract price paid for "Roadway Excavation" and no additional compensation will be allowed therefor. D - 13 00095 21. SAWCUT DRIVEWAYS - CONTINGENT-SUM-PAID-AS EARNED (cont'd) Removed driveway encorachment material shall be disposed of in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. 22. MINOR CONCRETE Minor concrete for gutter, curb and gutter, rolled curb and gutter, gutter and driveway ramp, and driveway ramp with steel plate, shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," and Section 90-i0•, "Minor Concrete," of the Standard Specifications and these special provisions. The combined aggregates for minor concrete used in the work shall conform to the grading limits for the one-inch, maximum size specified in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications. Minor concrete shall contain not less than 470 pounds of cement per cubic yard. Steel plate snail conform to the provisions in Section 55-2 "Materials" of the Standard Specifications. In lieu of the provisions in Section 73-1.04,"Forms," of the Standard Specifications, surfaced lumber of nominal dimension may be used for forming the back of the curb and the front face of the gutter, provided the completed curb and gutter are constructed to the full concrete dimensions shown on the plans. The Contractor shall remove and replace in kind, curb at the locations shown on the plans and as directed by the :Engineer. Removal shall be to the nearest expansion joint. Where existing driveway ramps make this impossible, the curbing shall be sawcut. The same shall apply where only gutter is to be removed. Any other curb or gutter damaged due to the negligence of the Contractor, shall be removed and replaced at the Contractor's expense. Any section of new curb which does not meet the quality and appearance requirements of .the. specifications shall_ be removed and replaced at the Contractor's expense. Aggregate base for the blanket to be placed beneath the curbs and gutters shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications for Class 2 aggregate base. "Gutter," "Curb and Gutters," "Rolled Curb and Gutter," and "Gutter and Driveway Ramp" replacements will be paid for at the contract price per linear foot for each type which price shall include full compensation for removal and disposal of existing curbs, driveway ramps, and/or gutters, saw cutting, and for furnishing and placing the aggregate base blanket as shown on the pians and as specified in these special provisions. 14 00095 22. MINOR:CONCRETE (cont'd) The contract price paid per linear fooE for "Remove and Rebuild Driveway Ramps With Steel Plate," shall include full compensa- tion for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved. in removing the existing driveway ramp, curb- and gutter and rebuilding a new driveway ramp, curb and gutter unit, complete in-place, including .steel plate, asphalt concrete, anchor :bolts, removal and disposal of existing curb, gutter and driveway ramps, saw cutting, and for furnishing and placing the aggregate base blanket,-as shown on the plans, as ,specified in* the Standard Specifications and these special provisions, and as directed by the Engineer. 23. MANHOLE FRAMES AND COVERS: Manhole frames and covers shall :conform to the provisions in Section 75, "Miscellaneous Metal," of the Standard Specifications and these special provisions. The. manhole 'frame shall be set anis accurately adjusted, to finish' grade`after completion of paving: Grout:.used to adjust; the. manhole frame to finish grade shallconform-to..the,.'provisions in. -: Sect-ion 51-1:135, "Mortar,"`of the Standard= Specifications.,; :. _ v �•t� e tai, � :�; z v 0 - �l., �;r C. �. LL`` Ir•.Pt! Tye r .ro L{5 ::_.. 1 'T r..'. a r+r,t '04 Q 'C;;tv s.c.. .... D - 15 "097 6/76 SECTION E - BID CONDITIONS - AFFIRFIATIVE.ACTION REQUIREMENTS, EQUAL EMPLOYMENT OPPORTUNITY 1. AREA AFFIRMATIVE ACTION PLAN The Area Plan applicable to this project shall be the Contra Costa Plan on minority employment. Organizations subscribing to said Plan include, but are not limited to, certain trades from the Contra Costa County Building and Construction Trades Council, Local Construction Trade Unions, and General and Specialty Contractors' Associations. Contractors participating in the Contra Costa Planmay qualify under Part 1 of Section E (2), "Affirmative Action Requirements," of these special provisions for the following designated craft, if said craft is to be utilized on this project: PLUMBERS #159 2. AFFIRMATIVE ACTION REQUIREMENTS Part 1: The provisions of this Part 1 apply to bidders, contractors and subcontractors with respect to those construction trades for which they are parties to collective bargaining agreements with a labor organization or organizations and who, together with such labor organizations, have agreed to the Tripartite Agreement for Contra Costa County, California (but only as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization), together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor using one or more trades of construction employees must comply with either Part 1 or Part 11 of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with these conditions by its inclusion, with its union, in the Contra Costa Plan a specific commitment by that union to a goal of minority manpower utilization for such trade "A," thereby meeting the provisions of this Part 1, and by its commitment to Part 11 in regard to trade "B" in the instance in which it is not included in the Contra Costa Plan and, therefore, cannot meet the provisions of this Part 1. To be eligible for award of a contract under Part 1 of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part 111 hereof. Part 11: A. Coverage. The provisions of this Part 11 shall be applicable to those bidders, contractors and subcontractors, who, in regard to those construction trades to be employed by them on the project to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part 1 hereof; 2. Are signatories to the Contra Costa Plan, but are not parties to collective bargaining agreements; r _ � Part II: A. Coverage (Con't) 3. Are signatories to the Contra Costa Plan, but are parties to collective bargaining agreements with labor organizations who are not-hereafter cease to be signatories to the Contra Costa Plan. 4. Are signatories to the Contra Costa Plan, but as to which not specific commitment to goals of minority manpower utilization by labor organization have been executed pursuant to the Contra Costa Plan; or 5. Are no longer participating in an affirmative action plan acceptable to the Director, OFCC, including the Contra Costa Plan. B. Requirement--An Affirmative Action Plan. The bidders, contractors and subcon- tractors described in paragraphs 1 through 5 above will not be eligible for award of a contract under this Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part Ill hereof that it adopts the minimum goals and timetables of minority manpower utilization, 1/ and specific affirmative action steps set forth in Section 8.1 and 2 of this Part 11 directed at increasing minority manpower utilization by means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program pursuant to Section B.3 of this Part 11. Both the goals and timetables, and the affirmative action steps must meet the requirements of this Part 11 as set forth below for all trades which are to be utilized on the project, whether subcontracted or not. 1. Goals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade not otherwise bound by the provisions of Part 1 hereof for the following time periods for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: Until 9/30/72 9.300' - 11.8% From 10/1/72 until 9/30/73 11.8% - 14.5% From 10/1/73 until 9/30/74 14.5% - 17.0% From 10/1/74 until 9/30/75 17.0% - 19.5% In the event that under a contract which is subject to these Bid Conditions any work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the ranges for the period 10/1/74 through 9/30/75 shall be applicable to such work. The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be worked by the bidder's, contractor's and subcontractor's entire work force in that trade on all projects in Contra Costa County, California during the performance of 1/ Minority is defined as including Negroes, Spanish Surnamed Americans, Orientals and American Indians. p. 00099 E - 2 B. Requirement--An Affirmative Action Plan (Con't) its contract or subcontract. The manhours for minority work and training must be substantially uniform throughout the length of the contract on all projects and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-employer or from project-to-project for the sole purpose of meeting the contractor's or subcontractor's goals shall be-a violation of these conditions. In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part 11, every effort shall be made to find and employ qualified journeymen. However, where minority journeymen are not available, minority trainees in pre-apprenticeship, apprenticeship, journeyman training. or other training programs may be used. In order that the nonworking training hours of trainees may be counted in meeting the goal, such trainees must be employed by the contractor during the training period, the contractor must have made a commitment to employ the trainees at the completion of their training and the trainees must be trained pursuant to established training programs which m,:st be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered. , A contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this Part 11 by the employment and training of minorities in the appropriate percentage of his aggregate work force in Contra Costa County, California for each trade for which it is committed to a goal under this Part 11. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part 11 and has made every good faith effort to make these steps work toward the attainment of its goals within its timetables, all to the purpose of expanding minority manpower utilization on all of its projects in Contra Costa County, California. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part 11 shall be subject to the requirements of that Part, regardless of the obligations of its prime contractor or lower tier subcontractors. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby-agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority employment and training. 2. Specific Affirmative Action Steps. Bidders, contractors and subcontractors subject to this Part ll must engage in affirmative action directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall mainrain records of the organizations' response. }, 00100 E - 3 l B. Requirement--An Affirmative Action Plan (Con't) b. The contractor shall maintain a file of the names and addresses of each minority worker referred to him and what action was taken with respect to each such referred worker and, if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefor. c. The contractor shall promptly notify the CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT when the union or unions with whom the contractor has a collective bargaining agreement has not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc.; by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, speci- fically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific and constant personal (both written and oral) recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organi- zations within the contractor's recruitment area. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications, selection require- ments, tests, etc. j. The contractor shall make every effort to promote after-school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer-group training programs relevant to the contractor's employee needs consistent with its obligations under this Part 11. 1. The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifica- tions, etc., do not have a discriminatory effect. • z r'�s 0.3101 E - 4 B. Requirement--An Affirmative Action Plan (Con't) n. The contractor shall make certain that all facilities and;company_activities are nonsegregated. o. The contractor shall continually monitor all 'personnel 'activities to ensure that his EEO policy is being carried out. ' ' p. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority contractor association. 3. Contractors and Subcontractors Deemed to be Bound by Part 11. In the event a contractor or subcontractor, who is at the time of bidding eligible under Part I of these Bid Conditions, is no longer participating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, he shall be deemed to be committed to Part 11 of these Bid Conditions. Further, whenever a contractor or subcontractor who, at the time of bidding is eligible under Part 11 of these Bid Conditions, uses trades not contem- plated at the time he submits his bid, he shall be committed to Part 11 for those trades. Whenever a contractor or subcontractor is deemed to be committed to Part 11 of those Bid Conditions, he shall be considered to be committed to a manpower.utili- zation goal of the minimum percentage range for that'trade for the appropriate year. 4. Subsequent Signatory to the Contra Costa Plan. Any contractor or subcontractor subject to the requirements of this Part 11 for any trade at the time of the submission of his bid, who, together with the labor organization with whom it has a collective bargaining agreement, subsequently becomes a signatory to the Contra Costa Plan, either individually or through an association, may meet its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and submits a new certification committing himself to Part l of these Bid Conditions. No contractor or subcontractor shall be deemed to be subject to the requirements of Part 1 until such certification is executed and submitted. S. Nondiscrimination. In no event may a contractor or subcontractor utilize the goals, timetables or affirmative action steps required by this Part 11 in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. 00102 E - 5 B. - Requirement--An Affirmative Action Plan (Can't) Part III: Certifications. A. Bidders' Certification. A bidder will not be eligible for award of a contract under this Invitation for.Bids unless such bidder has,submitted as,a part of its bid the following certification. which will be deemed. a part of the-resulting.contract: BIDDERS' CERTIFICATION certifies that: Bidder 1. it intends to -employ the following listed-construction. trades in its work under the contract and -2. (a) as to those trades set forth in the preceding paragraph one hereof for. which it is eligible under Part l of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in_Contra Costa County within the scope of coverage of that Plan, those.trades being: ,-and/or (b) as to those trades for which it is required by these_Bid-Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part it on this and all future construction work in Contra Costa.County, subject to these Bid Conditions, those trades being: and 3. it will obtain from each of its subcontractors-and submit,_to the. contracting or administering agency prior to the award of any subcontract under this _ contract the subcontractor certification required by these Bid Conditions. _Signature of authorized representative of bidder - a 00103 E - 6 B. Requirement--An Affirmative Action Plan (Con't) Part III: Certifications. (Con't) B. Subcontractors' Certifications. Prior to the award of any subcontract under this Invitation for Bids, regardle of tier, the prospective-subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: - SUBCONTRACTORS' CERTIFICATION certifies that: Subcontractor 1. 'it intends to employ the following listed construction trades in its work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being.- and/or eing:and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, subject to these Bid.Conditions, those trades being: . and , 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of bidder) C. Materiality and Responsiveness. The certifications required to be made by the bidder pursuant to these Bid Conditions is material and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid nonresponsive. Part IV: Compliance and Enforcement. Contractors are responsible for informing their subcontractors regardless of tier) as to their respective obligations under Parts 1 and 11 hereof (as applicable). The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity 0 00104 E - 7 B. - Requirement--An Affirmative Action Plan (Can't) Part IV: Compliance and Enforcement. (Can't) clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. Any bidder or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncompliance with these Bid Conditions. Violation of any substantial requirement in the Contra Costa Pian by a contractor or subcontractor covered by Part I of these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority manpower utilization, or of the requirements of Part ll hereof by a contractor or subcontractor who is covered by Part 11, shall be deemed to be in noncompliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided herein. The Contra Costa County Public Works Department shall review its contractors' and subcontractors' employment practices during the performance of the contract. In regard to Part 11 of these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor.or subcontractor shall be presumed to be in compliance with these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate, including, but not limited to: 1. Withholding of payments to the contractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or 3. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is implementing an Equal Employment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has net the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed k 0011}5 E - 8 B. Requirement--An Affirmative Action Plan (Con't)... Part IV: Compliance and Enforcement. (Con't),_ '. above and by making every good faith effort to make%those steps worktoward'the' - attainment he -attainment of its goals within its timetables. .The'pendencytof such formal proceedings shall be taken into consideration by Contra-Costa�County in determining whether such contractor or subcontractor can comply with the requirements contained therein and is therefore a "responsible prospective contractor.° It shall be-no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees.The procedures set forth in these conditions shall'not apply to any contract when the Contra Costa County Public Works Department determines"that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the Contra Costa:County Public Works Department. Submittal -of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTOR'S EEO REPORT or optional form 66, MONTHLY MANPOWER UTILIZATION REPORT will be'required monthly. Additional forms or reports that may be required will be presented at a pre-construction-conference to beheld prior to the start of work. For the information of-bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Works Department. . r 4, + BUM%, E - 9. p 1 t^n � I o dosp m� 9t fn to N ♦r - c�F► I to V N f'e1 N tr ISO m r TA 4� nj C fi fi fi c�� "n � g Z.t!M1 dookto 767:1 c , eL%Nt►=� z ion Nr ' v Ic p o i fi rnIt10 top ', ��+��oN�l� 0 f� or- ZL=$ 1e �` ZOy W°o �1 O r.• r � 4 S C i =. t ■�C�.�Gt�M r- � i 7 IT- az wnI-it t� iI �tE' MANHOLE FRAME GROUT HOLES(OPTIONAL) 4-EQUALLY SPACED O ASTM GRID PATTERN BLIND PICK HOLE STORM SEWER EDGE PRY-HOLE SET SCREWS FOR EXTENSION RING 3-REQ,D EQUAL SPACING 1/32 MACHINED SURFACES �y COVER BLIND PICK HOLE 26-t/4' m 25-5/16' FRAME r 24 1 I 31-I/2' m p COVFRRECESS TO RECEIVE SET SCREW EXTENSION RING VARIES, I-I/2''to 4' FRAME RECESS TO' RECEIVE SET SCREW AT l/3 POINTS TYPICAL CAST IRON EXTENSION RING (NOT TO SCALE) NOTES CONTRA COSTA COUNTY 1. MANHOLE FRAME AND COVER SHALL BE PUBLIC WORKS DEPARTMENT PHOENIX IRON WORKS(OAKLAND) MODEL P-1090 OR MARTINEZ CALIFORNIA PINKERTON FOUNDRY(LOOU MODEL A-640. OR APPROVED EQUAL. MANHOLE AME AND COVER APPROVED= &�r� /��_ I PUBLIC WOPIrS DIRECTOR — R.E.CERT. NO. 7957 00109Scate: I/e'= I" Date: December 1976 09 Drown by-- FERNANDEZ 'f File NO.' Checked by: TONELLI CC 3024 TRAFFIC CONTROLS Barricade and Portable Flasher Sttppert Characteristics TYPE 1 II 111 Portabl4q Flasher Sttppwt Width of Pail 8"—12" 8"—12" 8"—12" Top—8"to 12" Bottom—4"min.* Length of Rail 2'min_ 32"-4- 3'min. 31"max. Width of Stripe 6" 6" all 4"or 6" Wight 3'min. 3'min. S'min. 30"min. Number of Rail 2 4 3 if facing traffic in 2 it top rail 12"wide. Faces of Rail zed or*direction. 4 if top rail less 5 if facing traffic in than 12"wide. two directions. Type of Frarne Cetnourttable or Light "A"Frame Post or Skids Light"A"Frarns Heavy"A"Frame JONOTE A. It top board of a portable flasher support is less than 12"vim.bottom boarC snag be 8"wide.striped, and refiectorized. NOTE 8: 4"suipes may be used if ImVtn of rail.s 3'or less. NOTE C: All dttaalDton ale nominal Italtber dii erislons. Figure 5-9 VANDAM "UMMIS 4'or 4" E o f � 0 See Note A PORTABLE FLASHIER TYPE III SUPPORT s E i w e TYPE t TYPE II 00110 20 BOARD OF SUPERVISORS OF THE CONTRA COSTA.COUNTY; STATE OF CALIFORNIA = ra - In the Matter.of Supporting Ppplications to the Federal ) Communications Commission for.allocation of radio RESOLOTION`NO- 77/574 frequencies needed for law ) enforcement purposes WHEREAS the County of Contra Costa and its Cities have initiated a study of methods of consolidating the police dispatch centers of the County and its cities; 'and WHEREAS the study has revealed that there are insufficient police radio-channels-to serve law enforcement agencies of the County; and WHEREAS necessary radio channels in the frequency congested San Francisco Bay Area are available only in the spectrum formerly allocated to television broadcasting and made available ` to land mobile radio users by Federal Communications Commission,.: Docket 18261. IMN, THEREFORE, BE IT RESOLVED that-the County of Contra, Costa supports applications to the Federal Communications-Commis sion on behalf of the County and its cities with a substantial monetary commitment assuring that police radio systems of the County will be re-designed to function as integratedcooperative- systems within two fiscal years using Docket 18261 radio channels_ PASSED and ADOPTED on July 19,` 1977 4 cc: ,Federal Comman citions Commission c/o'Sheriff-Coroner Public :+Torks"Director (3) Sheriff-Coroner (2) _. County Administrator xesoLmi w No. 77/574 r # f u y 001.0 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the Del Amigo) Road Culvert Installation Project, ) RESOLUTION N0.77/575 Danville Area. ) Project No. 4534-4281-661-77 �) WHEREAS Plans and Specifications for the Del Amigo" Road Culvert Installation 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 3 Categorical Exemption under County Guidelines, and the Board concurs in this finding; and IT IS BY THE BOARD RESOLVED that said-Plans and Speci£ica. tions are.-hereby :APPROVED. Bids for. this work will,be received:on August 18 1977 at 2:00 a.m. , and the Clerk of this Board.is directed to publish Notice to Contractors in the manner and for the time required bylaw, inviting bids for said work, said Noticeto be published in THE VALLEY PIONEER PASSED AND ADOPTED by the Board on Jury 19,1977 Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller RESOLUTION N0. 77/575 ' 00 � DEL AMIGO ROAD PROJECT NO. -4534-4281-661-76 CONTRA COSTA COUNTY. PUBLIC WORKS DEPARTNEPoT MARTINEZ, . CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISO.tbwOF CONTRA COSTA COUNTY* THAT THE CLERK OF SAID BCARD-WILL RECEIVE' IRIDS;UVTIL ; 2 O'CLOCK P.M. ON AUGUST ISS 19779 FOR.THE FURNISHING OF ALL LABORS MATERIALS, ECUIPNENTs TRANSPORTATION AND SERVICES. FOR DEL'A.41GO ROAD CULVERT INSTALLATIONS THE PROJECT IS LOCATED ON, DEL AMIGO ROAD AT THE INTERSECTION " WITH CAV INU ENCANTO THE s'ORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS `AND SPECIFICATIONS PREPARED ITS REFERENCE THERETO. KIDS ARE REQUIRED FOR THEEXTIRE WORK DESCRIBED HEREIN. 'ENGINEERS ESTIMATE I T;7v ESTI PATED UNI T OF No. OJAl:T I TY MEASURE ITEM 1 55 LF 60" REINFORCED CONCRETE' PIPE (CLASS IV) 2 i LS N'1NOR STRUCTURE f TYPE 'I I I MAh:=:OLE WITH SPECIAL TOP.SLAB) 3 250 SOFT PAVEMENT SECTION x ;r 4 70 , LF ASPHALT, CONCRETE DIKE lw, r q` tVl,aofilmedry{�Lpd order t/Ir_,)jef n - 1 NOTICE TO CONTRACTORS (CONT.) LACH PROPOSAL 15 TO BE IN ACCORDANCE WITH THE PLANS AND SPECi— FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER VISORSs ROJN 103t COUNTY ADMINISTRATION BUILDING+ 651 PINE STREET•- =:ARTINEZ. CALIFORNIA. THF PLAINS AND SPECIFICATIONS ,MAY HE EXAMINED AT THE OFFICE OF T!?E CLERK OF THE BOARO. OF SUPFRVISURS OR-AT THE PUBLIC WORKS.DEPARTMENT, 5TH .FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA—. TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS. MAY BE'UBTAINED_ BY PROSPEC— TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENT• 5TH FLOOR, COUNTY ADMIVIS— TRATION "UILt.`INGs UPC,% PAYNENT OF A PRINTING AND SERVJCE CHARGE IN THE AVOUN T OF T%0 AND 66/100 DOLLARS ($2.66)(SALES TAX INCLUDED) WHICH A"OUNT SHALL NOT BE REFUNDABLE. CHECKS SHALL BE N,ADE'PAYA5LE TO' 'T.4 CLULTY OF CONTRA COSTA'. AND SiIALL KAILED TO PUBLIC WORKS DEPART14ENTT BTL+ ri_COR. AVWIN'ISTRATIO.: AUILDING. MARTINEZ# CALIFORNIA 44553. EACH RID SHALL HE WADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPART,MENT9 5TH FLOOR, COUNTY ADMINISTRATION BUILDING. RIDS ARE REQUIRED FOR THE ENTIRE -.1ORK DESCRIBED HEREIN• AND NEITHER PARTIAL NOR CONTINGENT BIDS WILL BE CONSIDERED. A PROPOSAL GUARANTY IM THE AMOUNT OF TEN (1O) PERCENT OF AMOUNT BID SHALL ACCOMPANY THE P30POSAL. THE PROPOSAL GUARANTY MAY BEIN'.THE"FORE! OF A CASHIER'S ChzCKs CERTIFIED CHECK OR BIDDER'S BO,%Di- MADE PAYABLE TO THE ORDER OF 'THE COUNTY OF CONTRA COSTA.' - THE AEOVE- 1ENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE. THAT THE BIDDER : ILL ENTER INTU A CONTRACT IF AwARDEO- TaE WURKs AND.WILL 9E -FORFEITED BY THE BIDDER AND RETAIN-ED BY THE COUNTY IF THE SUCCESSFUL 9IDD£t REFUSES, NEGLECTS OR FAILS TO ENTER INTO SAID CUNTRACT OR TO FURNISH THE NECESSARY BC%DS AFTER BEING REQUESTED TO DO 50 BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. BID DROPOSALS SHALL BE SEALED AND SHALL BE> SU13MITTED TO THE CLERK OF THE BOARD GF SUPERVISORS. ROOM 103. COUNTY AD.41NISTRATION SUILDI,NG9 651 PINE STREEET# y'ARTINEZ+ CALIFOR+VIA+ ON 01 8EFURE THE LATH DAY OF AUGUSTS 1977s AT 2 O'CLOCK P.M. AN!: :SILL AE OPENED Ili PUBLIC AND AT THE TIME DUE# IN THE CONFERENCE ROOM CF It+E PUPLIC s'ORK5 DEPART,*-E.%T. 6TH FLGUR9 AD�"IP ISTRATIUN BLDG., MARTINEZ• CALIFORNIAs AND THERE READ ANU RECURDED. ANY BID PROPUSALS RECEIVED AFTER' T�,E TI='-E SP-CIFIE!.` I,% THIS NOTICE *ILL 9E RETUR%ED UNUPLNED. 00114 NOTICE TO CONTRACTORS (CONT—) ------------------------- THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALSBOr;D iN AN A,aOUNT EQUAL To FIFTY PERCENT- OF THE: CONTRACT PRICE AND. A Fa I THFUL PERFOR).AuCE 'BOND IN AN AMOUNT.,EQuAL TO ONE HUNDRED- PERCENT UNDRED•PERCENT OF THE CONTRACT PRICE* SAID BONDS TO BE`SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF'CACIFORNIA. KIDDERS.ARE HEREPY.NOTIFIED THAT PURSUANIT TO:SECTION '1773 'OF THE LABOR CODE OF THE STATE OF CALIFORNIA. OR LOCAL LA'W -A•PPLICABLE THERETO, THE SAID BOARD HAS ASCERTAINED THE GENERAL PREVAILING- RATE OF PER DIEM WAGES AND RATES FOR LEGAL HOLIDAYS AND OVERTIi4E WORK IN THE LOCALITY IN WHICH THIS WORC IS TO AE PERFORMED FOR EACH;TYPE OF WORKMAN' OR MECHANIC RECUIKED TO EXECUTE THE CONTRACT_-WHICH;4ILL SE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER D,iEM WAGES IS ON; FILE WITS'. THE CLERK OF 'THE 'BOARD OF SUPERVISORS, AND IS INCORPORATED HEREIN BY REFERENCE THLRETO. THE SAME AS IF SET FORTH IN' FULL HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED IN THE' LISTo THE MINIMUlr WAGE SHALL-3£ _THE GENERALPREVAILINGRATE:FOR THE COUNTY. THE SAID HOARD RESERVES THE RIGHT TO REJECT ANY AND'ALL BIDS OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY MANY BID RECEIVED. BY ORDER OF THE BOARD OF.SUPERVISORS; OF CONTRA COSTA COUNTY JR. OCSSON COUNTY CLERK AND EX-0 CLERK . OF THE BOARD OF SUPERVISORS, BY DEPUTY DATED—JUL 19 1977 .UBLICAT 10N DATES— ------------------------------- 00115 — 3 i DEL AMIGO ROAD PROJECT NO* 4534-4281-661-76 8I05 DUE AUGUST 18# 1977 AT 2 O'CLOCK PsMo ROOM 103. COUNTY ADMINISTRATION 9UILDING9 651 PINE STREET+ MARTINEZ, CALIFORNIA 94553. TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ# CALIFORNIA P R O P O S A L F 0 R OEL-AMIGO ROAD CULVERTINSTALLATION NAME OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY — THE UNDERSIGNED* AS BIDDER. DECLARES THAT THE ONLY PERSQ65 OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN— THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSON# FIRM OR CORPORATION— THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO— POSED WORK* PLANS AND SPECIFICATIONS— AND HE PROPOSES AND AGREES# IF THIS PROPOSAL IS ACCEPTED# THAT HE WILL CONTRACT WITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY# TOOLS+ APPARATUS AND OTHER MEANS OF CONSTRUCTION. AND TO 00 ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT* IN THE MANNER AND TIME PRESCRIBED# AND ACCORD— ING TO THE REQUIREMENTS OF THE ENGINEER AS THEREIN SET FORTH* AND THAT HE BILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREINBELOW FOR THE VARIOUS ITEMS OF WORK# THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING 5 (INSERT TOTAL) AVD THE FOLLOWING E?EING THE UNIT PRICES B109 TO WIT— Mia ofitmed with board order 00116 P — I PROPOSAL (COVT.) -t PRICE NOT TO EXCEED THREE (3) DECIMALS)M- ITEM TOTAL ------ PRICE(IN (IN ITEC+ ESTIMATED UNIT OF ITEM FIGURES) FIGURES)- No. QUANTITY MEASURE_ _-___ -- w--- 55 LF 60•' REINFORCED CONCRETE PIPE 1 (CLASS IV) �- --�-_�- LS MINOR STRUCTURE(TYPE III MANHOLE 2 1 WITH SPECIAL TOP SLAB) -__3 ___M- 250 --SOFT PAVEMENT SECTION --------- -- _ 4 70 LF ASPHALT CONCRETE DIKE ---�_ TOTAL ------- -�- NOTE-PLEASE ASE SHOW TOTAL ON PAGE P-1 NOTE- E -_ - --------------- ----------- 00117 ------- ----_00117 P - 2 PROPOSAL (CONT.) --------------- IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS* THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY* BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSALS AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE— CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE RECUIRED* IN ACCORD— ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF ?MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECT* DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE UNDERSIGNED* AS BIDDER* SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE _ ONE HUNDRED PERCENT OF THE TOTAL AMOUNT OF THIS PROPUSAL* TU THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY* EXECUTED BY A RESPONS— IBLE SURETY ACCEPTABLE TO SAID COUNTY* IN THE EVENT THAT THIS PROPUSAL . IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA* IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SUMS TO BE DETERMINED AS AFORESAID* WITH SURETY SATISFACTORY TO THE BOARD OF SUPERVISORS* WITHIN SEVEN (7) DAYS* NOT INCLUDING SUNDAYS+ AFTER THE BIDDER HAS RECEIVED NOTICE FRJM THE BOARD OF SUPERVISORS THAT THE CON— TRACT IS READY FOR SIGNATURE* THE BOARD OF SUPERVISORS MAY* AT ITS •OPTION• DETERMINE THAT THE BIDDER HAS ABANDONED THE CONTRACT* AND THEREUPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYING THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS —w THE CONTRACTOR AGREES* BY SUBMISSION OF THIS PROPOSAL# TO CON— FORM TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS* EXCEPT AS PROVIDED UNDER SECTION 41C0*5* THE SAME AS IF INCORPORATED HEREIN. FOR ALL TRAFFIC SIGNAL AND STREET LIGHTING WORK* A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED ON THIS PROJECT. IF A POPTION OF ANY ITEM OF WORK IS DONE BY A SUBCONTRACTOR* THE VALUE OF THE n'ORC SU9CC%TRACTED WILL BE BASED ON THE ESTIMATED COST OF SUCH PORTION OF THE CONTRACT ITES'* DETERMINED FROM INFuR.'ATIUN SUBMITTED BY THE CON— TRACTOR, SUBJECT TO APPROVAL BY THE E%GINEER. THE UNDERSIGNED* AS BIDDER* DECLARES THAT HE HAS NOT ACCEPTED ANY FID FROM ANY SU?CC%TRACTOF* OR yATERIALMAN THROUGH ANY BID DEPOSITORY# THE PY—LAWS# RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CON— TRACTOR FROM COP)SIDERING ANY BIC FROM ANY SUBCONTRACTOR OR MATERIALMAN, !:hICli IS NUT PROCESSED THROUGH SAID BID DEPOSITORY* OR WHICH PREVENT ANY SO?CO%TRACTCR CR MATERIALfAN FROM RIDDING TU ANY CONTRACTOR WHO DOES NOT USE T-iE FACILITIES OF OR ACCENT BIDS FROM OR THROUGH SUCH BID DEPOS.ITuRY. P - 3 00118 PROPCSAL (CONT.) --------------- N0. ITE-M SUBCONTRACTOR ADDRESS ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (101 PERCENT OF AMOUNT BID (CASHIER'S CHECK* CERTIFIED CHECK OR BIDDER'S BOND ACCEPTABLE) THE NATES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS— IMPORTANT NOTICE IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPORATION* STATE LEGAL NAME OF CORPORATION* ALSO NAMES OF PRESIDENTo SECRETARY* TREASURER* AND MANAGER THEREOF. IF A COPARTNERSHIP* STATE TRUE NAME OF FIRM. IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUAL+ STATE FIRST AND LAST NAME IN FULL. LICENSED TO DO OR SUBCONTRACT ALL CLASSES OF WORK INVOLVED IN THE PROJECT* IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRA— TION OF CONTRACTORS* LICENSE NO* (CLASS— I. ---------------------------------- (SIGNATURE OF BIDDER) RUSIRESS ADDRESS - PLACE OF RESIDENCE DATE I9 -----------------------------^ r -- 00119 - � (it is requested that the bidder execute the affidavit on this page at the time of submitting his bid, or if it cannot be submitted with the bid, this affidavit shall be executed by the sucessful bidder, in duplicate, in accordance with instructions in the Federal Requirements in this booklet.) NON-COLLUSION AFFIDAVIT To the State of California, Department of Transportation. The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action to restraint of free competitive bidding in connection with such contract. DEL AMIGO ROAD CULVERT INSTALLATION, DANVILLE AREA 1 Signature of Bidder Business Address Place of Residence Subscribed and sworn to before me this day of 19 Notary Public in and or the County o State of California... My Commission Expires 19 0012) THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THiS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL The bidder _, proposed subcontractor hereby certifies that he has _, has not _, participated in a previous i 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 filing requirements. Note: The above certification is required by the Equal Employ- ment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (i)), and must be submitted by bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth -in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. 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) (l) prevents the award of contracts and subcon- tracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 00121 I. 12-1-75 The bidder certifies that: A. ❑ 1 do not Intend to subcontract-any work on this project. B. 1 do intend to subcontract portions of the work on this project. In accordance with the provisions of Part III, "Participation by Minority Business Enterprises in Subcontracting," In Section 6-1.04 of the special provisions, 1 have taken affirmative action to seek out and consider minority business enterprises for the portions of the work which are intended to be subcontracted and that such affirmative actions are fully documented in my records and are available upon request. in addition, I will take such affirm- ative action on any future subcontracting for the life of this contract. Note: The bidder shall check box A or box B. If the bidder does not check a box it will be deemed that he has checked box A. . Contractor Dated 19 . The above certification is required by 23 CFR 230 as published In the Federal Register, Vol. 40, No. 211 - Friday, October 31', . 1975. 11h�� In accordance with Government Code'. Section 14.310 S, the Bidder .shatl- complete, ,under penalty i) erju ry, ,the following questionnaire: QUESTIONNAIRE Has the bidder, any officer of the bidder. or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal , state. or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following . space. s, s r � � 4 _ �?Y -'Nay Note: This questionnaire constitutes a pert of the .Proposal , and signature on the signature .portton, oI ire.this:,Proposa,l shall constitute signature of this questionna 0nnV1n.� i COUNTY. OF CONTRA ^COSTA , DEPARTMENT OF PUBLIC .WORKS C :A L I F 0 R N 1 A l F1 D ,. - SPECIAL PROVISIONS. �� L E -' FOR J L /9 1977 �.R OtSSON am BOARD OF SUPERVISORS COSTA CO. CONSTRUCTION ON'COUNTY ROAD. DEL ANIGO_ROAD CULVERT INSTALLATION COUNTY ROAD NO. 45340 , � 4 x z, y. m' FOR USE IN'.CONNECTION .WITH~STANDARD SPECIFICATIONS DATED JANUARY, ..........1975 AND,�STANDARD PLANS:DATED MARCH, 1977 OF ;THE, CALIFORNIA DEPARTMENT OF'TRANSPORTATt_ON FEDERAL-AID. PROJECT SRS-OOOS(154) O.F.C.C. IDENTIFICATION NUMBER CC-DOTH)-7-77-053 Microfilmed with board order 00124 FEDERAL 2-14-77 THIS SHEET IS FOR INFORMATION PURPOSES AND SHALL NOT BE CONSIDERED A PART OF THE CONTRACT Your attention is directed to the requirements in Section 6-1.07, 'Affirma- tive Action Requirements - Equal Employment Opportunity.' This.project is within the area covered by an Area Plan on Equal Employment Opportunity and consequently the contract contains a special section of bid conditions dealing with the implementation of that plan. There are two methods of qualifying for contract award, one of which is described under Part I and the other under Part II of the specification. We have received information from Federal authorities that specific crafts, listed under Section S-3, 'Area Affirmative Action Plan,' of the special provisions, have been approved as participating crafts for the following Area Plans: Greater Fresno Monterey Greater Sacramento San Diego QUALIFICATIO.Y UNDER PART I Any or all of the crafts listed in Section 5-3, 'Area Affirmative Action Plan.' of the above Area Plans may be qualified under Part I. No contractor can qualify completely under Part I but may qualify the listed crafts under Part I and mist qualify all remaining crafts under Part II. QUALIFICATION UNDER PART II You most qualify under Part II, exclusively, for the following Area Plans: Alameda San Mateo Contra Costa Santa Clara -Los Angeles Santa Crus North Bay In connection with responsibilities assumed by contractors bidding on this project, your particular attention is called to paragraphs B-1 'Goals and Timetables,- and B-2 'Specific Affirmative Action Steps' of Section 6-1.07 - Part II of the Special Provisions. The specific area plan and the specific goals and timetables are shown in Section 5-3, 'Area Affirmative Action Plan,' of the Spectal Provisions. Particular attention also should be given to paragraph C 'Obligations Appli- cable to Contractors-Subject to Either Part I or Part II- of Section 6-1.07 - Part III of the Special Provisions. The Bidder's Certification of Affirmative.Action for Equal Employment Opportunity previously included in the Proposal is no longer required and, therefore, has been eliminated. . - - INFORMATION) - - 00125 i T A B L E O F C 0 N T E T S STANDARD PLANS CC-3022-Type 111 Manhole Base CC-302-A.C. Dike SECTION TITLE 1. Specifications and Plans 2. Proposal (Bid) Requirements and Conditions 3. Award and Execution of Contract 4. Beginning of Work, Time of Completion and Liquidated Damages 5. General 5-1. Miscellaneous 5-1 .01 Cost of Labor 5-1 .02 California Department of Transportation 5-1.03 General Prevailing Wage Rates 5-1.04 Previous Disqualification, Removal or Other Prevention of Bidding 5-1.05 Damage by Storm, Flood, Tidal Wave or`Earthquake 5-1.06 Alternative Methods of Construction 5-1.07 Payments 5-1.08 Lines and Grades 5-1.09 Prosectution and Progress 5-1.10 Measurement and Payment 5-1.11 Permits 5-3 Area Affirmative Action Plan 5-3.01 General 5-3.02 Specific Goals and Timetables 5-3.03 Order of the Secretary of Labor 6. Federal Requirements 7. (Blank) 8. Materials 8-1. Miscellaneous 8-1.01 General 8-1.02 Relative Compaction 8-1.03 Certificates of Compliance ` 8-1.04 Mix Designs 8-1.05 County Furnished Materials 9. Description of Work 10. Construction Details 10-1. General 10-1.01 Maintaing Traffic 10-1 .02 Existing Highway Facilities 10-1.03 Clearing and Grubbing 10-1.04 Watering _ 10-1.05 Earthwork 0012c -- 2 - SECTION TITLE 10-1 .06 Aggregate Base 10-.1 .07 AsphaltConcrete t� 10-1 .08 Pavement Construction 10-1 .09 Asphalt Concrete Dikes f� 10-1.10 Minor Structures a 10-1 .11 Reinforced Concrete Pipe - r tirj. T �,H 9 e J" . % ]s'glW ilt't1bit ; d to i �I� iRI a. a ;o ; �.ii�'yi Vit. AL _sli all ■-i!■ iii'=�� w ! in ii � ■ 21i E�* „3� iilti>E i� ;f sli cr } iltNK g - wi aiL SDI si=iii � �� ■ A W y �\ � ■ri�s��ilE_ `;.� ■ �i�i'� ,„r '��-•.y:...._�rs ans.es.e.Lasa � i its All a tti�pp x� Is tw It A ki `Vsn. sit • iz o i Isn% i .F s i 1: t~ r'��� !- ��Y, !Y''TY 4io�o 'e' �►^� ���y` r�i�r...�. i f• t, t ana ��',s � A94.,y tv. ,,,q,e� 4'..-,•-""g-'. LY8'L-T. ir1 ':1 ii' x on Tjr :�- �' '€: f• = e moo,-w~ �:Mt 'tiy!'t41 f i I I CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT r SPECIAL PROVISIONS= R w. FOR CONSTRUCTION :ON' 000NTY ROAD-_ IN'CONTRA' COSTA .�n . COUNTY, ON DEL AMIGO ROAD, NEAR DANVILLE SECTION 1. SPECIFICATIONS ACID PLANS - The work embraced herein shall be done in accordance with the Standard Specifications dated January, 1975, of"the' State of California, 'Business and Transportation=Agerncy,=Department of- - Transportation, the State Standard Plans,' the' County= Standard`` Plans, insofar as the same may apply and in accordance with the following special provisions. DEFINITIONS AND TERMS. As used--herein', unless= the context otherwise requires, the following terms have the following meanings: (a) AGENCY means the County of Contra Costa, a political subdivision oftheState-of-California. (b) BOARD OF SUPERVISORS means the,-governing body of the Agency- - (c)- - ENGINEER gency- (c) - ENGINEER means the Contra-Costa County: Public Works Director (Road Commissioner-Surveyor; ex officio Chief Engineer) or his, authorized agent acting within the scope of his authority who is the Agency's representative for administration of this contract. (d) STANDARD SPECIFICATIONS (S.S) means the current edition of the Standard Specifications of the State of California, Business and Transportation Agency.- Department of Transportation, (hereinafter sometimes 'referred to as S.S.) . 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. :Unless otherwise specified in 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 Section"1-1 .40 "State Contract Act" is hereby waived. 001,0a SECTION 2. PROPOSAL (BiD) REQUIREMENTS AND CONDITIONS The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," of the Standard Specifications and these special provisions for the requirements and conditions which he must observe in the preparation of the proposal form and the submission of the bid. Records of the Department referred to in the second paragraph of Section 2-1.03 "Examination of Plans, Specifications, contract, site of work" may be inspected in the Office of the Public Works Director, Martinez, California. The provisions of Section 2-1.05. "Proposal Forms" con-. cerning the pre-qualification of bidders as a condition to the furnishing of a proposal form shall not apply. All Proposals (bids) shall be made on forms to be obtained from the Office of the Public Yorks Department, Fifth Floor, County Administration Bidg., Pine and Escobar-Streets, Martinez, California. The requirements In the second paragraph of Section 2-1.05 "Proposal Forms" are superseded as follows: All proposals (bids) shall . set forth for each item of work, In clearly legible figures, an item price and a total for the item in the respective spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. The requirements of the last two-paragraphs of Section 2-1.05, "Proposal Forms," shall not'apply. The requirements of Section 2-1.07, "Proposal Guaranty," are superseded by the following: All proposals (bids) shall be presented.under sealed cover. _ Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the amount bid. Guaranty may be In the form of cash, certified check, cashier's check, or bidders bond payable to the County of Contra Costa. The requirements of Section 2-1 .11 , "Competency of Bidders" shall not apply. tiro:. _ 2 _ 00t31 Attention is directed to Section 7-I .01E, "Contractor's Licensing Laws" and the requirements of law referred to therein relating to the licensing of Contractors. All bidders must be contractors holding a valid license to perform the required work as provided by the Business and Pro- fessions Code, and may be required to submit evidence to the Agency as to their ability, financial responsibility, and experience, in order to be eligible for consideration of their proposal . SECTION 3. AWARD AND EXECUTION OF CONTRACT The bidder's attention Is directed to the provisions in Section 3 "Award and Execution of Contract," of the Standard Spec- ifications and these special provisions for the requirements and conditions concerning award and execution of contract. As used in Section 3-1 .01 "Award of Contract," the term "Director" means the Board of Supervisors. The successful bidder shall furnish a Faithful Performance Bond in the amount of the total bid and a Labor and Materials Bond in an amount of at least fifty percent (50%) of the total bid, each in the form approved by the Agency. Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, together with (1) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen's Compensation insurance issued by an admitted insurer, or (2-0 an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement - . to be executed by the Contractor can be obtained from the County Public Works Department, at, the address indicated on the Special Provisions. The Guaranty of the successful bidder will be returned within fifteen (15) days after the contract is finally executed and approved, and Guaranties of other bidders will be returned promptly after the execution of the contract. SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03, "Beginning of Work," in Section 8-1 .06, "Time of Completion," and in Section 8-1.07, "Liquidated Damages," of the Standard Specifi- cations and these special provisions. 0-4;;� - 3 - 00131A In lieu of the provisions in the first paragraph of Section 8-1.03, "Beginning of Work," 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. The Contractor shall begin work upon receipt of directions to proceed as stated in 'the "Notice to Proceed" and shall diligently prosecute the same to completion before the expiration of 30. WORKING DAYS after the date stated in the "Notice to Proceed." The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day, for each and every CALENDAR DAY"S delay in finishing the work in excess of the number of working days prescribed above. Where Section 8-1.03 "Beginning. of Work" refers to the: , Attorney General or the attorney appointed to represent the Department of Transportation, this shall be taken to mean the Board of Supervisors. The following days are designated as legal holidays: January 1, February 12, 3rd Monday In February, last Monday in May, July 4, lst Monday in September, September 9, 2nd Monday 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. t - 00132 SECTION 5. GENERAL 5-1 . MISCELLANEOUS 5-1 .01 COST OF LABOR - The second paragraph in Section 9-1.03A, "Work Performed by Contractor," of the' Standard Specifications is amended to read: To the total of the direct costs computed as provided in Sections 9-1 .03A(l) , "Labor," 9-1 .03A (2) , "Materials," and 9-1.03A(3) , "Equipment Rental ," there will be added a markup of 24 percent to the cost of labor, 15 percent to the cost of materials, and 15 percent to the equipment rental. Section 9-1 .03A(ib) , "Labor Surcharge," of the Standard Specifications is amended to read: To the actual wages, as defined in Section 9-1 .03A(la) , will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Wage Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments Imposed by State and Federal. laws and for all other payments made to, or on behalf of, the workmen, other - than actual wages as defined in Section 9-1 .03A(la) and subsistence and travel allowance as specified in Section 9-1 .03A(1c). 5-1 .02 CALIFORNIA DEPARTMENT OF TRANSPORTATION - On November 1 , 1974, the Department of Transportation was reorganized. ' The Chief Engineer, Department of Transportation, succeeded to and was vested with the duties, powers, responsibilities and jurisdic- tion with regard to construction, maintenance and other functions previously performed by the State Highway Engineer, Division of Highways. Effective on November 1 , 1974, all references in the contract documents to the Engineer or State Highway Engineer shall be deemed to mean the Chief Engineer, Department of Trans- portation, and all references to the Division of Highways in the contract documents shall be deemed to mean the Department of Transportation. 5-1 .03 GENERAL PREVAILING WAGE RATES - Pursuant to Section 1773.2 of the Labor Code, general prevailing wage rates are published by the Department in July of each year in a news-- paper of general circulation. A copy of the latest such publica- tion shall be posted by the Contractor in a prominent place at the site of the work. S g s. t _ _ i The general prevailing wage rates set forth in the Depart- ment of Transportation publication entitled "Equipment Rental Rates and General Prevailing Wage Rates," which is a part of this contract shall also be posted by the Contractor at the same prominent place at the site of the work. Ali copies of prevailing wage rates to be posted at the. job site will be furnished by the Department. The first sentence of the second paragraph in Section 7-i .O1D, "Prevailing Wage," of the Standard. Specifications is amended to read: Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the Department has obtained the general prevailing rate of wages (which rate Includes employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for in Section 1773.8 of said Code, apprenticeship or other training programs authorized by Section 3093 of said Code, and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. 5-1.04 PREVIOUS DISQUALIFICATION, REMOVAL OR OTHER PREVENTION OF BIDDING - Pursuant to Section 14310.5 of the Govern- ment Code (Chapter 782, Statutes of 1974) the bidder shall complete, under penalty of perjury, the questionnaire in the Proposal relating to previous disqualification, removal or other prevention of bidding of the bidder, or officers or employees of the bidder because of violation of law or a safety regulation. A bid may be rejected on the basis of a bidder, any officer of such bidder, or any employee of such bidder who has a pro- prietary interest in such bidder, having been disqualified, removed, or-otherwise prevented from bidding on, or completing a federal , state, or local project because of a violation of law or a safety regulation. 5-1 .05 DAMAGE BY STORM, FLOOD, TIDAL WAVE OR EARTHQUAKE - Subparagraphs A, C, E and F of Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications are amended to read: A. Occurrence - "Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such pro- clamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. r=•��. - 6 - 00134 C. Protecting the Work from Damage - Nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The -Contractor shall bear the entire cost of repairing damage to the work caused by the Occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices In the conduct• of the work, and such repair costs shall be excluded from consideration under the provisions of this section. E. Determination of Costs - Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1 .165 will be determined in accordance with the provisions in Section 9-1 .03, "Force Account Payment," except that there shall be no markup allowance pursuant to Section 9-1 .03A, "Work Performed by Contractor," unless the Occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repair- ing damaged work which was not in compliance with the requirements of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. F. Payment for repair work - When the Occurrence that caused the damage was a tidal wave or earthquake, the State will pay the cost of repair, determined as pro- vided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. When the Occurrence that caused the damage was a storm or flood, the State will participate in the cost of the repair determined as provided in Subsection E in accord- ance with the following_ 1. On projects for which the amount of the Contractor's bid for bid comparison purposes is $2,000,000 or less, the State will pay 90 percent of the cost of repair that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. 2. On projects for which the Contractor's bid for bid comparison purposes is greater than $2,000,000, the State will pay 90 percent of the cost of repair that exceeds $100,000. - 7 - 00135 5-1.06 ALTERNATIVE METHODS OF CONSTRUCTION - Whenever certain of the plans or specifications provide that more than one specified method of construction or more than one specified type of construction equipment may be used to perform portions of the work and leave the selection of the method of construction or the type of- equipment to be used up to the Contractor, it is understood that the State does not guarantee that every such method of construction or type of equipment can be successfully used throughout all or any part of any project. It shall be the Contractor's responsibility to select and use the alternative or alternatives which will satisfactorily perform the work under the conditions encountered. In the event some of the alternatives are not feasible or it is necessary to use more than one of the alternatives on any project, full compensation for any additional cost involved shall be considered as included in the contract price paid for the item of work involved and no additional compen- sation will be allowed therefor. 5-1 .07 PAYMENTS - Attention is directed to Section 9-1 .06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these special provisions. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. 5-1 .08 LINES AND GRADES - Lines and grades shall conform to the provisions in Section 5-1 .07, "Lines and Grades," of the Standard Specifications and these special provisions. One complete set of stakes for each of the following items will be set by the Engineer after notification by the Contractor as specified in Section 5-1 .97: (a) Right of way (b) One set of grade control stakes for use by the Contractor to control the base and surfacing. No additional stakes or markers for grade control will be set by the Engineer. (c) Manhole and pipe culverts The Engineer shall be the sole judge of the adequacy and sufficiency of the stakes and marks for the purpose for which they are set. If the Contractor requests additional stakes, hubs, lines, grades or marks other than those set by the Engineer, the cost of labor, equipment and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. - 8 - 00136 The cost of labor, equipment and materials involved in resetting stakes destroyed or displaced because of the following. reasons,, will be deducted from any monies due or to become due` the Contractor:` (a) Negligence in use of construction equipment. (b) Stakes ordered by the Contractorthat are not used for a long period of time and are lost in the interim. (c) Poor planning of sequence of operations by the Contractor. 5-1.09 PROSECUTION AND PROGRESS - The provisions of Section 8, "Prosecution and Progress" shall apply except as modified herein. 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. Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor with-. out 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. 5-1.10 MEASUREMENT AND PAYMENT - Attention is directed to Section 9, "Measurement and Payment," of the Standard Spec- ifications and these special provisions. _ In lieu of conflicting provisions of the third paragraph of Section 9-1.06, "Partial Payments" the County will withhold 10 percent from any estimated amount due the Contractor. The provisions of Section 9-1.065, "Payment of Wl thheld Funds," shall not apply. The provisions in Section 9-1.045 "Determination of Rights" and Section 9-1.08, "Adjustment of Overhead Costs," of the Standard Specifications shall not apply. 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. - 9 00137 The cost of labor, equipment and, materials involved In, resetting stakes destroyed or displaced ' ecause of the"follow ,nq . reasons, will -be deducted from any monies due or to becomedue the Contractor: (a) Negligence in use of construction equipment. (b) Stakes ordered by the Contractor that are not used for a long period of time and are lost in the Interim. (c) Poor planning of sequence of operations by the Contractor. 5-1.09 PROSECUTION AND PROGRESS - The provisions of Section 8, "Prosecution and Progress" shall apply except as modified herein. 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. Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor with out 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. 5-1.10 MEASUREMENT AND PAYMENT - Attention is directed to Section 9, "Measurement and Payment," of the Standard Spec- ifications and these special provisions. _ In lieu of conflicting provisions of the third paragraph of Section 9-1 .06, "Partial Payments" the, County will withhold 10 Percent from any estimated amount due the Contractor. The provisions of Section 9-1.065, "Payment of Withheld Funds," shall not apply. The provisions in Section 9-1 .045 "Determination of Rights" and Section 9-1 .08, "Adjustment of Overhead Costs," of the Standard Specifications shall not apply. 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. - 9 0013'7 y t, i•.a S (5. 9 Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of' the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the County 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. The provisions of S.S. Sec. 9-1 .09 "Clerical Errors" shall not apply. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. 5-1.11 PERMITS - Grading - The Contractor shall comply with the appli- cable provisions in the County -Grading Ordinances (Title 7 Division 716 of the Contra Costa County Ordinance Code) in the process- of disposing of the excess material as fill on- private property within the County. Flood Control - The Contractor shall comply with the applicable provisions of the County Ordinance (Division 1010 Title 10) in the process of doing any work involving existing storm drain facilities, creek beds, channels, drainage ways, and water courses. Full compensation for conforming to Permit requirements shall be considered as included in the price paid for the item (s) In which the permit (s) are required. 5-3 AREA AFFIRMATIVE ACTION PLAN 5-3.01 GENERAL - The Area Plan applicable to this project shall be the Contra Costa Plan on minority employment. Organi- zations subscribing to said plan include but are not limited to certain trades from the Contra Costa County Building and Construc- tion Trades Council , AFL-CiO, Local Construction Trade Unions, . and General and Specialty Contractors Associations. 5-3.02 SPECIFIC GOALS AND TIMETABLES - The Contractor's affirmative action plan shall specify at least the following range of percentages of minority manpower utilization: From 9-30-75 forward 17.0 % - 19.5 5-3.03 ORDER OF THE SECRETARY OF LABOR - The Secretary of Labor Order entitled "Bid Conditions Setting Forth Affirmative Action Requirements for all Non-exempt Federal and Federally- Assisted Construction Contracts to be Awarded in Contra Costa County, California," dated January 27, 1972, shall apply to this pt ject - 10 - 00138 i 1-10-77 SECTION 6. FEDFJM REVUIRENENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS 6-1.01 caIMRAL.—The work herein proposed will be financed in whole or in part with Federal funds, and therefore all of the statutes, rules and regulations, promulgated by the Federal Government and applicable to work financed in whole or in part with Federal funds will apply to such work. The -Required Contract Provisions, Federal-Aid Construction Contracts,' Form PR-1273. are included in this Section 6. Whenever in said required contract provisions references are made to the -State Highway Department Contracting Officer,' 'State Highway Department Resident Engineer,' or •Authorized representatives of the State Highway Department.' such references shall be construed to mean 'Engineer' as defined in Section 1-1.18 of the Standard Specifications. 6-1.02 PERFORMANCE OF PREVIOUS CONTRACTS.--In addition to the provi- sions in Section II. 'Equal Opportunity.' and Section vII. 'Subletting or Assigainq the contract.- of the required contract provisions, the Con- . tractor shall comply with the following: ?he bidder shall execute the CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in excess of $10.000 will be considered under the provisions of Section vII of the required contract provisions unless such request is accompanied by the CERTIFICATION referred to above, executed by the proposed subcontractor. 6-1.03 ADM-MLLUSION PROVISION.—The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. - Title 23. United States Code, Section 112, requires as a condition precedent to approval by the Federal Highway Administrator of the contract for this work that the Contractor file a sworn statement executed by, or on behalf of, the person, firm, association, or corporation to whom such contract is to be awarded, certifying that such person, firm, association, or corporation has not. either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. This sworn statement shall be in the form of an affidavit executed and sworn to by the successful bidder before such persons as are authorized by the lava of the State to administer oaths. The original of such sworn statement shall be filed with the Department of Transportation prior to the award of this contract. M mediately upon the determination of the successful bidder, copies of the affidavit as required by the above paragraph and in the form illustrated herein on the second page following the signature page of the proposal, will be mailed to said successful bidder, who shall execute and acknowledge said affidavit in duplicate and return both to this office as promptly as possible. 6-1.04' FEDERAL-AID PROPOSAL NOTICES MOTICrS TO PROSPECTIVE FEDERAL-AID CONSTRUCTION CONTRACTORS I. CERTIFICATION OF NONSEGREGATED FACILITIES (a) A certification of Nonsegregated Facilities, as required by the May 9, 1967, Order of the Secretary of Labor (32 P.R. 7439, May 19, 1967) on Elimination of Segregated Facilities is included in the proposal and most be submitted prior to the award of a Federal-aid highway construction contract exceeding 520,000 which is not exempt from the provisions of the Dquel Opportunity clause. FR-1 001929 1-10-77 (b) Bidders are cautioned as follows: By signing this bid, the bidder will be deemed to have signed and agreed to the provisions of the 'Certification of Nonsegregated Facilities' in this proposal. This cer- tification provides that the bidder does not maintain or provide for his employees facilities which are segregated on a basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis_ The certification also provides that the bidder will not maintain such segregated facilities. (c) Bidders receiving Federal-aid highway construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal opportunity clause, will be required to provide for the forwarding of the following notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agree- ments exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. NOMCE TO PROSPECTrVE SUBCONTRACTORS AND MATERIAL SUPPLIERS OF REMIREMENT FOR CERTIFICATION OF NONSEGBECATED FACILITIES (a) A Certification of Nonsegregated Facilities as required by the May 9, 1967, Order of the Secretary of Labor (32 P.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, which is included in the proposal, or attached hereto, must be submitted by each subcontractor and material supplier prior to the award of the subcontract or consummation of a material supply agreement if such subcontract or agreement exceeds $10,000 and is not exempt from the provisions of the Equal Opportunity clause. (b) Subcontractors and material suppliers are cautioned as follows: By signing the subcontract or entering into a material supply agreement, the subcontractor or material supplier will be deemed to have signed and agreed to the provisions of the *Certification of Nonsegregated Facilities' in the subcontract or material supply agreement. This certification provides that the subcontractor or material supplier does not maintain or provide for his employees facilities which are segregated on the basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the subcontractor or material supplier will not maintain such segregated facilities. (c) Subcontractors or material suppliers receiving subcontract awards or material supply agreements exceeding 510,000 which are not exempt frrnm the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agreements exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. II. rMPLEMENfATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACS (a) By signing this bid, the bidder will be denied to have stipulated as follows: (1) That any facility to be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub. L. 91-604), and under the Federal water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub. L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 C.F.R., Part 15), is not listed on the U. S. Environmental Protection Agency (EPA) List of violating Facilities pursuant to 40 C.P.R. 15.20. FR-2 t .; 00140 1-10-77 (2) That the State highway department shall be promptly notified prior to contract award of the receipt by the bidder of any communica- tion from the Director, office of Federal Activities, EPA, indicating that a facility to be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. III. PARTICIPATION BY MINORITY BUSINESS ENTERPRISES IN SUBCONTRACTING (a) A bidder who intends to subcontract a portion of the work shall certify that affirmative action has been taken to seek out and consider minority business enterprises as potential subcontractors. (b) Affirmative action shall consist of seeking out minority business enterprises that are potential subcontractors and actively soliciting their interest, capability and prices; and documenting such action. (c) A 'minority business enterprise' shall mean a business of which at least 50 percent is owned by minority group members, or in the case of publicly owned businesses, of which at least 51 percent of the stock is owned by minority group members_ *minority group members' are defined as American Neqroes, Spanish-speaking American persons, American Orientals. American Indians, American Eskimos, and American Aleuts. (d) A fora has been included in the Proposal Section, to be cos- pleted by the bidder, which will satisfy the certification requirements for affirmative action at the time of submitting the bid. (e) Should the bidder fail to submit this certification or submit a false certification, the bid will be rendered nonresponsive. (f) Should the Contractor request permission to subcontract a portion of the work at any time during the life of the contract after the bid submittal. certification of affirmative action, as provided in paragraph (b), shall be furnished, if it has not been done so during the bidding stage. forms for this certification will be available from the Engineer. (g) The Contractor shall designate and make known to the Engineer a liaison officer to administer the contract's minority business enterprise program. 6-1.05 ALTERNATIVE MATERIALS.—The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. Wherever it is provided in the specifications that more than one material will fulfill the requirements for an item or items of work, the successful bidder will be furnished a questionnaire. Said questionnaire will be sailed to the successful bidder at the time the contract is presented to him for execution for indicating therein the material which he proposes to furnish to fulfill the requirements for such item or item of work.. FR-3 00.141 1-10-77 V.&WAg h9W OF TRANSMU,41ION FWEW HIGHWAY ADMINISTRATION 6-1.06 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (EXCLUSIVE OF CERTIFICATION ACCEPTANCE AND APPALACNIAN CONTRACTS) page in conspicuous platys;anilable to employees and applicants for L Application Cyt emd�t. +to be provided by the State highway depart- IL AppliEqual tionOpp >ury 1�4 ment setting forth for provisions of this nondiscrimination clause, . III.Nowwgrrluud Fa6lities b.The contractor will,in ad solicitations or adserdwascuts for IV.Psymrnt of Predetermined Minimum Wanes employers plated by or on behalf of the contractor.state nkat all �4 qualified applicants will receive consideration for employmm V.Statements and Payrolls TR-7 without regard to race.color.religion,tax.or national arigin. VL Record of Materials.Supplies and I-bur lfRA a The contractor will send to each labor union or representative VII.Subletting or Assigning the Contras j.a of workers with which he has a collective bargaining agreement or VIIL Safety: Accident Prevention other contract or understandinc.a notice to be provided by the DL False Statements Concerning Highway Projects era Sura highway department advising the said labor union or work. X.Implementation of Clean Air Act and Federal Water eti representative of the contractors commitments under this mashag sec- PeAuton Control ger tion H-2 d post copies o[the notice in conspicuous place �' a+ailahie to employers and applicant for employment. d.The contractor will comply with an provisions of Executive 1. APPL1GT10N Order 11246 of September 24.196S.and of the rules,regulations 1.These contract provisions shall apply to all work performed (41 CFR.Port 60) and relevant orders of the Secretary of Labor. on the contract by the contractor with his own organiaion and e-The contractor will furnish all information and reports re- with the skstance of workmen sender his itamediate superintend- ence and to all work performed on the contract by piecework. gored by Edens ve Order s of of Secretary f 1965,and t, station work or by subcontract role,thereto oan a� orders of the Seo h4 of Labor, d put, -moot thereto, and will permit aeeeaa to kis books, records and 2.The contractor.hall Eroert in each of his subcontracts all accounts by the Federal Highway Administration and the Sena of the stipulations contained in these Required Contract Provi. tary of Labor for purposes of investigation to ascerWix compliance tions and also a clause requiring his scnbtroatracton to include with such rules.regulations and order then Required Contract Provisions in.any lower ria subeon- L[a the event of the contractor's noncompliance with the now tracts which they may enter into,together with a elapse requir- discrimination clauses of this contract or with any of the said ing the inclusion of these provisions in any further subcontracts color regulations or orders.this contract may be canceled,termi• that may in turn be made The Required Contract Previsions ram or suspended in%hole or in pan and the contractor may be shall in no instance be incorporated by reference. declared ineligible for further Covernmeat contracts or Federally- I A breach of any of the %tipulatiens contained in these asdsted construction contracts in accordance with procedures Required Contract Provisions may be grounds for termination authorized in Executive Order 11246 of September 24,1%5,and, Of the contract. mice other sanctions may be imposed and remedies invoked u 4.A breach of the following elau,"may also be grounds for provided in Executive Order 11246 of September 24,1%5,or by debarment as provided in 29 CFR SA(b): role.regulation or order of the Secretary of Labor.or as other- wise provided by law. Section 1.paragraph 2: b The contractor will include the provisions of this Section H-2 Section IV.para.-raphe 1.2A S and 7: in every subcontract or purchase order unless exempted by rules. Section V,paragraphs 1.Sa,5b.and Sd regulations or orders of the Secretary of Labor issued pursuant to section 244 of Executive Order 11246 of September 24. 1965,so 11. EOUAL OPPORTUNITY that mirb provisions will be binding upon each subcontractor or 1.Selection of Labor: vendor. The contractor will take such action with respect to any subrnntract or purchase order as the State highway department or During the performance of this contract, the contractor shag the Federal Highway Administration may direct as a means of en- not discriminate against labor from any other State,poiressioa or forcing sock provisions including sanctions for noncompliance: territory of the United States Pror+ded,laweter,that in the event a contractor become$involved L Employment Practices: in.er is threatened with litigation with a subcontractor or vendor u a result of such diteetiun by the Federal Highway Administer. During the performance of this contract, the contractor agrees tion. the contractor may rrqu-t the United Stater,to enter into as follows: each litigation to protect the intere.ts of the United Slates a.The contractor will not discriminate against say employee or L Selection of Subcontractors.Procurement of Material, .applicant for rmplmment because of race.color.religion.sex,or and Leasing of Equipment- national origin. The contract will take affirmative action to en- luring the perfnrrnaur of this contract the rnntraemr, for sure that applicants err employed and that employees are treated it 4E.its ayagcwrs.and Mere-ors in interest dhereirtaftrr referred during,empinymrnt withcat mgard to their rare.color,religion. sex,or national origin. Such action shall include,but not be Tim- to as the-contractor')agrrs•s as follows. ited to the fnllowing:emplo)m"t.upgrading.destoi:on or trans, a.Compliance With Regulations: The contractor shall comply fer.mrruitmrnt or r-ruitaent adseriWng:layoffs at termination: with the Regulations relative to nondiscrimination in federalip rates of pay or other•,farms of comprn-ation: and rlectiaa for a-isted programs of the Irepanment of Traasportation.rtk 49. training,inrhtding apterstimlup. The coutnetor agrees to post Code of Federal Regulatiuns, Part 21.as they maybe amended Foca rR-1=77-yre.•ws edt:om on oMdett. FR-4 00142 its..P-M E 1-10-77 from time to time (hereindirr refined to as the Regulations). "segregated facilities at any of his estahlishmeats,and that he will which air b"Cin imrpaated by referents,and made a part of out permit bis employees to perform their services at any location, thin cootract. undrr his control.•bac segrrgated facilities are usaintained. He Ir.Noodisrrimination: The contractor.Stith met= to the Work 291'mtrr that a bunch of this critificstion is a violation of the Equal M(mi mril Ly it during the emiraet- dull not di-aiasirute on Opportunity clause in this contract. As used in this certification, the ground-of mace,color,sex or national origin in the%clettioa the tern 'mevrgated facilities' means nay Waiting rpams. work and retention of wluonteadom irrlwfing procurements of ams- arra•,re-trooms and washrooms,rrtaurants and other rating arcane teriah and Ira..+of egafpeu•nt. Time cootraetor a]u(J not partici• timreloeks,locker rooms and other aronppe or dressing areas,park- pole eithrr dimenly or indinrtly in the discrimination prohibited ins: lots. drinking fountains. recreation or entertainment areas, by section 215 of the Rrpdatiaaa.including rmployneent pramerso, tramponstion.and housing facilities provided for employees which when the mowract most.a program-re forth in Appendix B of aro segregated by explicit directive or are in fact segrepted on die RegaLuion, the basis of see.creed.color•or national origin,because of habit. local custom.or otherwi•r. Ile agrees that (except where he has C.Soliritatioo- for Subcontract. lmrludiag. Procnceasmats of obtained identical certifieatioas from proposed subcontractors and Material. and rquilmrnt: to all wlicitation.either by competi• material suppliers for specific time periods),he will obtain idcn- tive biding or negotiation made by the contractor for work to he tical certification from proposed subcontractors or material wp. perforated anrlrr m .abcoatmct, including proenrements of ma- pliers prior to the award of subcontracts or the cossumtastion of terials or Iran at rvpnipawmaL each potential snbwntraicior or material supply agreements, eseeeding $10.000 which net not supplier +Call Lr notified by the contractor of the contractor, exempt from the provisions of the Equal Opportunity chooser and obligatiem unit" thir contract mind thr Regulations relative to that be will remain,such certifications in his fila. aoodisrrimivativa on the gsoust&of rata color, coca or national origin d.lafotuution aul Reports: The cootrwit r shall provide all information and m•7mn. required by thr RetulatitiI or dirge- 1•fieatral tiara i--mnd prmsoaat tlrerrto.aid-lull permit access to its books. All mechanics and laborers employed or working upon retorI ar.mm-, othrr -ourcx of infestation and it. facilities -ite f the work will be paid unconditionally ami not less len u may he deirretiorf by the&.rtr highway department at the than a week.and without subsequent deduction or re on Federal Ilirbway Adaufii-tntfon to lr patiaret t0 ascertain any oust (except such payroll deductioro o are by compdumr with-rwh Regulations or dimrrtisr� What any infor• rep lau issued by the Secretary of Labor wrier the peland mation requir.ri u(a nmtractor is is the rxrlu-iso pone!mion of Act (29 Part 3)).the full smoun-due at time payment another who fail-w rdfi.e-to furai-k thi-information the con- competed i wage rates am less than those contained. the wage tractor shall w crrtify to thr Sutr bigLway departs or the decision of the Secretary of Labor w . is attached Federal Iliglr.ay Admuini-tration a- and shall sa hereto amid a par hrrcof.regardless of any ntractual re- forth what clloru it has nude to obtain the inlormatiod latiomhip w may be alleged to eaiat betty he contractor r:Sanction,for Numoaplianrt:In th,rival of the c ontncumr r. and such and mechanics: sad r determitutioa noneempliam- with the mnfi.s-riminaiI luwisions of this con• decision shall ed Ly the contractor t6 site of the cork tract, dot Stair Liphway d.-tastruew -hall impute cath contract proasimeat wheir it can Ire eau by the workers sanetierr.a-it at the Fedrnl IIi:haay Administration nuc deter. For the pa.pose of i,rlau-.contribum a or costs Mason- mine to 1r approp.-kir,inclnfing• Leri not limited to: ably amieipated -ection IWI12 Davis-Bacon Act on (1) withholding of payurrrttn to the contractor under the behalf of Inheres of hanks are raga paid to such ranerxt until tlr rentraefor rompdir%an for laborers or.rah roof. wbjfor to ofom of Section lar paragraph 3b,hereof. for th of this claw regular (_) raewr)latnam. irrrnimation or -rsypro-ion of the coatrart contributions made or s i r more than a weekly in whole or in pan. period under plans, fund• or pr r but covering the par- i.irrorpr+raiioe of Provi-ions:Thr contractor shall include the titular weekly period• ue mod be constructively made or poWWmm of thi.paragraph 3 in marry subcontract,including pro- incurred during such weekly rind eareesent.of autrtials and lea*"of equipene I unless exempt by the Rexulaiion.or dircctivr,iwred pursuant theme. The con- L Clasi6ation: tractor Jmall take such anion with r,+prct to any subcontractor or a.The State high w de ent contracting officer shall pracrnnt a. the State highway department or the Federal require that amt class o bo i wa- s o mrchanirs,including apprert llighway Adminf-iralion may dims a.a means of enforcing each tines and traiaen.wh" of li-t in the wage_determination provisinn.im"luling saartimms for nonrompliarrr: Pto.ided,how. and which is to be rm a under th ontram shall be classified ever. that, in the event a contractor hreomes involved in,or is or reclaaibed cc or to the wx dnermirmtion.and a n• threateard wide, litigation with a .ulmroatractor or supplier m a port of the actio Shall be sen by thr State highway remit of su Ii .lirertion, the contractor may regae:t the State department contract icer to the Sec tary of Labor. highway rb-purement to entry into .rwh litigation to protect the intern-4,of thr Stair, and, in addition. dw contractor may It.1n the event r interr.-W parties final agree on the rrqur-t the Vahed Suers to entry into moth litigation gchLd, ' n r reclassifieation of a p ieular Class of la- to protrtt the intne.t.of the Unite.l Starr. anincluding appre.liees trainee& to be eaccompanied by the recom ndation of the 111. NONSEGREGATED FACIUTiES hf a d artmrnt contracting offrer sha he referred to the Secret. final detenrrnation. (Appli.-ahle r.. Fe I ralaid construction contracts ani related subrentrart- r....�Lry SM000 which are not exempt from the 3.Pa)me of Fringe Benefits: Equal 01,1ortunitc rlarr eJa Tclass — tate hithuav department contractingo n shallfly saLmi.wm..f du-fad,the nryutine of plus eontrae!or wG requireesrow the rninimnm wage rate pre•erihed in rte can- .ontrart,- do---onioatinn of this material supply aseement, tract foof labor -or mvehanirs includes a(ring nest as appropri.w.if.-holdri.Frvteralaid ro"runion contractor,cal. xhirh not rnwe-sed a-an hourly,xarr rate and the con actor contraner.or ..Arrial windier. a-appmoprime, eretifines that he i•obl ted to {sty a ei-h equivaient of-ueh a frry bene an does not mainlain er pin-idr for hi-einl4ftyr-any se-negated fa- hour ea-h equivaient thereof to be established. In the event he rilitir-at any of hi.r4zhIi4mmnrw%and that be does not permit intr . ed parties cannot .mgrer apron a Cash equivalent of hiv vrrrl4ei•—to is-doom ilt it-moire-at vav(oration,undrr his fri . brnetit.:lre quo-tion.arrompaafrd by the rerommendatioe control, -hrre s_trgatsl facilities air maintained. He certifies o tine conaarting officrr. -half Lr referred to the 55ecreury o further that hr,.ill not maintain or provide for his employees any bar for determination. FR-5 00143Fa m F11-1271 Ile,9-751 1-10-77 L If the contractor does not make payments to a trustee or to utilize trainees at les than the applicable predetermined rate other third person,he may consider as part of the wages of any for the work performed until an acceptable program is approved. or mechanic the amount of any costs reasonably anther a The utilization of apprentices, trainees and journeymen providing benefits under a plan or program of a type ,hall be in conformity with the equal employment opportunity listed in the wage determination decision of the Steres requirements of Executive Order 11246, as amended and 29 sary of r which is a part of this contract:Provided Anomer. CFR Part 30. the Seco of labor has found,upon the written request of the contract that the applicable standards of the Davia•Bacon 6 Apprentices and TraiOeea (Programa of rtment Act herr met. The Secretary of Labor may require the of Transportation): contracwr to We in a separate account assets for the meet. Apprentices and trainers working under rmticeship and ing of obligation% the plan or program skill training proprants which have been cerci by the Secretary 4,Pa7meat of E Wages: of Transportation as promoting equal empl eat opportunity in While the wane sot shown are the minimum rates required connection with Federal-aid highway co rurtion programa are not subject to the requiremeats of Sects IV,paragraph S above. by the contract to he pat during its life.this is not a repreven• The straight time hourly wage rates f apprentices and"am talion that labor can be o "tied at these teres, No i*w»••v in under such program. will be estab" by the particular pro. the contract price%hall be owed or authorized on account of gra— the payment of wage run in ces of those listed herein. L Overtime Requirements-Apprentices and Trainee of Department of IAbor): No contractor or aubcout r contracting for any part of the coairaet work which may hire or involve the employment of s Apprentices will be permitted work at ler than the laborers, mechanics,wa or guards (including apprentices predetermined rate for the work they armed when they are and trainees d bed i paragraphs S and 6 above)"I require employed and individually registered in boas fide apprentice. or permit any ver heroic,watchman or guard in any work- ship program registered with the U.S. t of labor, week in w i. played on such work to work in excess of Manpower Admini-tntion, Bureau of AV 'tesbsp and Train- eight in Sun7 alendar day or in excess of forty hours in such iug, or with a Gate Apprenticeship 1-eaey gaited by the -or sorb laborer,mechatiie,watchman or guard re• Bureau.or if a pems is employed in hes lira days of probe- ceives on at a rate nor less than one and one-half times tionary employment as an apprentice in sari an pteuticeship his rat of pay for all hours worked in rxces of eight hours program,who is not individually registered in the gram,but in day or in excess of forty hours in such workweek, who has Men certified by the Bureau of Appmrs' ip and may be. Training or a State Apprenticr_skip Agency f wise ap "nae) to he eligible for probationary emplbynmm as an app ice_ lation: Iiabi1ity for unpaid wallet; liquidated The allowable ratio of apprentice, to journeymen in any it elassitiratiorh shall not be greater than the ratio permitted to e In the event of any violation of the clause set forth in para• contractor a- to his entire work force under the registered p ph 7, the contractor and any subcontractor responsible there, gram. Any employ"listed on a payroll at an apprentice wage fare shall be liable to any affected employee for his unpaid wages rate,who s.not a trainee as defined in 29 CFR 5-1W(2) or is In addition,such contractor and subcontractor shall be liable o not registered or otherwise employed as -ted above Fhall be the Unwed States fin the ear of work done under contract for paid the wage rate determined by the Serretary of forhe District of Columbia or a territory,to such District or to such classification of work he actually performed. The ratter r gory),for liquidated damages. Such liquidated damages shall subrnntrartor will be nrepuired to furnish to the aybe mputed with respect o each individual laborer,mechanic, nt arm"or to a mpre-srative.of the Wage.Hour 'oa for wa a or guard employed in violation of the clause set forth UR Ikturtment of Labor written evidence of ion in par ph 7.in the sum of SID for each calendar day on which of his pros,--and apprentices as well as the p' a ratios such oyer was required or permitted to work in rates of and wa^r tacos rrvprr-rd in pmri nrages of he nteyatsa fight hou. or in execs of the,tandard workweek of forty hours hourly rasrs), for the area of construction prior thing any without pa t of the overtime wages required by the clause an apprentices on the contract work. The wage to paid al, forth in pang 7. Prentice,shall he net less than the apo ria[e _ cage of the journeyosari s rate contained in the ap it she ge determination. 9.With isoldis for unpaid wages: IL Trainers ease"'as provid p r R 5.15,will not be The State hi ay department contracting officer may with- ermiurd to woat Ire: thanrk ermined rate for the hold or cause to be hhrld from the contractor so much of the wnrk prWornid ualecs they are pursuant to and indi• accrued payments or aces as may be,considered aecesvry,to vidually m=iarml in a program wh' has received prior ap. pay laborers, mechanics linrludiac apprenlscm sad trainees) prnval,evidenred br formal+rrtifra by the US_Depastmer t w irbtoen,or guards rmpl by the contractor or any suihton• of halve, \Tanpbrrr .4dmsniatnti Bureau of :apprenticeship tractor on site work the fol mount of wages requited by the and Trainine. The ratio of tra to journeymen shall not be contract_ In the event of fail to pay any laborer,mechanic, greater than p ernutied under r plea approved by the Bureau tincbading apprentices and trai watchman or guard employed of Apprentice-hip and Trai ' g. Every trainee must be paid at or working on the rite of the wo all or part of the wages not In•than she rate. in the approved program for his required by the contract,the 5tat.h way department contract- Any of pt•git-� .\soy r ploy"listed on the payrdl at trunee ing officer roar,after written notice to a contractor,take Rich rate win i, soot r._i. and participating in a training plan action as may be nerrssanso cause rhe van of say further appra.nl In the-lint it of Apprenticeship and Training shall he lu!rornt. advance. or guanntre of funds nnl such violations paid not I—than a %azr rate determined M the Secm ar�of have erased. Labor for thr rl -iheuion of cork he actually performed. The MntraClor ter •ontraclo, -,If Ir rtquinrd to furnish the Scor 10.Withholding for liquidated damages: highwag agar v or a n-fwe-rotative of the Wage-Hour Division The Stair hsdhwar drpartrnrat rontrsrtinr n6+ r may with. oI the�'.: 11r1sutenc*+t of 131ur writirn ,idrace of she rerti5" hold or eau-to b,widdvf•d,front env money.pa►ohd n account - rosinn prnenm. the r-=-iration of the trainees and the of work performed by for r nita,trrr sot sole-nituurnr, rh nems ruins end w.-•r rates prtwribrd in that prncram. In the cont as may L}Itllgl•ftallrrly Ir determined to he arees I satidr the lim-.t of tpparntireship and Training withdraws approval any liabilities of such rontracor or sulr nar.rror !err lig, ted of a uainh+- pn•_ram,the rontractor rd!no longer br px:miued damage u provided is the chats-M fonts in{+aragteth 8. Form Ft-1273 Inn.94'51 =y s : FR-6 00144 i ; E I 4 " 1—IO-77 V. NAMMIX11693, 10 FATRULLS the contractor shall maintain records which show that the com- 1.Casgiianee with C Pe4ad Retulatioat (29 CM Part uritmeae to provide such benefits is enforceable,that the plan or program is 6nanciafly responsible,and that the plan or program ale has been communicated in writing to the laborers or mechanics The contractor .hall comply with the Copeland Regulations affected, sad records wbich show the costa aaticips or the (29por Part 31 of the Secretary of Labor which arc herein actual costs incurred in providing such beaefita iarnred b1 referrpre. L Week statement: a The payrolls shall contain the fallowing in f tion; (1) The employees full namei address an social security Each con r tar er subcontractor .hall furnish ech weep a number. (The employes full name and loci security number suterurut to t • stare highway drpartewnt reddera engineer need only appear on the 5r.t payroll on whit his name appears with respect to 1 wa,'ea paid each of it.employees, (including The employees address need only be shown a the first submitted apprentice, and it described in Section BV. paragraphs S payroll oa which the employees name ap ,unless a change of and 6.and wat,bm and guard,) eaaagrd an work covered by address meeewitates a submittal to re the new address.) the Copeland lir:ulaI during the preeedmg redly payroll (2) The em to period 71re -tatrnrat R be executed by the contractor or P yK's elarificati 131 Entries indicating the ployes basic hourly wage subcontractor er by an au rind olfcer or employee d the con• rate and,where applicable,the mime hourly wage rate. The traitor or sld.tiuurxtor w wprni.e. the payment. a( rages, Contractors awl wlwvatrxtru. a•t u.e the certification ser forth payroll should indicate separa y the amounts of employee and on US.Dep rimmst d labor F m 4'11348,or the same eersifi- employer con[ri ions to (ri a benefit funds and/or programs cation appratiur on the Merle Optional U.S. Department of Airy fringe)sone paid the employee in cash must be i"- Labor Form IVH347,or on any[a with identical wording. utrvl There is pr bed or mandatory form for showing the.love inf on payrolls 3.Final labor vamnuty: (4) 's daily and weekly hours worked in each The rontrara.r and tach sobcontracto shall futafsh,upon the CL"Sifiea `�cI Sag actual overtime hours worked (not completion of the coetract,a summary of employment,indica[• adl in& for the completed project.the total fro worked aad the The ivd deductions made and total amount canard. This data .ful)le-w 'tied to the State ( act wages paid. highway drpartmrat re idrnt engi m on Form R-;7 together Eb contractor will submit week) with the data rr.luived in Section VI,hereof,rely to materials 1 a copy of all payrolls to tad supplir The provi,ioas of thk para^aph are applicable i "ghway department resident engiaeer. The copy shall to contract for sci-anfary highways ur contracts solely mpanied by a statement signed by the employer or his with fugal,provided by the Highway Beautification Ac f 1965, indicating that the payrolls are correct and complete,that as atne,,,1„) 1 wage rates contained therein are not les than thaw deter- by the Secretary of Labor and that the classifications set C Final certificate: Orth for each laborer or mechanic conform with the work he Upon r,amld.-tiuo of the contract,the contractor shall sub performed Submission of a weekly statement which is required to the State lairh.av delurimenl.wutacting elbcer.for under this contract by Section V.paragraph_n,and the Copeland ..on to the F..b cal llickray Admiai.tratino with the acLcr Regulations of the Secretary of Labor(29 CFR.Part 3) and the fifinal payment Gra soy cork performed unit th a Ging with the initial payroll or any subsequent payroll of a copy nal p to scow.-mune ware• and f ortu fd under fob � of any f radia.by the Secretary of Labor pursuant to Section IV, rhanirav ratw rhuw-a and ard:em14oyvA on tb�p7hj the aph fOUOw1Og fOrsO' 3b, shall sasisEy chi- requirement The prime con- V tar shall be responsible for the submission of copies of payrolls of wbconuacion•. The contractor will make the records re• qui under the labor standards clausa of the contract available The undersigmrl ronarartor onfar ins "on by authorized representatives of the State highway d ,the Federal Highway Administration and the Depart- (project No.) went of r,and will permit such representatives to interview hctrhy mtifi-that all laborers, hanir� prentices.trainees, �Pmy�d 'ng working hours on the job. watchttwrr Awl guard.employed y mor am sobenntraetor e.The of labor shall he paid in legal tender of the performing cart ureic tle co 'AIN a o tl prole•;!have been paid United States,e: that this condition wilt be considered alit wages at ram Sort Ie. thaw t m1 IS) the contract pro- bed if payment is dr by negotiable check on a solvent ban):, yi,ioa% and that the work a or 1 Gy each weh laborer, which may lie rash readily by the employee in the local com- merhanir,app.rotie or trainer a reed to the elawi6eations set munity for the full nt.without discount or collection charges forth in the,ontraci or training ogram provi,ions applicable to of any kind. Where ch ,are used for payment,the contractor the wage rat,)ail shall make all nece.sary a agemeats for them to be cashed and Signature nal rule shelf give information rr;a "ng such arrangements. L No fee of any kind sntba asked or accepted by the coo. a Payroll.and pay records: tractor or any of his ages fro any person as a condition of employment oa the projret. a. I'ayrnll. awl vc record.relatiam [hetero will be "a- tainnf•!urine tlr•, u.e of tike.ark arwl pre.cned for a period of 6 No laborers shall be charged Jo any tools u.ed in perform. three year. ther (ter for all baba.• medraaie., apprentices. ing their respective dutic.except for r nably avoidable loss or trainees vault rn awl guards working at the site of the work. damage thereto. IL The ylul)err-ewf,.hall contain the eamr,social security It.Every emplovce on the work covered this contract shall number a „4h.-of rarh weh bi,correct ctawfica. be permitted to lodge.board and trade where with whom he rim,rat ..I ter, 1.m Imling-a—of aronuibunon••or costs antici. elects and neither the contractor nor his agent,,a his employees pates) ile itt.. .G66d in .ertion 1141121 of the Davis. .hall,directly or indirectly,require as a condition employment Flea,. :4t 1. I.J,amt.erlly nuraGrr of Iii.n.rorkrd.deduction. that an rmplo)re,hall Mr.board or trade at a par •talar place n r Awl a.taAI .erg•• tw,L Ilthrrw.er tlw Srrrrtary of Labor, or with a partuular person. IwM1Ant 1., `.-.nen II.l,aragrap4 3b.ba.(Quad that the wags. of any lal.rrrr err cawl hanic iwlwfr the amount of any Coco i.No charge shall be Trade for any tran-;,orutioa aisbed rca.naal4y anti.yaw.) in providin_bench),under a plan or pro- b:the contractor.or his axonts,to any person employed an the gram J,,,-sibnd in vection llbl(_)fUl of the Davis-Bacon Act. work. ' 001-45 �) t FR-7 n( Form Pr-1213 M".9-751 1-10-77 o indirid�e be empknd a a la w mee6ame way department consent contracting nRgive or el authorized construed rued to reser a wax j�a�•e�� s>�eifnee fir rich, and with eosxat wkea siren Dull roe be eonarttad to areal from iadividuala W ref n equip reliecthe�Foontractor of any responsibility for the fulfillment of Request for permission to sublet,assiten,or Other- vim dispute of any portion of the restrict shdl be in wddo$ VI. RECORD OF MATERIALS,SUPPLIES AND LABOR and aeeompanied by fat a showing that the organization which will perform the work is particularly experienced and equipped 1.The prorisdom in this section are applicable to all coatram for such work,and (b) an Resistance by the contractor that the escre t contracts for secondary highways and eoutracia go, labor standards provisions an forth in this contract incl apply .okay with funds provided by the Highway Beautification Act of to labor performed on all work encompassed by the regent 1945,as Re merdcd Z The contractor shad maintain a record of the Raul cost of all VIU. SAFETY; ACCIDENT PREVENTION materials and supplies purrkwd lot and incorporated in the work. to the pedurmance of this contract,the contractor shall comply and also of the quantities of those rpeci&materials and supplies with all applicable Federal.Sure and local laws governing safety, lifted an Form PR47 and is the anis shown. Upon completion heilrh Read sanitation The contractor Shap provide all sfegemds, Of the contract,this raonl together with the fixed labor voluntary lately eleviea cud protective equipment and sake any other tunde2 required in Section V.paragraph 3,hermt shall be traasmhad to actions,on his own reslmasibiTily,or as the State highway depart- the State highway depsrueeae resident enaaseer far thr project an mum ;oRieer�7 .rd+oeably necessary to Foca PR-C in accordance with instructions attached thereto, which will he fumMad file skis purpose upon rogues. The queen. Prones the life and health o!employee on the job and the safety titin for the lived items Shap he"ned vel Iratelyfor conchal of the public and to protect property in connection with the per- and for aiurturim over 20 feet long as mea+nred along the center• furniture of As work covered 17 rho contract. line of the Medway. It is a candidate of this contract,and AA he made•cw&t.;cn of deb subcontract entered into pursuant to this eaatrae4 3.The eontrarear shop become familiar with the Tut Of specific that tin contractor and any milicontraetor shall nor require any twterials awl applies conwind in Form PR-47 prior to the cow laborer or mrrhanic employed in performance of the contract to mord emeat of work under thin contract. Any additional materials work in surroundings or under working coudidows which are me- information required will be.olicited through revisions of Form maiteery:hulordous or dangerous to his health or safety.as dear- PR-ii with aueedant explaaatiom. mused under camamenaa safety and health standards (Tule 29, S.Where whcwefra tom are in olv.d the contractor theil submit Cede of Federal Regulations Part 1926,formerly Part 1510.e either a Jnale report exrrin:work both by himselfRead all his raised from time to.time). promulgated by the United Stats submntraciar%or he may submit separate reports for himself and Summary eF Labor.is aceordanoe with Section 107 of tie Con for each of h&udicautratears. tract Work Hants and Safety Standards Act 483 Stat.96). VII. SUBLETTING OR ASSIGNING THE CONTRACT IX. FALSE STATEMENTS CONCERNING MONWAY PROJECTS 1.The contractor slop perform with h6 own organization eon- tray work amasntiog to list I.•-than 50 percent of the original In ender to a wry high quality and durable eonstruetios in inn• loud contract prim except that any items designatedby the formity,with appmwd plain and speeifiadons sad gree a high de Sara as—Veeialty Itrm:may Ir p,erforamd by subeoste act and of Reliability an matenheaty and apesenlatiens made by mginss' the amount of arty such-`)crialty ttrm:.o Wormed" be contractors,wppGes and workers on Federal•sid highway projects, deducted !rose the migitml somal roetract price before competing it is essential that Rep tenors contemned with the project perform the amount of work required to Ir performed by the contractor their functiaas as carefully,thoroughly,and honestly we possible. with his own arganitation. Willful fsbificadon.-dutartion,'err misrepreemiation with tespeet Z"Ili.ewes or afatioa^.kali be ten-errted lo induce eel t my facts related to the project is a violation of Federal law. y o prevent any miwnder-taadiots regarding tiv seriousness of workmen emplayrd and paid dirrcdy by the prime contractor aid d me and similar acts the following notice Jill be posted in equipment —ant or tressed by him,with or without openten. each Federal-aid highway project in one or more place where it b.-Sisv ialty[team shall be mastnad to be limited to week is readily available to all personnel concerned with the project: that requin-n highly +peciaiirrd knowledge, craftsmanship or • • - • equipment not ordinarily available in contracting orpoaation• qualified to bid me the contract as a whole and in gemewal are to NOTICE TO ALL PE be limited to minor eaapammait of the overall contras ENGAGED ON FEDERAL-AID PERSONNEL LIGHWAY PROJECTS In addition to thr SO pecent rrquirement ort forth he para- .graph 1 above the contractor shall famish(a)a compeast super Title 10.United Seat—(ade,SrrliOa 10^_0,reads as Jopova: int"Arat or fore==who i%emplepJ by bio.who bas full so. "Wever.brinic an oligo,agent,or employee of the United thority til,divert performance of the work in arrordatere with the Stater,or of any State mjrrritary,or whoem,whether a persea, contra-i rc.pui,nneat-,and be i. in charge of all coustmetion asoaatioa firm.or rorloratiea knowingly mak"any false stela opteratian. Irvardl. of who rrrfnrm.the work).std (b)orris meat, false repre-matwn, or Ghe report an to the character. other of Iii.awn nr:aoiatiunal ralsahlity and respoft4bility f.m• quality,quantity.or eat of the material used or to-be used,or the per-;.inn, inamaearnt, and engineering .ervirrs) a. the State quantity or quality of the work performed or to be performed,or highway department contractiee nfrer detrrntinei is neersvey to the cots therrof in connection with lobe whai vion of plan+,slop, assure the petWnuasvr of the rom,a.-t. siwei&anon•,contsaet'_or ea•h of ean•tntrtao an any highway 3.The eamnrt amount ulma which the 50 1—a[regsi—itent or related Project whaittnl for approval to the Grretary ul OCR forth in paragraph 1 A comPmrd includes the cost of matenala Teawspmutisn.or and mamalm-nnnJ produce.which err len he purchr+d or Produced "47mseser knowingly sake.any lolse-ratnuenn.lays.represent- by the contra.-tar under the rnauact twwti-ions Ration.fate eepors or falw claim with mfwrt to the character. quality.quantity, or herd of any work performed or to be per. 4.Anv [tam-time have Iron.e)erted a•-Sp eci_iy loom-7for forawd.err materials furniJsrd at to be femishrd,is connection the eeainwi err h-trd as w h in the Special Provi+icee%"bid with for romtrws.an of as high"or r4wrl schedule,or elwwherr in tie rammer dorummeiw by the!Secretary of Tu y project a PDroenf ncymr[aman:lir S.No portion of the eomrart Jug 1•••uhkr,aw=rd or other- 'Whoever knowingly makrs any falw-arrment or false repro- wise di-po—d of except with else wrium contest of'sileState hist• sces"ma as co a material fact in any statementcortificstt or From W1279 flit-.PJ3! 00146 171 5 rsusat to pro•+sioo+of the Federzl.K0 Road listed.on the date of canvact..".on the US. En�ironmenul report a.bmiued W and Protection .Agee T, TEPA) Li,, of Vielatiog Facilities Pursuant Act apPl-d Joll 1. 1916 139 St"" 3551. u amtaded .{o C.F.R-15'10. vuPple--a1Odt2.The contractor w— to caoPl7 r th all the rugntrMeau -Sball be fined not more than llOJ10o or impritmad oot more Of "rules 114 of the dela Air Act " retic" 306 of the than fix yesm or lnth." Federal Water Pollution Control Act and all rcgulatioes and 7L (M►LEMENTATION OF CLEAN AIR ACT AND Fu drI rr listed tlsereonder. -47 FEDERAL WATER ►OLLUTION CONTROL ACT 1 lac oaeo� Of the receipt of Pal ncommuniuy the uan1Cfrom�the (A"UCARIE TO CONTRACTS AND 5>JRCt {TRACTS krector' ����� sI00e000) Director, Ql6re of Federal Acti.ities, EPA, indicting that [_ht, m ba utiliatd for the co.tract n under epaaidefatioo to L The contractor .Up Acte,that an7 (anlitT to be ¢tilinld in be listed am the EPA list of VmLatt.1 Facilities. t}e performance of this C0utrac4 unlet" web tbotract a Sema 0.,itoe co�trsctnr apeea to ioclodr or eauaa to be included a.det the Clem Air Act,at amended 132 UtiG 1851 et am, tKe regni"_Mu of wbparagraPh.I through {of thin parapaph ar.mded by Pull L 91�i0{), and under the Federal Water tt,, a Copt wbcotursc4 nod further aper to ta4a 133 USC. 12251 et Ca, as X in e+er7 Pollution Control Aa, as attr�dcd vxh actio"sa the Go�erntscnt ttu7 direct as aces of aceof caforc- .-.dtad bir Pcn nb.I_92-500).Eletiee Oder r 11 Psirt 15).+nd n not in(tateL rrq.ires••ta- tioaa in impletnesution tbereol ({0 GF.R., - o wry_.'] _ 7. , r- ^� .__... - _ l FR-9 Form P{-1273(Lr.9-;`I 00147 1-10-77 5-1.07 AFFIRMATIVE ACTION REQUIRE192M -EQUAL ERO'IAYMENf OPPORTUNITY. Attention is directed to Section 5-3, 'Area Affirmative Action Plan,' of these special provisions. NOTICE EACH BIDDER, CONTRACTOR OR SUBCONTRACTOR (HEREINAFTER THE CONTRACTOR) MUST FULLY COlO?LY WITH EITiffR PART I OR PART II, AS APPLICABLE, OF THESE BID CONDITIONS AS TO EACH CONSTRUCTION TRADE IT INTENDS TO USE ON THIS CONSTRUCTION CONTRACT AND ALL OTHER CONSTRUCTION WORK (BOTH FEDERAL AND NON-FR'AERAL) IN THE AREA OF THE AREA PLAN SPECIFIED IN SECTION 5-3, 'AREA AFFIRMA- TIVE ACTION PLAY.- OF THESE SPECIAL PROVISIONS DURING THE PER- FORMANCE OF THIS CONTRACT OR SUBCONTRACT. THE CONTRACTOR COM- NITS ITSELF TO THE GOALS FOR MINORITY MANPOWER UTILIZATION IN EITHER PART I OR PART II, AS APPLICABLE, AND ALL OTHER REQUIRE- MUM, TERMS AND CONDITIONS OF THESE BID CONDITIONS BY SUBMIT- TING A PROPERLY SIGNED BID. THE CONTRACTOR SMALL APPOINT A COMPANY EXECUTIVE TO ASSUME THE RESPONSIBILITY FOR THE IM?LFITENTATION OF TRE REQUIRFJR.NTS, TERMS AND CONDITIONS OF THESE BID CONDITIONS. PAR! I: The provisions of this Part I apply to contractors which are party to collective bargaining agreements with labor organizations which together have agreed to the Area Construction Program (hereinafter the Area Plan) for equal opportunity and have jointly made a commitment to specific goals of minority utilization. The Area Plan is a tripartite voluntary agreement among the trade and construction councils, construction trade unions, and general and specialty contractors associations listed in said Section 5-3, and representatives of the minority comunity, together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Area Plan. The Area Plan, together with all implementing agreements that have been and may hereafter be developed pursuant thereto, are incorporated herein by reference. 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 contractor may therefore be in compliance with Part I of these Bid Conditions by its participation with the labor organization which represent its employees in the Area Plan as to one trade provided there is set forth in the Area Plan a specific cg®itment 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 minority 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. PARS' II: A. COVERAGE.—The provisions of this Part II shall be applicable to those contractors who: 1. Are not or hereafter cease to be signatories to the Area Plan incorporated by reference in Part I hereoft Z. Are signatories to the Area Plan but are not parties to col- lective bargaining agreementst PR-10 00148 1-10-77 3. Are signatories to the Area Plan but are parties to collective bargaining agreements with labor organizations which are.not or hereafter cease to be signatories to the Area Plans t. Are signatories to the Area Plan and are parties to collective bargaining agreements with labor organizations but the two have not jointly executed a specific commitment to goals for minority utiliza- tion and incorporated the commitment in the Area Plant 5. Are participating in an affirmative action plan which is no longer acceptable to the Director, OFCCP, including the Area PlanI or 6. Are signatories to the Area Plan but are parties to collective bargaining agreements with labor organizations which together have failed to make a good faith effort to comply with their obligations under the Area Plan and, as a result, have been placed under Part It of the Bid Conditions by the Office of Federal Contract Compliance Programs. B. REOMMMENT -- AN AFFIRMATIVE ACTION PUN.--Contractors described in paragraphs 1 through 6 above shall be subject to the provisions and requirements of Part II of these Bid Conditions including the goals and timetables for minority utilization, and specific affirmative action steps set forth in Sections B. 1 and 2 of this Part II. The contractor's comaitsent to the goals for minority utilization as required by this Part II constitutes a commitment that it will male every good faith effort to meet such goals. •Minority is defined as including Blacks, Spanish Surnamed Americans, Orientals and American Indians, and includes both minority men and minor- ity women. 1. GOATS AND TIMTABLES. The goals of minority utilization required of the contractor are applicable to each trade used by the contractor in the Area Plan area and which is not otherwise bound by the provisions of Part I. For all such trades the applicable goals and timetables shall be as shown in Section 5-3, 'Area Affirmative Action Plan,' of these special provisions. 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 utilization above are expressed in teres of hours of training and employment as a proportion of the total number of hours to be worked by the contractor's aggregate work force, which includes all supervisory personnel, in each trade on all projects (both Federal and non-Federal) in the Area Plan area during the per- forsance of its contract (i.e., the period beginning with the first day of work on the federal or federally assisted construction contract and ending with the last day of work.) The hours of minority employment and training must be substantially uniform throughout the length of the contract in each trade and minori- ties must be employed evenly on each of a contractor's projects. There- fore, the transfer of minority employees or trainees from contractor to contractor or from project-to-project. for the purpose of meeting the contractor's goals shall be a violation of Part II of these Bid Condi- tions. If the contractor counts the nonworking hours of trainees and appren- tices in meeting the contractor's goals, such trainees and apprentices must be employed by the contractor during the training periods the con- tractor must have made a commitment to employ the trainees and appren- tices at the completion of their training subject to the availability of employment opportunities. and the trainees must be trained pursuant to training programa approved by the Bureau of Apprenticeship and Train- ing for 'Federal Purposes' or approved as supplementing the Area Plan. FR-11 • : . t J6. 0llJ'IV 1-10-77 2. SPECIFIC AFFIRlo1 = ACTION STEPS. No contractor shall be found to be in noncompliance with Executive Order 11246, as amended, solely on account of its failure to meet its goals, but shall be given an opportunity to demonstrate that the contractor has instituted all the specific affirmative action steps specified in this Part II and has made every good faith effort to make these steps work toward the attain- sent of its goals within the timetables, all to the purpose of expand- ing minority utilization in its aggregate work force in the Area Plan area. A 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 Area Plan) or subject to Part II which fails to achieve its commitments to the goals for minority utilisation 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 organisations when employment opportunities were available and should have main- tained records of the organizations' response. b. The contractor should have maintained a file of the names and addresses of each minority referred to it by any individual or organization and what action was taken with respect to each such referred individual, and if the individual was not employed by the contractor, the reasons therefor. If such individual was sent to the union hiring hall for referral and not referred back by the union or if referred not employed by the contractor, the file should have docmmeated 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 col- lective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process has impeded efforts to meet its goals. d. The contractor should have disseminated its EEO polity within its organization by including it in any employee handbook or policy manual; by publicizing it in company newspapers and annual reports, and by advertising such policy at reasonable intervals in union publications. The EEO policy should be further disseminated by con- ducting staff meetings to explain and discuss the policy; by posting of the policy; and by review of the policy with minority employees. e. The contractor should have disseminated its EEO policy exter- nally by informing and discussing it with all recruitment sources, by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors. f. The contractor should have made both specific and reasonably recurrent written and oral recruitment efforts. Such efforts should have been directed at minority organizations, schools with substan- tial minority enrollment. and minority recruitment and training organizations within the contractor's recruitment area. g. The contractor should have evidence available for inspection that all tests and other selection techniques used to select from among candidates for hire. transfer, promotion, training or retention are being used in a manner that does not violate the OFCCP Testing Guidelines in Al CFR Part 60-3. h. The contractor where reasonable should have developed on-the- job training opportunities and participated and assisted in all Department of Labor funded and/or approved training programs rele- vant to the contractor's employee needs consistent with its obliga- tions under this Part II. FR-12 {' 00150 1-10-77 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 includ- inq the evaluation of minority employees for promotional opportunities an a quarterly basis and the encouragement of such employees to seek those opportunities. 1. The contractor should have solicited bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation to minority contractor associations. VOTE: The Assistant Regional Administrator of the Office of Federal Contract Compliance Programs and the compliance agency staff will pro- vide technical assistance oa questions pertaining to minority recruit- ment sources, minority community organizations and minority neva media upon receipt of a request for assistance from a contractor. 3. SUBSEQUENT SIGNATORY TO TBE AREA PLAN. Contractors that ars subject to the requirements of Part ii at the time of the submission of their bids which, together with labor organizations with which they have collective bargaining agreements, subsequently become signatory to the Area Plan, either individually or through an association, will be deemed bound to their commitments to the Area Plan from that time until and unless they once again become subject to the requirements of Part II pursuant to Sec- tion A. 1-6. 6. NON-DLSCPJ14MTION. In no event may a contractor utilize the goals and affirmative action steps required by this Part II in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. PART III: COMPLIANCE AND ENFORCEMENT In all cases, the compliance of a contractor will be determined in accordance with its obligations under the terms of these Bid Conditions. Therefore. contractors who are governed by the provisions of either Part I or Part II shall be subject to the requirements of that Part regardless of the obligations of its prime contractor or lower tier subcontractors. All contractors performing or to perform work an projects subject to these Bid Conditions hereby agree to inform their subcontractors in writ- ing of their respective obligations under the terms and requirements of these aid Conditions, including the provisions relating to goals of minority employment and training. A. CONTRACTORS SUBJECT TO PART I. 1. A contractor covered by Part I of these Bid Conditions shall be in compliance with Executive Order 11246, as amended, the implementing regula- tions and its obligations under Part i, provided the contractor together with the labor organization or organizations with which it has a collective bargaining agreement meet the goals for minority utilization to which they committed themselves in the Area Plan, or can demonstrate that every good faith effort has been made to meet the goal. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the Office of Pederal Contract Compliance Programs determines that the contractor has violated a substantial requirement in the area Plan or Executive Order 11246, as amended, and its implementing regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation if provided in the Area Plan or has PR-13 x 00151 1-10-r7 engaged in unlawful discrimination. Such violations shall be deemed to be noncompliance with the Equal Cpportunity clause of the contract, and shall be grounds for imposition of the sanctions and penalties provided for in Executive order 11246, as amended. 2. The OFCCP shall review Part I contractors' employment practices during the performance of the contract. Further. OFCCP shall be solely responsible for any final determination that the Area Plan is no longer an acceptable affirmative action program and the consequences thereof. The OFCCP may, upon review and notice to the contractor and any affected labor organization, determine that the Area Plan no longer represents effective affirmative action. In that event it shall be solely respon- sible for any final determination of that question and the consequences thereof. 3, Where OFCCP finds that At contractor has failed to comply with the requirements of the Area Plan and its obligation under Past I of these Did Conditions, it shall take such action and/or impose such sanctions as may be appropriate under the Executive order and its regulations. When the OFCCP proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these Bid Conditions. The failure of the contractor to comply with its obligations under the Equal Opportunity clause shall shift to it the requirement to come forward with evidence to show that it has met the good faith require- ments of these Bid Conditions by instituting at least the specific affizm- ative action steps listed in Part II, Section 2. The contractor must also provide evidence of its steps toward the attainment of its trade's goals within the timetables set forth in the Area Plan. The pendency of such formal 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 basic principles of Federal procurement 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 presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part II of these Bid Conditions. In that event. no formal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or administering agency other- vise determines that the contractor is violating the Equal Opportunity clause. Where the agency finds that the contractor failed to comply with the requirements of Executive Order 11246. as amended. the implementing regul- ations and the-obligations under Part II of these Bid Conditions, the agency shall take such action and impose such sanctions, which include suspension, termination, cancellation, and debarment, as may be appro- priate under the Executive Order and its regulations. When the agency proceeds with such formal action it has the burden of proving that the contractor has not met the goals contained in Part ii of these Bid Con- ditions. The contractor's failure to 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 specific affirmative action steps listed in Part II, Section 2. The pendency of such proceedings shall be taken into consideration by Federal agencies in determining whether such contractor can comply with the requirements of Executive order 11246. as amended, and is therefore, a 'responsible prospective contractor' within the meaning of the basic principles of Federal procurement lay. FR-14 00152 1-10-77 C. OBLIGATIONS APPLICABLE TO CONTRACTORS SUBJECT TO EITHER PART 1OR- PART IL It shall be no excuse that the union with which the contractor has a " collective bargaining agreement providing for exclusive referral failed to refer -4 rity employees. Discrimination in referral for employment, even if pursuant to provisions of a collective bargaining agreement, is prohibited by the National Labor Relations Act, as amended, and Title VII of the Civil Rights Act of 1964, as amended. It is the policy of the Office of Federal Contract Compliance Programs that contractors have a responsibility to provide equal employment opportunity if they wish to participate in federally involved contracts. To the extent they have delegated the responsibility for some of their employment practices to a labor organization and, as a result, are prevented from meeting their obligations pursuant to Executive order 11246, as amended, such contrac- tors cannot be considered to be in eempliance with Executive Order 11246, as amended, its implementing rules and regulations. PART IV: GENERAL REQUIREMENTS 1. Contractors are responsible for informing their subcontractors in writing regardless of tier, as to their respective obligations under Parts I and II hereof. as applicable. Whenever a contractor subcontracts a portion of the work in any trade covered by these Bid Conditions, it shall include these Bid Conditions in such subcontracts and each subcon- tractor shall be bound by these Bid Conditions to the full extent as if it were the prise contractor. The contractor shall not, however, be held accountable for the failure of its subcontractors to fulfill their obli- gations under these Bid Conditions. However, the prime contractor shall give notice to the Assistant Regional Administrator of the Office of Fed- eral Contract Compliance Programs of the Department of Labor and to the contracting or administering agency of any refusal or failure of any subcontractor to fulfill its obligations under these Bid Conditions. A subcontractor's failure to comply will be treated in the same manner as 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 'respon- sible' bidder for Government contracts and federally-assisted construction contracts pursuant to the Executive Order. 3. The Contractor shall carry out such sanctions and penalties for violation of these Bid conditions and the Equal opportunity clause includ- ing suspension. termination and cancellation of existing subcontracts and debarment from future contracts as may be imposed or ordered pursuant to Executive order 11246, as amended, and its implementing regulations by the contracting or administering agency and the Office of Federal Con- tract 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 term of its contract from compliance with Zxecutive order 11246, as amended, and the Equal Opportunity clause of its contract with respect to matters not covered in the Area Plan or in Part II of these Bid Con- ditions. 9. The contractor will keep and will require his subcontractor to keep records and documents for two years following performance of this contract to indicate compliance with the Order of the Secretary of ' Labor, the title and date of which is shown in said Section 5-3. These I'GFR-� 00153 1-10-77 rsmrd■ and docents, or copies thereof, will be made available at reasocable times and places for inspection by any authorized representa- tive of the Federal Government and will be submitted upon request together with any other cccrpliance information which such repreasntative may re-qui-re. For the informatim of bidders, a mpy of the Area Plan may be cbtaine<h at the office of the District Director of Sraruportation of the District in which the work is situated. FR-16 d r r 00154 SECTION 7, (BLANK) SECTION 8. MATERIALS SECTION 8-1. MISCELLANEOUS 8-1.01 - GENERAL - Attention is directed to Section 6, "Con- trol of Materials," of the Standard Specifications and these special provisions. Except as provided under "County-Furnished Materials" of these special provisions, all materials required to complete the work under this contract shall be furnished by the Contractor. 8-1.02 - RELATIVE COMPACTION - Wherever relative compaction Is specified to be determined by Test Method No. Calif. 216, the relative compaction will be determined by Test Method No. Calif. 216 or Test Method No. Calif. 231. The test method to be used will be determined by the Engineer at the beginning of the project and will not be changed during the progress of the work. If the Engineer determines that Test Method No. Calif. 231 will be used, the in-place density required by Test Method No. Calif. 312 will be determined by Test Method No. Calif. 231. 8-1 .03 - CERTIFICATES OF COMPLIANCE - Attention is directed to Section 6-1.07, "Certificates of Compliance." Certificates of compliance will be required for reinforcing steel, and reinforced concrete pipe. 8-1.04 - MIX DESIGNS - The asphalt concrete and portland cement concrete mix designs shall be designated by the Contractor subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shalt be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" and "Minor Structures" of these Special Provisions. The Contractor shall give the Engineer not less than four (4) working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base and portland cement concrete from recognized commercial plants and any other material from other than the usual commercial sources. 8-1.05 - COUNTY-FURNISHED MATERIALS - Attention is directed to Section 6-1.02, "State-Furnished Materials," of the Standard Specifi- cations and these special provisions. Signs shown on the plans to be furnished by the County, together with 4" X 4" wood posts, galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Mainte- nance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1) working day in advance of the time he proposes to pick 00155 - I1 - SECTION 8 - MATERIALS (cont'd) up the signs, posts and fasteners and said time shall be during the County yard working hours of 7:30 a.m. to 4:00 p.m. Signs shall be erected and covered with burlap prior to commencing any other work on the contract. Covering shall be removed immediately preceding the start of work when directed by the Engineer. Wood posts shall be securely set a minimum of 2' - 6" in the ground and shall be located so that the attached sign is at least two (2) feet clear of the edge of pavement. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface, except that when signs are located in sidewalk areas, or .where there are pedestrians, the clearance shall be seven feet. Exceptions to the location provisions of this paragraph shall only be on the written approval of the Engineer. Upon completion of the project and at a time directed by the Engineer, the signs shall be taken down and dismantled; and delivered to the County Maintenance Yard Sign Shop on Shell Avenue during the County yard working hours of 7:30 a.m. to 4:00 p.m. Full compensation for conforming to the provisions in these special provisions, including full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for . installing, maintaining and removing all signs, lights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, including picking up, hauling and returning County-furnished signs, and posts, shall be considered as included in the price paid for the various items of work, and no additional compensation will be allowed therefor. The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Maintenance Yard Sign Shop shall be borne by the Contractor and may be deducted from any monies due or to become due to the Contractor under the contract. SECTION 9 - DESCRIPTION OF WORK The work consists, in general , of furnishing .all labor, equipment and materials needed for the installation of 55 feet of 60" Reinforced Concrete Pipe, the construction of one (1) Type III manhole, one concrete collar, pavement widening and such other items or details, not mentioned above, that are required by the plans, Standard Specifica- tions, or these special provisions shall be performed, placed, constructed or installed. SECTION 10 -' CONSTRUCTION DETAILS SECTION 10-1 . GENERAL 10-1 .01 - MAINTAINING TRAFFIC - Attention Is directed to Sections 7-1 .08, "Public Convenience," 7-1.09, "Public Safety," 7-1 .092, "Lane Clpsure," 7-1 .093, "Portable Delineators," and 7-1 .gI�b1� J��+ 12 - I SECTION 10 - CONSTRUCTION DETAILS (cont'd.) "Flagging Costs," of the Standard Specifications and these special provisions. Section 7-1.09, "Public Safety," of the Standard Specifica- tions is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. 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 at all times . At the end of the, day's work and when construction operations are not in progress, a passageway shall be maintained through the work of sufficient width to pro- vide for two 10-foot wide paved traffic lanes for public traffic. The provisions in this section may be modified or altered If, in the opinion of the Engineer, public traffic will be better served and work expedited. Said modifications or alterations shall not be adopted until approved in writing by the Engineer. 10-1.02 - EXISTING HIGHWAY FACILITIES - The work performed in connection with various existing highway facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. 10-1.02A - REMOVE EXISTING CONCRETE HEADWALL AND SACKED CONCRETE - The existing concrete headwall and sacked concrete slope protection, as shown on the plans, shall be removed and disposed of. Full compensation for removing and disposing of the concrete headwall and sacked concrete slope protection shall be considered as included in the contract lump sum price paid for "Minor Structure (Type III Manhole with Special Top Slab)," and no separate payment will be made therefor. 10-1.03 - CLEARING AND GRUBBING - Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications, except that full compensation there- for shall be considered as included in the prices paid for the various contract Items of work and no separate payment will be made therefor. 10-1.04 - WATERING - Watering shall conform to the provisions in Section 17, "Watering," of the Standard Specifications, except that full compensation for develop water supply shall be considered as included in the prices paid for the various contract items of work involving the use of water and no separate payment will be made therefor. 10-1 .05 - EARTHWORK - Earthwork shall conform to the provi- sions in Section 19, "Earthwork," of the Standard Specifications and [hese special provisions. Surplus excavated material shall become the property of the Contractor and shall be disposed of outside the highway right of way :,r" 00157 % i 13 - SECTION 10 - CONSTRUCTION DETAILS (cont'd) in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Backfill material conforming to the provisions of Class 2 Aggregate Base shall be used for structure backfill. 10-1.06 - AGGREGATE BASE - Aggregate base shall be Class 2 and shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. At the option of the Contractor, the grading for either the 1-1/2 inch maximum or 3/4 inch maximum aggregate shall be used, except that once a grading is selected it shall not be changed with- out written approval by the Engineer. 10-1.07 - ASPHALT CONCRETE - Asphalt concrete shall be Type B and shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. Asphalt concrete shall be produced from commercial quality asphalt and aggregates. The spreading and compacting require- ments of the Standard Specifications will not apply. The asphalt concrete shall conform to the following require- ments: 1. Asphalt concrete shall be produced at a central mixing plant. 2. Aggregate shall conform to the 1/2-inch maximum,. medium grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications. 3. The amount of asphalt binder to be mixed with the aggre- gate shall be between 4 percent and 7 percent by weight of the dry aggregate as determined by the Engineer. 4. Spreading and compacting shall be performed by methods that will produce an asphalt concrete surfacing-of: uniform smoothness, texture, and density. Unless otherwise directed by the Engineer, asphalt binder. to be mixed with the mineral aggregate shall be steam-refined paving asphalt having a viscosity grade of AR 4000 and shall comply with the requirements of the "Materials" section of these special provisions. Paint binder shall be asphaltic emulsion, Type RS 1 . The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is discharged from the delivery vehicle. .til R,V 00158 - 14 - SECTION 10 - CONSTRUCTION DETAILS (cont'd) Conforms between existing pavement and newly constructed pavement shall be made by cutting the existing pavement to a neat smooth line at the conform line and constructing a vertical-face butt joint. 10-1.08 - PAVEMENT CONSTRUCTION - Attention is directed to the "Earthwork," "Aggregate Base," and "Asphalt Concrete" sections of these special provisions. The contract price paid per square foot for pavement construction shall include full compensation for fstrnishing all labor, materials,tools, equipment, and incidentals and for doing all the work involved in constructing the pavement section, complete In place, Including roadway excavation, cutting existing pavement, asphaltic emulsion, asphalt concrete, and aggregate base, as shown on the plans, as specified in the Standard Specifi- cations and these special provisions, and as directed by the Engineer. 1071.09 - ASPHALT CONCRETE DIKES - Asphalt concrete dikes shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. Fog sea] coat conforming to the provisions in Section 37, "Bituminous Seals," of the Standard Specifications, shall be applied to the completed dikes. in lieu of the provisions of Section 39-8.02, "Payment," full compensation for fog seal coat, shaping of dikes at spillways and driveways, and for furnishing asphalt concrete placed as dikes, shall be considered as included in the contract price paid per linear foot for asphalt concrete dikes and no separate payment will be made therefor. 10-1.10 - MINOR STRUCTURES - Minor structures shall conform to the provisions of Section 51-1 .02, "Minor Structures," and Section 90-10, "Minor Concrete." The manhole base, special top slab and concrete collar are identified as minor structures. The third paragraph of Section 51-1.02, "Minor Structures," shall not apply. Precast units will not be allowed. Forms for minor structures shall conform to Section 51-1.05, "Forms," of the Standard Specifications. The provisions in Section 51-1.02, "Minor Structures," and Section -51-1.23 "Payment," of the Standard Specifications concern- ing payment for minor structures are superseded by the following: Except for the steel reinforced concrete collar, minor structures will be paid at the contract price per each, which price shall include full compensation for all structure excavation . and structure backfill, furnishing and placing bar reinforcing - 15 - 00159 SECTION 10 - CONSTRUCTION DETAILS-(cont'd) - - steel and miscellaneous iron and steel (including metal frames and covers, and°frames and grates), and-doing ali the'.work. . . necessary to construct the minor structures complete in.place,. as shown on the plans, and as specified in these specifications and the special provisions, and.as directed by_.the Engineer, and no separate payment will be made for these;included. 1tems._ 10-1.11 - REINFORCED CONCRETE PIPE - Reinforced concrete pipe shall conform to the,provisions in Section 65, "Reinforced Concrete;Pipe;" of the.Standard Specifications and these special provisions. Full compensation for furnishing all-labor, materials,-tools, equipment and incidentals and-for doing.;all the,work involved In installing reinforced concrete pipe, including structure excavation and backfill; and the steel reinforced concrete collar shall bit'- included in the contract price paid per linear foot' of 60" Rein forced Concrete Pipe, Class IV and no additional compensation will be allowed'therefor. 'It.71_ -'*�^... „sir' tn 00160 f,i i111 - 16 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESDLUTION NO'..77/576 the Parcel Map of Subdivision 4952, ) SanRamon Area. ) The following documents were presented for Board approval this date: The Final Hap of Subdivision 4952, property located in the San Ramon area, said map having been certified by the proper officials; A subdivision agreement with Dame' Construction Co. Ine.,'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. U956361) issued by United Pacific with Dame' Construction Co. Inc., as principal, in the amount of $891,200 for Faithful Performance and $891,700 for Labor and Materials; b. . Cash deposit (Auditor's Deposit Permit Detail No. 00329, dated July 14, 1977), in the amount of $500, deposited by: Dame' Construction Co. 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 1976-77-tax lien has been paid in full, and the 1977-78 tax lien, which became a lien on the first day of March 1977, is estimated to be $260,000; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. U956362) issued by United Pacific Insurance Co: with Dame' Construction Co. Inc., as principal; in the amount of $260,000 guaranteeing the payment of the estimated 1977-78 tax; NOW THEREFORE BE IT RESOLVED that said Final Hap is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shorn thereon as dedicated to public;use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. PASSED BY THE BOARD on July 19, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-LD County Treasurer - Tax Collector Director of Planning Dame' Construction Co. Inc 2700 San Ramon Valley Blvd. [� �+ San Ramon, CA 94583 V111 V1 RESOLUTION No. 77/576 SUBDIVISION AG3EE MANT (§1) Subdivision: 4952 (91) Subdivider: (Government Code H66462 Dame' Construction Co., Inc. and §666463) (§I) Effective Date: JULY IZ /9-77 (31) Completion Period: • ONE 16r IZ 1. PARTIES v DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County",.and the above named Subdivider, mutually promise and agree as follows, concerning t—Fiis subdivision: 2. IMPROVErT-VIS. 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. GUARA,'R'EE. 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 Zsarantee it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. 4. IMPRO%VMN7 SECURITY: Upon executing this agreement. Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: $ 500.00 cash, plus additional security, in the amount of $ 891,200 which together total the estimated cost of the work. Such additional security is presented in the form of: e Cash, certified check, or cashier's check ®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. B. For Payment: Security in the amount of $ 891,700 , which is the estimated cost o�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 or materials to them or to the Subdivider. -1- Mcrofiimed with board ot:er 00162 S. WARRM'TY. Subdivider warrants that said improvement plans are adequate to accomplish this ►:ork 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, Subdivide: shall make changes necessary to accomplish the work as prts-ised. 6. NO WAIVER B1 CO[N'TY. Inspection of the :cork 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, oi 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. INDEN NM. Subdivider shall hold harmless and indemnify the indemnitees from the liabi itiies as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation,. or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s), action(s) or other•pro- ceeding(s) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the Watters 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 Indesnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. S. ' COSTS. Subdivider shall pay when due, all the costs of the 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. NONTERFORMAMCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them 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. ASSIG.NF_N'T. 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. -2- 00163 12. RECORD MAP. In consideration hereof, County shall allow Subdivider to.file and record the Final Map or Parcel :Sap for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER: (see note below) - Vernon L. Cline, ' Public or Director DAME' CONSTRUCTION CO., INC. B}. arty , _puty (Designate off2cial capacity in the buisiness) President RECO.%eMTDED FOR APPROVAL: rote to Subdivider; (1) Execute acknowledg- meat form below; and if a corporation, affix // •i ��1 L corporate seal. By Assistaa a Public Wc69 Director / (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel State of California ) (Acknowledgment by Corporation, Partnership, County of Contra Costa )ss• or Indididual) On July 1, 1977 , 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) _- ` N'J'.4 Y Fli�•C y�-� Coek�Cas.`s�^_��7,Gifcnia _ `''' ►ar�� z�'��<ar,:t .v.ira�= Lillian L. North Notary Public for said County and State (Subdiv. Agrmr. CCC Std. Form) LD-9 (Rev 1/77) 00164 • IMPROVEIZNi' SECURITY BOND Bond No. U956361 Premium: $8917.00 POR SUBDIVISION AGREEF.SNT (Performance, Guarantee, and Pa,ment) (Calif. Government Code 65664994N99.10) 1. - O::LIGATION. Dame' Construction Co.. Inc. as Principal, and United Pacific Insurance Company a corporation organized and existing; under the lasts 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, Caurornia, to pay it: (A. Performance & Guarantee) Eight Hundred Ninety-one Thousand Two Hundrred and no/100-------------------= Dollars (8891,200.00 ) for itself or any city-assignee.under the below-county subdivision agreement, plus (H. Payment) Eight Hundred Ninety-one Thousand Seven Hundred and no/100-------------------------------- Dollars (*891,700.00 ) to secure the claims to which reference is made in Title 17 commencTEr with Section 3082) of_Part 4 of Division 3 of the Civil Code of the State of Califor- nia. - 2. RECITAL OF SIMIDIVISIO11 AGREV 'N"_. The Principal- has executed an agreement with the County to install and pay for street, drainae, and other improvements in. Subdivision Number 4952 , as specified in the Subdivision Agreement, and to complete said work within the time specified . for completion in the Subdivision Ar.reement, all in accordance with State and local laws and rulings thereunder in order to satisfy conditions for filing of the Final ::ay or Parcel :tap for said Subdivision. 3. CONDITION. A. The condition of this obligation as to Section 1.(A) above is such that if the above bounced principal; his or its heirs, executors, administrators, successors or assigns, stall in all things stand to and , -abide by, and well and truly keep and perform the covenants, conditions and provisions in the said agrccme nt and any alteration t1sta eof :.-..aaa 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 indemniry 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 face amount specified therefor, there shall be included costs and reason- able expenses and fees, including reasoneile attorney's fees, incurrdd by- County (or city assignee) in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. • B. The condition of this obligation as to Section 1.(B) above is such that said arincipal,and the undersigned as corporate surety are held firmly bound unto the County of Contra Costa and all contractors, subcontractors, laborers, materialmen and other persons employed in the performance of the aforesaid agreement and referred to in the aforesaid Civil Code for materials furnished or labor thereon. of any kind,no��rcfor _1_ hUCrOtifneeu witn bou=Kx 4 ? v u F5. c` a � ,-F�- yA ,� ,�",.w� axr w i n q t {�� 4r�f -.�''`��`: �`,3,��*.sz a X`i',�.�,F7S�s ew� 5{�tt ``� "••SR "`y'�4`r��E.sa�y.�r',ttCr'�a��` U 1' ,4, 1Y. x "t ✓fr7Y r '%+.� U »� `'�u.h ,La. ``'N z r "� s hs. � ;� �B-: �t n,#y�w,t W""�'� � �rv,H�"3'»-�7 r44 ..Fa•�,�„�.y�.s ter. {`�*�� �}# '�.`3�f±�• � ..}�.-x �,�.�.r. ul . .i t ,,.�s"�ndi � '' J` a Y e "t Sam^ x • L1lUN • OF' CONTRA MSTA on — Ju1z5 btima ra,the undarsi a c ta.and far sec! ai'esd. r �.:�' �•` a � �c*r y4 L ...�„fy-f���-4�'t� and ,Piny "Vi Teale known to we to be L'ta paraaa wlroSR rr�+e __2 S s b .bm to the v Afro atstruave et,as tha Attorney i4 t 7 f Ya y s r r 4r fad— OF United.Pacific-Iasurance Company Zr s fhct lie ",t`taI'oed t!x a.�. eF .:. -- - l� � � "�^�e1�� ,�-r �•`'�h aL`r ��3`��y`� "r s Ualted Pacific Insurance Company: thm-eto as prindp* 0Wn nar.12-cs Auto;.,-,_ oFv..:IAL SEAL in fact. i s z � orME-iSs CONTRA COSTA Cwrm !'•-t m ,�f4'e a4na-� ",M�s.� ,-"��''"` ,':�: gy Cavndis m bon A,-rU 13. 19W --;Iotary .tVk et ntl for sod County and Sect,- i 1S °•" s 1ar�.,P F AlprI..ao.- ' t (Notcry's acme ah-l!be.zm leg%.:y pfaucd-Go-`t-Code 6245! i 4 Microfiimect vhth baord order Anox+_�r�tF+ia aibunts due under the Unemployment Insurance Act with respect to such work or labor, that said surety ::ill nay the same in an amount not exceeding•the anount hereinabove set "forth, and also in case suit is brought upon the bond, trill pay, in addition to tae 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 awarded and fixed by the court, and to be taxed as• costs and to be included in the judgment therein ren- dered. It is hereby expressly stipulated and agreed that this bond ',hall inure to the benefit of any and all persons, co.:�canies 'and corporations entitled to file claims under Title 15 (commencirr• :with Section 3032) of Part 4 of Division 3 of the Civil Code, so as -to give a'right_or action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed then this obligation shall become null and void, otherwise it shall be and remain- in full force and effect. C. No alteration of said subdivision agreement or any plan or specification of said %-grk- agreed to by the _Princioal and the County shall relieve' any Surety from liabilityon this, bond; and con- sent is hereby given to r..ake such alterations without further notice to or consent by SuretZ; and the Surety hereby waives the provisions o Calif. Civil Code §2519, and holds itself bound without regard to and independently of any action against Principal whenever taken. 1 SIG!;.ED AND SEALED on Julv'5, 1977 PRINCIPAL SURETY DAME' MTRUCTION CO. INC. UNITED PACIFIC INSURANCE COMPANY B � .CJ State of California ) County of Contra Costa )ss. (ACKNOWLEDGMENT M SURE-1,,Y?:;;';; ,•`' On July 5, 1977 the person(s) :whose name(s) 3s/are signed above for Surety and :who is/are known to me to be Attorney(s)-in-Fact for this Corporate Surety, personally appeared before me and acknowledged to me that tie signed the name of the Corporation as Surety and his/ their own name`s) as its Attorneys)-in-Fact. (NOTARIAL SEAL) � ��� `�01 • Urr�.:..a..yk:P.L �\QGhYte � `Pic D,h iP k^ JEMINE E A(IXMER Notary Public for County and State (Rev. 2/7 - Nal"T r sur -uuFarmrw - rNIrV.;:PAl OFFICE tit EBH:bw Co::ru cwsiA COU*M 2- yy C=missio Expires April 13.1980 "0161. EDWARD W.LEAL ALFRED P.LONELI County Treasurer-Tax Collector Ass:atunl County Treasurer- TAX COLLECTOR'S OFFICE Ya:Colleetor ri-t Installment of Ta... CONTRA COSTA COUNTY First Installment of Tries ..Du.and Poyable Delinquent an L1.FRst Dar of No—bet -on the Tootfs Dar of December ------ -- MAIrMEZ.CALIFORNIA ————————————— Second U.tallt of Tam Phone 22t-3000.F.sl.2]!S oenSr-oad Installment of Taxes Due and Parable rfrf fHllar meat .... on the Met Dar of Fobnarr .jililt: 29 19(r as the Tooth Dar of ApM q;1 g THIS:TRACT IS'MT FILED sY OCTCBER.3i, 1977",, THIS`MTTER IS.VOID This Will certify that I have examined the map-,of the,proposed subdivision entitled: TRACT 210. 4.952 and have determined from the off tial tax records that there are no unpaid County taxes heretofore levied on the property included ; in the map. The current 1976-77 tax lien has been paid in full. Our estimate of the 14'77-79 tax lien, which became a lien pa the first daffy of Harsh, 1977 is $266.000.W IWARD We LEAL - Tax Collecto f . 11 Miutari�mtcf. tarn Murci o;�er -00168 3 3 ' v ,l. x ''� tv� •3 �"�b }�« �� .�a, x 7� 5.°� r #.F r r" ;",.., 3a' d 7 x xu � a '� � �'g��"�+',"""3' z "`a§ x .. `t "�a-w..� '�p�y� ` cFwtr of - � 4 stfs^as v +a rx� im RA STATE OF CAUFORNIA COUNTY OF, Contra Costa �Q n : JalY 5 19 :77 On W, :ne,rhe ,dens g=dL a Nom P Uk in and lar said C—vy' Di Teale . 'ys^i x,r ?h shr and State.A=�awiiY a,paored ' s�sw4Ci �r;� 4:ro i to me to be the rS,T'a5d 6 Tho within inanam-,as I"A—nerin- } 74,m s � ? ton of United Pacific Insurance Compaav ,' ��� � � y acrd OCb10 Mied3!{f b AIS R b P E ft jY f United Pacific Insurance Company" „ '"' thereto as pri:ropnL.r.cites his axm� as `� �, �,5 a�.���� % `�- N^Mrp��'a I 3" 1 ALMIDER a ' ,"3GC. hSt3iAR► ptltLtx—G1Ui0AtirA i e su"� #�° 4' PMUMPAC OMM tt1 CoN[[.i,,aw�. mwy.%=tMTY f '�'t .�” -.a��' a c! ' t� 1'13. 13�. (Sart{ tbicr,>ubrz and fo.said C.--r andSimjjs���(y� ?3,41 5 } - :. (Netery's nese Biot:be qpa d or IegV.y printed'Govt.Code e20Sj hoicrofilm-ed Wtth booro a;'.e 0LWY4"AQ BOND AGAI'3-4 TAXES Bond No. U956362 Premium: $2600.00 KNOW-ALL i:EN BY TH-SE PFESEN;TS: THAT Dame' Construction Co., Inc., a corporation , as principal and (Surety) UNITED PACIFIC INSURANCE C014PNIY a corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in California as surety are held and firnly bound unto the County of Contra Costa, StateofCalifornia, in the penal sun of Two Hundred and Sixty thousand Dollars $ 260,000.00 }, be pa!-' 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 with our seals and dated this 5th day of July , 19 77 The conditions of the above obligation is such that UMREAS, the above bounded principal is about to file a map entitled . TwinCreeks South Subdivision 4952 and covering a subdivision of a tract of lard in said County of Contra Costa, and there are certain liens for taxes and special assessments collected as taxes, against the said Tract of land covered by said map, T:hIch taxes and special assessments collected as 'taxes, are not as yet due or payable. NOV, THEREFOR, if the said prpal shall pay all of the taxes and special assessments collected as-!.axes wh i;:; are a lien against said tract of land covered by said trap, at 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. tructs co., Inc. - CarlECons D. Dame'Princioal President UNITED PACIFIC IRSURAI'lCE C0fiPAUY s . , Sure y , By .y .Vi Teale, Attonney in•.fact. h Cr I4014LEDGE:•ENTT (B; SURETY) AAkrafilmed with board oigeE State of California ) County of Contra Costa ) County in z+hicii nota o�:Iad,emert is taken On __jyly 6, 7977 , before me, the under3igned , a. Notary Public in and for said County and State, per--cnaliy appeared Carl D. Dame' 'own to ne to be President of the corporation that executed the within instrument and a1sQ known ti;—me tc be the person who executed it on behalf of such cor oration and ackno::1e-_7_d to me that such corporation executed the within instrure. ` „cn.or a resolutioof its beard of directors. OFFICIAL SEAL V )EANNE E ALDW40ER NOTARY PUBLIC-—CAL;FOR 1tA l7 PAINCIFAL OFFiC IN in addition to signature type or CONTRA COSTA CO-N:t print name of notary Ry G7rRJeanne E. Alexander ?,,BLT170 r BOARD OF SUPERVISORS, CONTRA COSTA COUNTY,°CALIFORNIA In the matter of settlement ); of Contra,Costa.County'ns. ) `RESOL[JTIQN NO 77/577 Elmark ffomes 'Inc.,.et al. ) No. M-10313 Y Upon recommendation of the County-;Counsel, it'is,HEREBY ORDERED that-the'County accept tIhe sum of $250 in settlement of the above=captioned case. The County Counsel lsauthorized to dismiss the lawsuit with prejudice. The Auditor-Controller is authorized to accept1the sum of $250 in settlement of the above-captioned matter. � . PASSED by the".Board on .July 19 1977 cc-. County Counsel F County Auditor�Coatroller � �� f �� �` "s S ��� -,tsF ✓..'`'".�' `�'"''":,ky�.F�s>"��,', i t^fir =��y��-�ar55 ab ,« x MAW— j 5,1 r, ate'07", Rv d.. ..y.. e.xt e t s t BES0ma, NO Tf/577 r� nnnn' M 'ME BOARD OF SUPERVISORS OF WYM COSTA-COEL\1Y, STATE OF CAIIFORNM In.the Natter of Acending Resolution So. 77/560 ) RESOLUTION NO 77/. Establishing Rates to be Paid.to ) r Child Care Institutions" ) ) WHEREAS this 'Board on July 12 1977"adopted"Resolution establishing rates to be paid to child caro institutions for'ahe.Fiscal Year, . 1977_78; and WHEREAS the Board has been advised that;certaln:institutions_should`, ,= be added to the''approved list; ),W,-1HEREF0RE, BE IT BY THE BOARD,RESOLVED'"that Resolution'No 77/560 is hereby amended as detailed'belov,effective July 19,.'1977c ADD THE.BOLLOW19d PRIVATE INSTITUTIONS WN HLY RATE , Serendipity School/Citrus Heights, CA' $",2,190 00 . Halloran Hall/Aptos, CA. w 89Q 00 •,: x � r PASSEDby the Board ani July-Z9, 197T � ' � f 5 � t 1M. �-,M i M } k rf��Orig. Probation!De Ia ` cc: County Probation°Offieox Social Se ' r:e aGe Departnt Director, `Human Resources Agency County Adainistrator o County Auditor=Controller Superintendent of Schools r RESOLUTION NO 77/.57 Th IN-THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Establishing ) RESOLUTION NO. 77/579 the Class of Manager of Airports) WHEREAS the Board having this day considered the draft specification and recommended salary allocation for the proposed class of Manager of Airports; NOW, THEREFORE, IT IS BY THE BOARD RESOLVED that the aforesaid specification is APPROVED and said classification of Manager of Airports is HEREBY ESTABLISHED and ALLOCATED to the Basic Salary Schedule at Level 577 ($2141-$2602), effective ... - July 19, 1977; and , WHEREAS an ordinance amending Section 32-2.628 of-the County Ordinance Code, establishing the classification of Manager of Airports as an exempt position, with the Director of Public Works having the appointing authority, having been intro- duced, and the Board by unanimous vote of the members present having waived full reading thereof; IT IS BY THE BOARD FURTHER RESOLVED that July 26, 1977 is FIXED as the time for adoption of said ordinance. PASSED by the Board on July 19, 1977. hr cc. County Administrator Lir`ctor of rzi-sc:zal ; Public Works Director County Auditor-Controller County Counsel_ RESOLUTION No. 77/579�;; . 0,0173" EXEMPT - D R A F T Proposed Salary: 577 (2141-2602) Contra Costa County July 1977 MANAGER OF AIRPORTS 'DEFINITION:. 'Under general direction, to plan for the development of future airports; to promote an airports property development and lease agreement program;' to,rep- resent Contra Costa County in aviation matters and related community relations; to coordinate operational activities of the County Airport; and to perform other related work as required. DISTINGUISHING CHARACTERISTICS: Manager of Airports is a"single position class, the incumbent of which is primarily responsible-for the promotion of lease programs and property development in and around the County Airport. Though the position of Manager of Airports is exempt the incumbent reports organizationally to the Public Works Director on policy matters .and for purposes of general program direction. TYPICAL TASKS: Through subordinate personnel. coordinates the operation and maintenance of County airport facilities; promotes the development of all airport property for uses indicated on approved Airport Master Plans; administers all leases of airport properties;" assures compliance with terms and conditions in leases, agreements, -and permits for the use of airport property and facilities; represents the County in aviation matters; coordinates county aviation activities with other departmental activities including the Federal Aviation Administration, California Aeronautics Department., .Public Utilities Commission, Civil Aeronautics Board, Airports Land Use Commission and local cities and county departments; acts as ex-officio Secretary to the Aviation Advisory Committee; maintains effective public relations by speaking before civic and aviation groups and governmental bodies; prepares capital and operations budget requests; prepares and submits grant requests to state and federal agencies; prepares written and oral reports; answers correspondence concerning-airports' operations. MINIMUM QUALIFICATIONS License: Valid California Motor Vehicle Operator's License. Education: Possession of a baccalaureate degree fromm an accredited college or university Awith a major in business administration, public administration or a. closely related field. r r {/ Experience: Five years_ of progressively responsible experience in airport operation,property management and development, airport leasing agreements including lessee liasion and airport public relations. Substitution: Additional qualifying experience may be substituted for the requireeducation on a year-for-year basis'up to a maximum of four years. Good knowledge of the modern principles and practices'of supervision and administration;" a good knowledge of governmental, physical, economic and environ- mental factors influencing property management and development; knowledge of lease negotiations and.enforcement of lease-hold terms and conditions; knowledge of aviation terminology and procedures; knowledge of Federal Aviation Administration rules and regulations as they pertain to airport operations; knowledge of the principles-and practices of public relations; ability to plan, organize and direct the daily operations of the County Airports; " ability to supervise the work of others; ability to develop programs and plans for the effective management of the County Airports; ability to speak before various groups on matters pertinent to the County,Airports;. ability to prepare reports and correspondence. Class No. Class Code No. WPH:pr -7/7/77 cc: Public Works County Administrator R. Heyne i -73 a HIIBiv' ncORP3D, Riiwtnm T, A i;.•r nom. n: TO CLERK PAf-11D OF at otclock M. SUPERVISORS Contra Costa County.Recordz J. R. OLSSON, County Recorder Fee S Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Accepting and Giving RESOLUTIOIi OF ACCEIPTAFCE Notice of Completion of Contract with and NOTICE 02, COMPLETION Ransome Company ) (C.C. 030863093) Project No. 353-925-77 ) RESOLUTION N0. W5 0 The Board of Supervisors of Contra Costa County RESOLVES TIIAT: The County of Contra Costa on May 16, 1977 contracted-with Ransome Company 030 Hollis Street, Emer ville CA 94608 !Jame and Address of Conuractor) for base failure repairs, asphalt concrete overlay and'installation of pavemint markers at three sites in the Crockett and Rodeo areas, Project No. 4353-925-77 t with Insurance Company of North America Philadelphia as surety, - khame of Bonding Company) for Work to be performed on the grounds of the County; and rn The Public. Works Director reports that said %cork has been inspected and complies With the approved plans special provisions, and ' .standard specifications, and recommends its acceptance as complete as of _ July 1, 1977 ; Therefore, said work is accented as conpleted.on said date, and the Clerk shall file With the Cohzty Recorder a copy of this Resolution o and Notice as a Notice of Completion for-saidcontract. b _ O ' O F- - PASSED AND =FTED Oil July 19, 1977 CERTIFICATIONand V RIiICATIOU I certify that the foregoing is a true and correct copy of a resolu- tion and acceptance duly adopted and entered on the minutes of ibis 13oard's meeting on the above date. I declare under penalty of perjury that the foregoing is true and correct_ Dated: July 19, 1977 J. R. OLSSO11, County Clerk & at Martinez, California ex officio Clerk of the Board By l/Yr-v eputy clerk Originator: Public Works Department, Construction Division cc: Recora a nu re'LuVil Contractor Auditor 001.74 Public !:'arks r,3 01.11TJO11 I:0. 77/580 Y111BN RECORWED, RF-KIPS; emnrrnr•. nv n:. ..., TO CLERK BOARD OF at o'clock ' M-_ - H. SUPERVISORS Contra.Costa County Records J..R. OLSSO/i, County Recorder . Fee 3 Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Accepting and Giving RESOLUTION OF ACCEPTANCE Notice of Completion of Contract with and.NOTICE OF Co::PLiriou George P. Peres Company (C.C. 33086, 30933) Projecto.-4141-4542-551-72 RESOLUTION 110. 77/5$1 The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on April 11, 1977 ' contracted-with George P. Peres Company 120 South 23rd Street, Richmond, California 94804 11ame and Address of contractor for reconstruction of Rudgear Road frac Grover Lane to Youngs Court in the'Walnut rn Creek area, Project No. 4141-4542-661-72 nt J with Safeco Insurance Companies of Seattle as surety,' 11ame of ponding Company for work to be performed on the grounds of the County; and c The Public Worl:s Director reports that said work has been inspected and complies with the approved plans, special provisions, and .° standard specifications, and recommends its acceptance as complete as of ' June 30, 1977 ; Therefore, said work is accepted as completed on said date, and the Clerk shall file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for-said contract. PASSED AND ADOPTED ON July 19, 1977 • CERTIFICATION and ITMFICATIOU I certify that the foregoing is a true and correct copy of a resolu— tion and acceptance duly adopted and entered on the minutes of phis Board's meeting on the above date. I declare under penalty of perjury that the foregoing is true and correct. Dated: July 19, 1977 J. It. OLSSO,:, Count, Clark & at Martinez, California ex officio Cle_Y_ of the Board BY va4o elluty ern_ Originator: Public Works Department, Construction Division cc: necora a nu recurn Contractor Auditor. ���ry� Public llorl:s I RPSOUIT7011 N'O. 77/581 I BOARD OF SUPERVISORS CONTRA COSTA.COUNTY,' CALIFOFIYIA Summary Abandonment of a ) Portion of Superseded Galaxy Way ) Concord Area ) RESOLUTION NO. 77/582 (S $ H No.:960.1) The Board of Supervisors of Contra Costa County hereby RESOLVES THAT: - A portion of the County road known as Galaxy Wap, Concord area, has been superseded by relocation_ Said relocation did not prohibit access to any property which adjoined the road prior to such relocation. It appears proper that said,portion of relocated road be summarily abandoned as provided in Section 960.1 of the Streets and High— ways Code of the State of California. All that portion of said County road, superseded by relocation and more particularly described in Exhibit ^A" attached hereto and made a part hereof, be and the same is hereby ABANDONED. 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. present. PASSED on duly 19, 1977 unanimously by the Supervisors v U Z Originator: Public Works Department Land Development Division cc: Recorder (via ID) County Administrator Public Works Assessor Planning Commission Pacific Gas & Electric Company, Oakland Pacific Telephone Company,Oakland Thomas Brothers Maps Contra Costa County Water District Stege Sanitary District of C.C.C. East Bay Municipal Utility District, Oakland Oakley County Water District San Pablo Sanitary District RESOLUTION NO. 77/582 001.7i F�QU IT "A" A portion of the road shown as "AREA DEDICATED TO-CONTRA COSTA COUNTY"'on the map filed ril '29. 1974•in book 57 of Land;Surveyors *Lip Aps ti.page 1, Records,of Contra Costa County, California, described as follows That portion of said road lying easterly of'the following described line i Beginning on the westerly line of Parcel B as said parcel is shown on said map (57 LSH 1) distant thereon S 23"46'20" W 172.38.feet from the northwesterly corner of said Parcel B; thence from said point of beginning S;23'46'20'''bi 121.59 'feet a to the southerly terminus of said.line lying on the westerly line of.Parcel C as said parcel is shown on said map (57 LSH 1). Together with any rights, title and interest in the strips of land designated as "FUTURE WIDENING" lying on each side of said road as shown on said map (57 LSH 1). Excepting therefrom all of the above that lies within that parcel'of land described i in the Offer of Dedication to Contra Costa County-recorded on'Hay 20,-1977, in.' Book 8360 of'Official-Records at Page 578, Records of Contra Costa County California. i i . r. j S b, y ..i Y' �5 L ''✓ X 7 - zr y } Yt e Tri . d 1 5 k 1 r 4 - i IN THE BOARD OF SUPERVISORS OF CONTRA.COSTA COUNTY, STATE OF CALIFORNIA . In the,Matter of completion ) RESOLUTION N0: 77/583 of improvements, Subdivision ) MS 21-76,'Walnut Creels Area. ) The Public Works Director has notified this Board that improvements have been completed in Subdivision MS 21-76, Walnut Creek area, as provided in the. agreement heretofore approved by this Board; NOW,,THERFFORE, BE.IT RESOLVED that the improvements in Subdivision MS 21-76 have been completed for the purpose of establishing a terminal period for filing', of liens incase of action under said Subdivision Agreement: Subdivision Date.of Agreement MS 21-76 4uly`27, 1976 (Cash bonds posted by Costa Concrete Company) ` ~ BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor s, Deposit Permit Detail No. 137791 dated July 9, 1976) be RETAINED-for'one,;pear pursuant to the requirements of Section 94-4.406,of the Ordinance. PASSED by the Board on July 19, 1977. r 1 } } L i 'INC, P x L 4 X^3 FS J Y � 4 � 1 Originating Department: ' Public Works w Land Development.Division'; cc: 4weordef r Public Works Director Planning Director Costa Concrete Co 70 Garron Court Walnut Creek, CA 94596 RESOLUTION No 77/583�, IN THE BOARD OF SUPERVISORS' OF CONTBA COSTA COUNTY, STATE OF CALIFORNIA , In the Natter of Completion ) RESOLUTION N0. 77/584 of improvements and declaring ) certain roads as County ) roads, Suhdiviston 4761,. ) San stn Area. ) The P•,thlic'Works Directur has notified this Board that improvements have been cvcTleted in Subdivision 4761, San Ramon area as provided in the agreement heretofore approved by this Board in conjunction with tbe""filing of the subdivision map; NOW, THEREFORE, BE IT RESOLVED that the improvements in the following. subdivision have been completed-for-the-purpose of.estahlishing a terminal period for filing of liens in case of action under said Subdivision Agreement: Subdivision Date of Agreement° 4761 April 20; 1976 (United Pacific Insurance Company - U806403) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's.' Deposit Permit Detail No. 134998 dated April 9, 1976) be RETAINED for one-year Sm pursuant to the requirements of Section 94-4.406 of the Ordinance Code. BE IT FURTHER RESOLVED that the hereinafter described roads, as shown and dedicated for public use on the map.of Subdivision 4761 filed April 22. 1976 is Book 184 of maps at page 1 , Official Records of Contra Costa County, State:of California, are:accepted and declared-to be County;Roads of Codtra Costa County: Zamora Place 32/52 0.12 o Zita Court 32/52 0.06 ami Alcazar Court 32/52 0_07 0 El Capitan Drive -40/60 0.14 PASSED by the Board on July 19, 1977. X," 1 - y:s Originating Department: Public Works Land Development Division cc: Public Works Director-ftintenance Recorder Public Works Director-LD Planning Director Dame' Construction Co. Inc P_0. Box 100 San Ramon. CA 94583 001• 9 RESomioN No. 77/584 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) The Subdivision Agreement for ) Subdivision MS 180-76, ) -+ ,.+RESOLUTION NO .7T/585 ' Alamo Area. ) The following document was presented for Board approval this date A subdivision agreement with A G_ BREITWEISEB BUT LD INC_, subdivider,' wherein said subdivider agrees to complete aimprovements.s as required,in said subdivision.agreement for Subdivision MS 180-76 within one year from the''date of said agreement; Said document was accompanied by the following: Security to guarantee the completion of road and'street improvements as required by Title 9 of the County OrdinanceCode„as follows: a. Cash deposit (Auditors Deposit Permit Detail No. 000043,:dated. July 5, 1977) deposited by A. G. Breitweiser in the amount:of $125.00 for Faithful Performance and $625.00 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 000043, dated 7 July 5, 1977), in the amount of $500.00, deposited by:_,A.'G. Breitweiser.': qr APPRO ' NOW THEREFORE BE IT RESOLVED that said subdivision agreement is DED`, PASSED BY THE BOARD on July 19, 1977. �3 � ? i a � *,, "s t1 d r t Originating Department: Public Works' Land Development Division . r cc: Public Works Director - LD Director of Planning A_ G. Breitweiser 2525 Willow Pass Road Concord, CA hilnnnn l. RESOLUTION NO.:,, f - Minor 180-76 SUBDIVISION AGREDILNT 01) Subdivision: (§1) Subdivider:-44NF Breitwelser •, (Government Code §966462 and 8§66465) (§1) Effeciive Date: �!- (§1) Completion Period: -17-77 1. PARTIES 6 DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually pronise and agree as follows, concerning t=s subdivision: 2. ITROVEMUS. 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 subdi:•isioa 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 de-fects 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 workmanship or miaterials or any unsatisfactory performance. 4. DIPROVEMENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performance and Guar ztee: j 500 cash, plus additional security, in the amount of $ 125 which together total the estimated cost of the work. Such additional security'— is presented in the form of: half [I Cash, certified check, or cashier's check ❑Acceptable corporate surety bond Acceptable irrevocable letter of credit With this security the Subdivider guarantees h1s 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 completior of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. B. For Payment: Security in the amount of S 625 which is the estimated cost of—EFF-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 fta-nishing labor or materials to them or to the Subdivider. -1- Microfilmed with J°=@0r1V91 S. WARRAVIY. Subdivider warrants that said improvement plans are adequate to' accomplish this u-6rr—as promised i.iL Section 2; and if, at any time before the cowity's resolution of completion for the-subdivision, said improvement plans prove to be inadequate ir. any respect, Subdivider shall make changes necessary to accomplish the work as promised. b. 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 indemniteas 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 cork as completed, and including the defensg of any suit(s), actions) or other pro- ceedings) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) 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 w ether or not any Indemnitee has prepared, supplied, or reviewed any plan(s) or specifications) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. S. ' COSTS. Subdivider shall pay when due, all the costs of the 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 A+ID COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, 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. ASSIGNgIEN,T. 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. -2- 00184 ' � 12. RECORD HAP. In consideration hereof. County shall allow Subdivider Ale le and record the FinaL Hap or Parcel :lap for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER: (see note below) Vernon Cline, Pub c Ido ks Director �(,.(& Breit"iser/ ez� eputy (Designate-official capacity in .the buisiness' RECOMMENDED FOR APPROVAL: Note to Subdivider: �(1) Execute acknowledg- ment form below; and if a corporation, affix corporate seal. By s' tartPub orks Director (CORPORATE.SEA%) "f. r FORM APPROVED: JOHN B. CLAUSEN, i County Counsel "�!f State of California ) (Acknowledgmeuc by Corporatiou,.Partnership, County of O oreA Cit=`STA )as- or Individual) On `l0 y"j�1 cl/7-1 "the person(lk) whose name(R) isL": signed above for Subdivider and who islam knwom to me to be the individual() and officerN)' or partner() as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and•tbat the corporation or partnership named above executed it.. (NOTARIAL SEAL) �. ll= -..:::;!-=4- Notary Public�-fersaid County and State (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) 00183 1 SIN THE BOARD OF SUPERVISORS*. OF CONTRA COSTA COUNTY, STATE"OF. CALIFORIiIA ' In the Hatter of-Claim of) Apportionment for Federal) - Aid for Safer Off-System ) RESOLUTIOk NO. 77/586 Roads, Countywide ) ) WHEREAS, on June 17., 1977, the California Department of. Transportation forwarded official notice of apportioned'amounts due Contra Costa County under the Federal.-aid .Highway Acts, in accordance with the provisions of Section 2530 of the Streets. and Highways Code, as follows: Federal-aid for Safer Off-System Roads $244,398; and, WHEREAS. Section 2532 of the Streets and Highways Code requires the County within 60 days of receiving such notice to notify the Department of Transportation as to the amount of the apportionment the County and its Cities wish to claim; and • WHEREAS, the County will enter into an agreement between the County and a majority of the Cities, whicfi Cities shall include a majority of the municipal population within the County for the distribution of the federal funds under this program as required by Section 2530 (c) of the Streets -and-.Highways Code. NOW, THEREFORE, BE IT RESOLVED that the County of Contra Costa .does hereby notify the California Department of - Transportation that the County of Contra'Costa Claims the said apportionment and the whole thereof in the name of the County, and its Cities, and -that the County of Contra Costa does hereby - agree to do all things necessary and proper to secure the Federal funds available under the Federal-aid for Safer Off-System Roads Program. PASSED by -the Board on July 19,-.1977- Originator: Public Works Department Road Design Division cc: Public WorksDirector (2) CALTRANS County Auditor-Controller County Administrator 11078 RESOLUTION H0. 77/586' . s• AM 3 IN THE BOARD OF SUPERVISORS OF - . .COtITRA COSTA COUNTY, STATE OF CALIFORNIA July 19,- 1977 In the Matter of a Report by ) the Public Works Director ) Concerning Center Avenue, } Pacheco Area." .) The Board of Supervisors, through its Order 'of May31, 1977, referred to the Public Works Director a;letter from Mr. banning H. Knapp of 1248 Raynond Drive, Pacheco, submitting for reconsideration the idea to make Center- Avenue and 'Second: -Avenue South aone-way couplet to eliminate the'need for four " lanes on Center Avenue; and The Pubtic-Works Director reported that the"suggestion to designate aportion of Center Avenue as a -"one-way street" had been considered by the Public Works Department in the past. A circulationplan, known as the.Vine Hill Study,.was developed`.. for the area and the investigation into the"couplet showed it to be of no particular benefit. The study was adopted in 1960 and has guided land development in the County as."well as the cities of Martinez and, Pleasant Hill. In,January of 1971.-the Board lof Supervisors reaffirmed than study by adopting-the precise alignment map for Center Avenue which provided For the road to " ultimately'be widened -to".a'64-foot.wide, four-lane, two-way'road-- Funds to construct the'project were budgeted".for thefiscal, 1976-1977. The couplet was considered and discussed in the final environmentalimpactreport whichwas-adoptedbythe Board -on, June 7, 1977. The'necessary"right of way:`for'the'four=lane''road.' has been acquired, design has been completed and a contract awarded for the construction. IT IS BY THE BOARD 'ORDERED that the report of'the"Public " Works Director Is ACCEPTED and the Board FINDS that the one-way" couplet plan has been given sufficient study and consideration and is therefore rejected, PASSED by the Board on July 19, 1977. CERTIFIED COPY I eutlly that this.is a full.true Q correct copy of the-oMBhul.document rhlck to on Me fa my oEnr-..... and that It rae.passed k.adopted-br the.Board at Soperd—of Cant=Costs County..Califurnlz on the:date share.ATTEST:S.R.OLSSOS.County Clerk k ezoftkb Clerk of said Bond at.Superdson... by Do"Clark on JUL 19 1973 Originator Public Works Department Road Design Division cc: Public Works Director Mr. Manning H. Knapp 01851, ;OB QCT: Public Works Agenda for July 19, 1977 REPORTS aport A. CENTER AVEENVE - Pacheco Area The Board of Supervisors, through its Order of May 31, 1977, referred to the Public Storks Director' a letter from Mr. Manning E. Knapp of 1248 Raymond Drive, Pacheco, submitting for reconsideration the idea to crake Center Avenue and Second Avenue South"a one-way couplet to eliminate the need for four lanes on Center Avenue. The suggestion to designate a portion of Center Avenue as a "one-way street" had been considered by the Public Works Department in the past. A circulation plan, known as the Vine H*ii Study, was"develope for the area and the investigation into the couplet showed it to be of no particular benefit_ The study was adopted in 1960 and has guided land development in the County, as well as in the cities of Martinez and Pleasant Hill. In January of 1971, the:Board of Super- visors reaffirmed that study by adopting the Precise Alligrment Map for Center Avenue which provided for the road to ultimately be widen to a 64-foot wide, four-lane, tw6-way toad. Funds to construct the project were budgeted for'the fiscal year 1976-1977. The couplet was considered and discussed in the final Enviroamenta Iaoact Report which was adopted by the Board on June 71 1977. The necessary right of way for the four-lane road has been acquired, design has been completed and a contract awarded on July 5, 1977 for the construction. It is recommended that the Board approve this report and reaffirm their finding that tae one-way couplet plan has been given sufficient study and consideration and is, therefore, rejected. Microfilmed with board order 00180 In the Board of Supervisors of Contra Costa County, State of California .luly to ..19:77 . In the Matter of Extension of Time in Which to Make'Adjustments in Salaries Retroactive to July'1, 1977 In connection with discussion of salary matters, the Board having heretofore determined to extend to July 19, 1977 the time in which to make adjustments retroactive to July 1, 1977 as long as there is continued good faith effort to reach settlement and so long as agreement occurs within a reasonable period of time after July 1; and Mr. L.J. Leonard, Director of Personnel, having recommended that time in which to make adjustments in salaries retroactive to July 1, 1977 be extended to July 26, 1977 so long as good faith negotiations ct`ntinue; IT IS BY THE BOARD ORDERED that the recamiendation of Mr. Leonard> is APPROVED. PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing is a two and coned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director of Personnel Witness my hand and the Seal of the Board of County Counsel Supervisors County Auditor-Controller Recognized Employee Organizatio&ffixed th419thd°y of "'iY 19 I R. OLSSON.Clerk l Deputy Clerk Maxine M. Neufeld H-24 3/76 15. In the Board of Supervisors of Contra Costa County, State of California July 19 .79.`77 in the Matter of Executive Session. At 10:35 a.m. the Board recessed into Executive Session ' In Room 108 of the County Administration Building Martinez, ` California, pursuant to Government Code Section 5+957.6, to con sult with its negotiators in connection with salary matters. : ..The Board reconvened in its Chambers at 10:55 and,the following order was adopted: r In the Board of Supervisors of Contra Costa County, State of California July 19 19,_77 In the Matter of Appeal of John S. Herrington from Planning Cornmission Denial of Application (2111-RZ) to Rezone Land in the Walnut Creek area. The Board on June 21, 1977 having�fi.xed this date for hearing on the appeal of !L. John S. Herrington from'Planning Commission denial of his application (2111-RZ) to rezone certain land in the walnut Creek area; and Chairman N. N. Boggess having noted that si.nce•.legal publication requi.reraents were not met, the hearing could not be held at this time; IT IS BY THE BOARD ORDERED. that the hearing on said matter is rescheduled to Tuesday, August 9, 1977, at 11-30 a.m. in the-Board-Chambers, Room`107, Administration.Building, Pine•-• - and Escobar Streets, Martinez, California. IT IS FURTHER OPAERED that pursuant to code requirements the Clerk publish notice of same in the CONTRA COSTA TIMES and give notice by mail to all persons shown on the last equalized". assessment roll as owning real property within 300 feet of the property trhich is the subject of the proposed zoning change. PASSED by the Board on July 19, 1977. r 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: `tr. J. S. Herrington, 804 So. Witness my hand and the Seat of the Board of Broadway, I'.C. 94556 Superviaors List of Names Provided affixed thisl?thday of- July 19 77 by Planning Director of Planning , f J.'R. OLSSON, Clerk By. f(iJi Jf:^C :�:;.j�:f t .Deputy Clerk Jamie L. Johnson 001DQ C" H-2.x$/76 Ism In the Board of Supervisors of Contra Costa County, State of California duly 19,` ,19.77 1n the Matter of Granting:Extension of Time in Which to File a Final Development Plan, San Ramco Area �,s a On the recommendation of he Director of Planning,=lT IS. BY'THE BOARD ORDERED that the request of Western,Electric Company, Incorporated, for an extension of time in which to",:,file: its' Final. Development.Plan, (1605-RZ)-San Ramon area, .is GRANTED;_thereby extending the final filing date to August 25_197&;,,,"' '. PASSED by the Board on July 19,1977. v 1 2 � 3 4 , r 2 ,Y 1 hereby certify thot the foregoing is a true and correct.copy of do order entered;an the minutes of said Board of Supervisor on the date.aforesaid Witness my hand and the Seal of the Board of Supervisor f affixed thisl9th day of July 19 77 !1 I RLALSSON, Clerk cc - Western Electric Co. Byr r(('t_, `i. hJu tX . Deputy Clerk Mr. P.G. Hatt Jr. Patricia A. Bell 222 Broadway, N.Y. 10038 Director of Planning H-?r ff76 ISm ' 00189 RECEIVED CONTRA COSTA COUNTY J U L 1977 PLANNING DEPARTMENT 14 OMW a RK BOA20 O:W;fRV*= TO: Board of Supervisors DATE: . July 7, 1977 r FROM: Anthony A. Dehaesus SUBJECTc Western Electric Co. (1605-RZ) Director of Plannin San Ranson Area %r Attached is.a letter from Western Electric dated July-1, 1977 requesting an extension of time in which to submit a Final,Development Plan for their Planned:11nit District_ zoning in San Ramon. For the reasons stated in the letter, we recommend that the Board of Supervisors grant the extension to August 25,'1978,. as requested. ?_ 3 j ,c a > 4 7 [ _ t 9' J xf z r F t � f . AAD:EMA cc — File 1605.-RZ County-Administrator Supervisor'Hasseltine Microfilmed vrth bocird.,or 00190 lY - ALV S j Westem Electric P.M Mar4 Jr. 2`3D '(f m Otwd"r Generalbl0+fa5e>. New Yolk14.Y.wW8 212571-4533 WW Cu"As=arCeColaolaeEng �tGf'r,1i.,; : •f..�..cai JUL 1 1977 MR. ANTHONY A. DEH ESUS, Planning Director' Contra Costa County Administration Building Martinez,-California 94535 Dear Mr. Dehaesus: By Order dated October 26, 1971, the Board of Supervisors approved the rezoning application of, Western Electric ' Company, Incorporated for its Bishop Ranch, San Ramon t Valley property, and the ordinance effectuating such zoning (Ordinance No. 72-6) became effective February 25, 1972. Under the rezoning the portion of the Bishop Ranch lying West of Interstate 680 was zoned Planned Unit District and that classification is in effect as of this date. It is a., - -requirement of such zoning that a Final Development Flan be filed within eighteen (18) months of the effective date of the zoning, which in this case meant the filing was to be made by August 25, 1973• This time interval has been extended until August 25, 1977 by Orders of thb Board of Supervisors dated February 26, 1973, June 18, 1974, August 5, 1975 and July 20, 1976. As we have previously advised, it has been our intention from the start to sell the PUD tract to a responsible buyer who would carry out the development of the area, including preparation and submission of the Final Devel- opment Plan. On June 2, 1976 we contracted to sell to Dame Construction Co., Inc. approximately two hundred forty-six (246) of the approximately one thousand -Wenty- one (1,021) acres comprising the PUD tract. One of the conditions precedent to the close of the sale is that Dame "obtain approval of the Final Development Plan for the (Parcel Sold) in accordance with Contra Costa County zoning ordinances in substantial conformity with the Prelim1nary Development Plan for the Bishop Ranch prop- erty .. 11 Dame proceeded to obtain such approval from the County and closed title on the 246 acres in February 1977. We are presently in the final stages of negotiating a contract to sell the remaining residential property in Microfilmed with board order 091 PSR. ANTHONY A. DEMSUS -2- the pUD, .approximately 417 acres; to Dame Construction,' Company `. In the short period rem�,n,ng untiZaAugust25, '1977 it would-not be_pract cal, for:Dame to•..prepare and :submit.a,Final::Development;Plan for%`tlie•41? acre•parcel , Accordingly, we:respectfully request.an;extension of.time 'by which Final Development Plans must be'filed from August, 25,`7977�to August 25, 1978. ' ' very-tYul. y urs, General' ager r Gorporat' Eng neem ng X � � ( t r r s t > E t N r b- ,.4lKT.ofied wdh'baazd ozc t S In the Board of Supervisors of ContraCosta County, State of California July 19 .:19177= In the Matter of Approving Property Acquisition of' Center Avenue, Project Number 3471.4342-663-76 Pacheco Area IT IS BY THE BOARD ORDERED that the Right of Way Contract and Temporary. Construction Permit, dated June 21,'1977, from Katheliene,S. `Kohier, are - APPROVED and the Public Works Director is AUTHORIZED to sign said documents,on behalf of the County. PASSED by the Board July 19, 1977 t N _ L F Y l 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.ilaparfrent Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed this 19tta%r of July t9 77 J. R. CiLSSON. Clerk fly Ie." . Deputy Clerk N. Pous 00793 H-24 3776 11m In the Board of Supervisors of Contra Costa County, State of California July, 12L_,19 77 In the!Hatter of Travel Authorization IT IS BY THE BOARD ORDERED that G.,H. McConnell, Principal Mechanical Inspector of the Building Inspection Department is AUTHORIZED to attend meeting, Mechanical Sub-Committee, IAPMO-ICBG, (International Association of Plumbing and Mechanical Officials and International Conference of Building Officials), August 9, 10 and 11,;1977, Dallas, Texas, at no expense to the,County., PASSED BY THE BOARD on'- July '19, 1977 - 4 Y k 3 7 N la s - Y 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_ Bldg. Inspection Dept. Supervisors cc: Auditor-Controller affixed th'u14th day ofT+i�v 1972 Administrator n J R. OLSSON, Clerk B }fit 1 . Deputy Clerk Patricia A. Bell tr-zs are vsm 00194 In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY WATER AGENCY July 14 .19 In the Matter of Agreement with J. B. Gilbert and Associates. IT IS BY THE BOARD ORDERED that an agreement-,' effective July 5, 1977, with J. B. Gilbert and Associates,.Planning and Engineering Consultants, for development of the Agency's positions relative to the need for Delta Outflow and its benefits to the Delta and San Francisco Bay System, and the acceptability of the planned operation of State and Federal Delta Water Facilities (as outlined in Mr. Gilbert's July 1, 1977 proposal) i§'APPROVED; and IT IS BY THE BOARD FURTHER ORDERED that the Public Works Director is authorized to execute the agreement. PASSED by the following vote of the Board: AYES: Supervisors N. C. Fanden, R. I. Schroder, E. H. Hasseltine, W. N. Boggess. NOES: Supervisor J. P. Kenny. ABSENT: None. Supervisor Kenny indicated he had voted NO.for the reason that he felt it would be a waste of county funds inasmuch as this information could be developed by county staff or obtained from material on hand. -_ 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: County Administrator Supervisors County Counsel affixed this 14th day of July 1977 Public Works Department J. R. OLSSON, Clerk J. B. Gilbert and Associates (via PWD) ,p Jerome R. Waldie By / once. , Deputy Clerk (via County Counsel) N. Pous Walter M. Gleason (via County Counsel) County Auditor-Controller 40195 H 24 MS ]LOU - _ . w.utaUt.t ttiG 4ts- AgREEMEhT 1. 5i=lal Conditions. These Special, ocnat lcxns am Incorporated below by reference. 1a) Public ALmney: Contra Costa County Water Agency ' (b) Can-ult-attla Rx:r. 4 Address: J.B. Gilbert and Associates. 723 S Street, Sacramento, Caliternza. (c) €rfeetivee Date:__ July S..1977 (d) Project Name, Number dwLocation: Delta outflow - State and Federal Delta•Water,- NY Peyawent Limit: $24,000 liti. 2. S cu va lyres&slantures attest the parties' agreement hereto: State of Caitbnnia ) as - Contin Costa Crnxnty ) ACOLVIEwLOW (CC jL190..1) The person adviltwg above for Cmmdtw&, ftKMn to ate In those 1nd1vI&W1 ana.business ca[Me:itics, PersanallY appeared b&rCM ate towtay and ac1d we7edged that he aigna it and that the corporation or partnership reamed above executed the within Inatrumernt Pursuant to its bey--laws or a resolution or its 8uard or Direct&s.. P►3UC CS,) 0 o+"MBA L. L. Cline CIJFFORa P.�JOHNSON PublAg Works Director nonan ellauc•etitwwroewua . own CMA coper ie Date: NOT►... fir I -t'artiea. Effective.on the above datai, the above-vewed Ash]io AattGy and Consultant; mutually agree and Pie as follows: 4. lmwt* 'rublic Agenqtr hereby employs Consultant, and Consultant accepts 'such employ-m='t, to perlbnn the prolessioml servi%os described herein,uPau the terns and In cmmiarzution or the patyswents stated herein.- 5." Sccjte or Service: Some or service shall.be as described in AppenMxA, attached, hereto•and lade a part here.rr. �. irwdi{rUnCe. Coe>vultert shall, at no cost to Mille AenW, obtain and maintain durft' the teua tkreor: (a) W0rtaer4* Cea,Per_.atios Ir>,a Umc .1twswant to state la . mrd (b) Can -rderrolve Liability bmrance, eluding CoieraM br owned and nort-ataed automobiles, With a mLmunux combined single Bade coverasie of $500,000 fbr all damages due to Lvdny Injury, sid mss or disease, or demob to arty person, and damage to y, inn the- low or we voreor, ailhirg out or each accident or occw mmm. Corwsu� �h . evidence or 6uch 6verage, »ening Public Agency, its officers and employees as e& tional. insureds.-and requiriog 30 days' written notice of polio r lapse or cancellation. T. Pa::'waexwt. Public kency shall pelt ConsLd_tm* for professiona3,services perlbtoed at the rates shown in Appendix li attached bereto, which Include all overhead and incidwital expense::, for which no additional oompm=ticn shall be allowed. lh no event shall the total socunt paid to the Consultant exceed the payment litdt specified In Sec, t(e) cutout prior written approval of trw Contra Costa County Public Yorks Director. Consultant's stateamt of charm shall be inbuitted at convenient intervals. Payment will be made - 'within thi.^ty (30) days after receipt of each 3-tatement. 8. 'Teimw::vition. At Its option, Public Agenic;;may teradnate this aP.,n+ nt at any timer by wn t e—n ttx,Cice to the Consultant, whether or not the Consultant is In desalt. ETx= such termination. Consultant agreed to turn over to Public Agency everything pertaining to the 4--r'd posse::M' by.hick or urnler bS-. control at that tiate, and win be paid, without dupllmt ion, all awaits due or thereafter becoaking sue an account of services rendered to the date of ter.:-dU&Ition. 9. SMna. The Ccxe:ultant IS an 1ndgj--4eut contractor, and is not to be considered an emplo, -OT Pw+3=c Mesal. 10. lwwrti.s:ti._sa ticw:. The Cunsultant :.toll clerar.. save, and huld bwumlew Public Agway and ito o:Mcers ;ext enlo;ees rrom arty arra all 1+a•bilis,! for any iWtit^f or&-tapes • arlsia• three or :•orwnected with the services provided hereunder by Consultant or any person under It:: control. Atttwehew�wts At;saxd3.x 1 AppexUx b Pbrm 3ppaovel W G' taivy owmel Nd-coffined wi& board aTS Yk/7ti ).B Gilbarf Mssociatas J JUL J 1971 Planning&Engineering Consultants 723 S Street,Sacramento,Ca 95814 Plfulle VII KS DEMO'— (916)444-0123 O Bay Area Office: Claremont Hotel,Berkeley,Ca 94705 July 1, 1977 (415)843-0298 Mr. Vernon L. Cline Public Works Department Contra Costa County 6th Floor, Administration Building Martinez, California 94553 , Dear Mr. Cline: _ J. B. Gilbert and Associates (JBGA) appreciates the opportunity to submit this proposal for engineering •services to assist Contra Costa County in development of its.positions/relative to . The need for Delta Outflow and its benefits to the Delta and San Francisco Bay System. .. . The acceptability of the planned operation of State and Federal Delta Water Facili.tiest DELTA OUTFLOW _ The County intends to submit testimony on the outflow issue (including flushing flows) in connection with legislative hearings on authorization of the Peripheral Canal. These hearings are"-scheduled for early August, 1977- Beca1}se of this time limitation,• we propose to divide the work on Delta outflow into two phases. Phase I. This phase will consist of a summary:of current scientific opinion on ttie effects of outflow throughout the Delta-Bay system and will consist of a descriptive inventory of the opinion- A report on the Phase I work will be submitted by August 1, 1977. Cost for Phase I is estimated at $8,000. Because of the time limitation, the Phase I work will not include JBGA's in-depth assess- ment of the inventoried opinions. This assessment is proposed to be included in the Phase II work described -below. Phase II. This phase of the work will consist of a detailed review of the factual basis for the scientific Kaofilmed with EioQr�iril Mr. Vernon L: Cline July 1, 1977 Page 2 . opinion inventoried during Phase I. At the conclusion of this phase, JBGA will analyze each of the inventoried opinions. A report on the Phase II work will be sub-' mitted by November 1, 1977. Cost for Phase II is ` estimated at $16,000. JBGA Work for ABAG on Delta Outflow J. B. Gilbert and Associates is presently providing-engineering services to the Association of Bay Area`Governments`(ABAG) on " Delta outflow. This work includes: . Characterization of past, present, and future outflow with respect to quality and quantity. . Evaluation of the effect of outflow on the quality of the Bay system through the application of math and. physical models to determine the distribution and fate of pollutants. The use of information from the ABAG study in our proposal report to Contra Costa County has been discussed with ABAG_` ' 'ABAG's only stipulation on the use of information developed by us under contract to ABAG is that it cannot be released to the Countyy prior to its receipt by ABAG. DELTA FACILITIES OPERATION PLAN REVIEW Services to Contra Costa County on Delta facilities operation plan review will consist of review of proposed operational plans for State and Federal water facilities and assessment of the effect of these operational plans on Delta Ovate= quality and uses. This work will commence in September, 1977, and be conducted in accordance with a time schedule, scope of work, and budget which will be jointly agreed upon by J. B. Gilbert and Associates and Contra Costa County. PROPOSED ORGANIZATION J. B_ Gilbert and Associates will perform all services identified for the Phase I and Phase II Delta Outflow studies_ Project manager on the outflow studies will be Dr. Donald L_ Feuerstein, manager of the JBGA Bay Area office and project manager for the ABAG Delta Outflow studies mentioned earlier in this proposal. 00198 • Mr. Vernon L. Cline July 1, 1977 Page 3 J. B. Gilbert and Associates will act as prime contractor for the proposed professional services in the Delta Facilities operation review. With prior concurrence of Contra Costa County, JBGA would subcontract specialized parts of the work :(for example, assessment of effects on the fishery) . Project manager for the Delta Facilities operation review- will be Mr. Albert A. Doyle, senior engineer in the JBGA Sacramento office. Mr. Doyle was project manager for extensive water . quality studies of-the Delta performed for the Sacramento Regional County Sanitation District to evaluate water quality impacts of the District's treated wastewater discharges. This work-included assessment of the effect of proposed Delta Facilities operation on water_ quality under various flow con- ditions and pollutant loads. Mr. Doyle has had eleven years of experience in water quality planning and control. He has worked as senior engineer for the State Water Resources Control Board and as associate engineer and southern area supervisor for the California Regional Water Quality Control Board, Lahontan Region. His educational'back - ground has given him knowledge of sanitary engineering and hydraulics, and his work with the Regional Board has given him particular experience with groundwater and surface water manage- ment. With J. B. Gilbert and Associates, he has been project manager on the preparation of the combined wastewater control master plan for the City of Sacramento, and preparation of projb2t reports on the Sacramento regional sewer system. He is a registered engineer in California. ' The proposed work will be conducted under the technical review and overall management of Mr. Jeeme B. Gilbert, president of JBGA. . Mr. Gilbert has had twenty years of professional experience in water and wastewater management, with particular expertise in the planning, financial, institutional, and regulatory aspects. Before entering the consulting field, Mr. Gilbert was general manager and chief engineer of the North Marin County Water District and was responsible for the operation of the water utility, including planning for water supply and wastewater. His background in wastewater (as Executive Officer of the State Water Resources Control Board and chairman of the California Regional Water Quality Control Board, San Francisco Bay Region) complements his experience in water supply and wastewater manage- ment. He has participated in drafting related state and federal wastewater legislation. As president of J. B. Gilbert and Associates, he directed the preparation of environmental impact statements for Orange County, 1.estern and Central Contra Costa County areas, a facilities plan for the Napa/Vallejo Sewage Solids Management Study, and an environmental impact tatement Mr. Vernon L. Cline July 1, 1977 _. Page 4 for the Eastern Barin/Southern Sonoma fagilities planning program: He is a registered engineer in California and Ohio. COST SUMMARY The estimated cost of the proposed Delta outflow work`is:' $24,000 08,000 for Phase I and $16,000 for Phase II) . A'.cost estimate -for the Delta Facilities-operation review is not available at this time as it will depend upon the scope of services agreed - up-on by the County and JBGA. - Costs for professional services will be determined on a time and expense basis in accordance with JBGA's 1977 per diem rate schedule. SCHEDULE The proposed schedule for the work is as follows- Task Fork Initiated Report submitted Delta Outflow - Phase I Jul. 7, 1977 Aug. 1, 1977 Delta Outflow - Phase -II Aug. 1, 1977 Nov_ 1, 1977 Delta Facilifiies r_ Operation Review Sep. 1, 1977 ---*' *To be determined. A copy of our Company brochure is attached. Blease contact:us if you have questions or wish to discuss this proposal further: very truly yours, 3!'ome B. Gilbert Attachment 00200 I July 1977 PROFESSIONAL FEES compensation for labor and expenses shall be nide- in accordance with the following:- A. A fee-based on the actual time engaged in the work in accordance with the following rates: Classification Hourly Rater President 60.00 Senior En;=^-ee_r III 52.50 - Senior Engineer II 42:00 .. Senior Engineer I 34_00 Associate Engineer 29.00 r Assistant -Engineer 24..50 Environmental Specialist II 26.00 Environmental Specialist I 23.00 Draftsman 17.50 Secretary/Typist IV 15.50 Secretary/'i'ypist III 15.00 Secretary/Typist II 12.00 B, An amount determined by multiplying the actual costs by a factor of 1.15, which allows for overhead, for the following r 1. Rental of equipment. 2. Direct travel expenses such as air, bus, and taxi, and automobile mileage at 15 cents per mile. - ,3, , Identifiable communication expenses such as long 3istance'telephone calls, telegraph, and cable. 4. Identifiable reproduction costs such as printing of drawings, photostats,`multilith printing, and binding. 5. Other similar direct nonsalary costs such as expendable supplies not applicable to general overhead_ 6_ All direct expenses for subsistence and lodging_ - 00201 / r l In the Board of Supervisors of Contra Costa County, State of California July 19 ,19 ?77 In the Matter of AUTHORIZING TRAVEL REQUEST FOR JUDY ANN MILLER, EXECUTIVE DIRECTOR, COMMUNITY SERVICES ADMINISTRATION, TO ATTEND NATIONAL ASSOCIATION OF CWNTIES 42ND ANNUAL CONFERENCE JULY 24-27,1977' DETROIT, MICHIGAN, WAYNE COUNTY The Board of Supervisors hereby AUTHORIZES and APPROVES o. a Travel Request for Judy Ann Miller, Executive Director, Community Services Administration to attend the National Association of Counties 42nd Annual Conference July 24-27, 1977 in Detroit, Michigan, Wayne County; Vitro ( ' (APPROVED BY THE BOARD) y k, 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors an the date aforesaid.dis my hand and the Seal of the hoard of Ori g. Dept.: OEO Supervisors ZZ cc: County Administrator afxed this/ J>jay of 19 Auditor-Controller � J. A. OLSSON, Clerk Bye�y .00� Deputy Clerk 00202 H-Zd 3/7615m In the Board of Supervisors of Contra Costa County, State of California Juiy 19 .i9 77,1 In the Matter of Increase in Contract Contingency Fund Morello Avenue Reconstruction Project Project No. 3571-4360-661-77 On the recommendation of the Public Works'Director, IT Is By,THE'= BOARD ORDERED that an increase of $2,000 in the contract contingency fund for the Morello Avenue reconstruction project is APPROVED, said increase to provide for improvement of the pavement conform atr the:southerly end of;, the project. PASSED,by the Board on July 19i 1977. - x ej v d 5 ., .k 1 herebycertify 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 Construction Division Supervisors cc: Mike Morgan Paving and Grading °R"`edthis 19tidOl'of July 1977 P. 0. Box 5368 Walnut Creek, CA 94596 J. R. OLSSON, Clerk Public Works Director By yf, Ppx o , Deputy Clerk County Administrator N. Pous Auditor-Controller 0020 . H-?i 3/%G lsm - In the Board of Supervisors of Contra Costa County, State of California July 10 .19 7 In the matter of Annual Report of Foster Care and Adoptions Sub-Committee of gamily and Children's Services Advisory Committee. Mrs. Esther Marchant, Chairman of the Foster Care and,. Adoptions Sub-Committee of the Family and Childrenrs` Serv3.ccs Advisory Committee, having appeared and presented its annual report and recommendations; IT IS BY M- BOARD ORDERED that receipt of said report is_ACI KOK--�E ED. --- Passed by the Board on July 19, 1977. x .. _. r i hereby certify that the foregoing is a true and correct copy of an order'srdered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Sean of the Board of cc: Director, H.R.A. Supervisor County Administrator affixed this 19thday of July : 1977 J. R. OLSSON, Clerk By �,..� c D�1n/ . Deputy Clerk Aileen Elder 00204 H-_a 6176 15m In the Board'of Supervisors of Contra Costa County, State of California J-111 10 In the Maffei of Approval of contract with Jerry's Ambul-Cab IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract 026-014-1 with Jerry's Ambul-Cab for the provision of - non-emergency County Hospital Medi-Cal patient transportation,- atno cost to the County of Contra Costa, effective July 1, 1977 until terminated as provided for in said contract. PASSED BY THE BOARD on July 19, 1977. f 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 Orifi: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts d Grants Unit Supervisors cc: County Administrator wed this 19thday of July t9 77 County Auditor-Controller County Medical Services /�, J. R. OLSSON, Clerk Contractor dy .e",- Deputy Clerk 1u88ine M. NeufLvld llll 3/761Sm Cancra Costa County _ Standard Form ' STANDARD CON'TRACT (Purchase of Services) y 1. Contract Identification. Number 26 -014- 1 Department: Medical Services Subject: Non-emergency Medi-Cal patient transportation 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: JERRY'S AMBUL-CAB Capacity: Sole proprietorship Address: 420 North Buchanan Circle, 010, Pacheco, California 94553 3. Term. The effective date of this Contract is July 1, 1977 and it terminates as provided herein. 4. Pacment Limit. County's total payments to Contractor under this Contract shall not exceed $-0- 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference_ 8. 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: NOT APPLICABLE 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Codes 26227 and 31000. 10. Signatures. These signatures attest the parties' agreement hereto: COL'\ OF ?TPR TA CAL IA CO �; U ess rf By otyot Jaw Chairman, Board of Supry ors (Designate official capacity in business Attest: J. R. Olssoa, County Clerk' and affix corporation seal) </ State of California ) B} County of Contra Costa ) ss. Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Departmen known to me in those individual and business capacities, personally appeared efore 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: � 7 By Rosemary Matossion Deputy eputy County Clerk a M:uofilmea Witfi Soars or *I 002(16 SERVICE PLATY Humber 26 -014 - 1 1. County operates County Medical Services which requires non-emergency patient transfer transportation. During the term of this Contract, County shall refer to Contractor fifty percent (502) of the requests initiated by County Medical Services for transportation of non-emergency County Hospital and Martinez Clinic Medi-Cal patients County shall provide such referrals under the following specifications. County shall.: a. Request Contractor's services for 502 of calls initiated by County Medical Services, but not necessarily originating at County Hospital. b. Give preference to Contractor to provide return service from County Hospital to point of origin, in those cases where Contractor has transported the patient to the hospital, providing that each request is consistent with the 502 requirement and the type of transportation prescribed by the patient's physician and for which there is prior Medi-Cal authorization. c. Initiate administrative procedures to carry out the provisions of this Service Plan. d. Assist Contractor in obtaining appropriate Medi-Cal labels, subject to Xedi-Cal regulations. 2. Contractor shall provide non-emergency patient transfer transportation according to the provisions of California Administrative Code, Title XXII, Section 51323, Medical Transportation Services, for County-referred patients eligible to Medi-Cal under California admirictrative Code, Title MI, Sections 50029, Public Assistance Program, and Section 50031.4, Medically Indigent Program. Contractor shall provide such service under the following specifications. Contractor shall: a. Respond to all requests for service and indicate ability to perform within 15 minutes of being called. b. Initiate service at agreed-to'time with 15 minutes leeway before or after the time. c. Be available to provide service 24 hours per day, 365 days per year. d. Maintain fully staffed telephone lines or other means of immediate communication at all times where requests for service or other information may be received and/or relayed. e. Allow authorized County personnel to investigate complaints regarding its service and comply with resulting requirements. f. Be responsible for all equipment used for patient transfer as follows: (1) County may loan or exchange equipment based upon County's determination of medical need and acknowledged by Contractor's completion of County provided form at time equipment is loaned. (2) Contractor will return all equipment as soon as practicable or when so requested by County. (3) Contractor may not allow County equipment out of its possession except in cases of medical necessity. (4) Contractor will reimburse County for replacement or repair costs resulting from its negligence in use of County-owned equipment. g. Be responsible for obtaining a retroactive Medi-Cal authorization for the transport of a patient at any time that Medi Cal consultant's office is closed and County Medical Services has not obtained such authorization in advance. h. Abide by County administrative procedures to carry out provisions of this Service Plan. Initials: Contractor County Dept. 00207 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 he paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Nodifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment am Provisions and the Service Plan may be ended 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. 00208 (A-4616 REV 6/76) -1- Contra Costa County Standard Form MMAL�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 Depaitmeat for which-this"Contract is made or his designee or in accordance with the applicable procedures (if any)°" ' required by the State or Federal Government. " 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be' governed'and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra-Costa County. 11. Conformance with Federal and State Regulations:''Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12.• No Waiver by County. Subject to Paragraph 9.- (Disputes) of these General Conditions, inspections or approvals, or statements by say 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 paymen;s 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 workcontemplated 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 poteatial"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'ia'such governance'' occur. 16: Confidentiality.--Contractor agrees to comply and to"'2equire7its:.em0l6yees 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 sueb'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 shale 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-461 REV'6/76) -2- 00209 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) la_ Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts 6 Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 00210 (A-4616 REV 6/76) -3- IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA J111y 19 1977 . Authorization for three-month contract ) extensions with mental health, drug abuse, ) and alcohol program contractors ) The Board having considered the recommendations of the.County MentalHealth Advisory Board, the County Mental Health Director, and the Director, Human Resources Agency, regarding contract payment problems and the need to make interim contract payments to certain mental health, drug abuse, and alcohol program contractors' pending completion of contract negotiations, as authorized by the Board on June 28, •1977, IT IS BY THE BOARD ORDERED that the matter of contract payment problems for said program contractors be REFERRED to the Director, Human Resources Agency, for report back to the Board by September 27, 1977, regarding recommendations for.i long-range solution, as recommended by the Director, Human Resources Agency, and IT IS BY THE BOARD FURTHER ORDERED that the Director, Human-Resources Agency, is AUTHORIZED to execute "Extension of Contract for Purchase of Services" documents with the below-named contractors for the months of July, August, and September, 1977, in accordance with the Board's Orders dated June 28, 1977, regarding authorization for negotiation of mental health, drug abuse, and alcohol services contracts, which continue the provision of services, and in accordance with the preliminary PY 77-78 Contra Costa County Mental Health (Short-Doyle) Plan and the preliminary FY 77-78 Contra Costa County Alcoholism Budget, pending completion of FY 77-78 novation contracts, as follows: 3-Month Contract Number Contractor Pmt. Limit 24-000-5 Martinez Bus Lines, Inc. $ 21,250 24-700-5 Contra Costa-Suicide Prevention 1,398 24-705-7 We Care Society, Inc. 41,730 24-707-5 Contra Costa County Association for the 34,935 Mentally Retarded, Inc. 24-708-5 Richmond Unified School District 13,374 (Knolls Language Center) r �. 24-710-5- City of Antioch (Reach) 31849 24-725-7 Re-Entry Services, Inc. 21;390 24-727-6 Many Hands, Inc. 21,498 24-728-7 Rubicon, Inc. 24,471 24-751-7 Phoenix Programs, Inc: - 61,005 24-753-4 Cambia, Inc. 175,440 24-759-1 Contra Costa Children Council 13,062 24-722-8 BiBett, Inc. 100,435 24-723-8 North Richmond Neighborhood House 64,659 24-736-8 Sunrise House 23,320 24-739-7 National Council on Alcoholism—Bay Area, Inc. 7,609 24-745-7 E1 Sobrante Valley Activities Center 6,533 24-758-1 City of Pittsburg 10,258 PASSED BY THE BOARD on July 19, 1977. CERTIFIED COPY Orig: Human Resources Agency I certify that this is a toll.true&correct copy-of the original document which is an fife Ia my-office. Attn: Contracts 6 Grants Unit and that it was pa—d&adopted by the Board of cc: County Administrator SaperTtsota of Cartra Costa County.California.on the date shown.ATTEST: J.ft. 0[SSON.County County Auditor-Controller Gert&ex-Officio Clerk of said Board of Supervisor,, County Mental Health Director by Deputy C rk County Alcoholism Administrator r/ JUL Lg 1977Chairman. County Mental Health � Advisory Board, c/o Pat Filice Chairman, County Drug Abuse Advisory Board, c/o Jane McCoy Chairman, County Alcoholism nn Advisory Board, c/o Bill Stevenson 1J1/2�1 Contractors 3 + CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1. Contract Identification: Number2 4 - 000 — 5 Department: Medical Services - Mental Health Subject: Developmentally Disabled/Transportation Services (Short-Doyle) Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: MARTINEZ BUS LINES, INC. Capacity: Private-for-profit California corporation Address: P.O. Boa 607, Martinez, California 94553 (3300 Pacheco Boulevard, Martinez) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from iuiv i. iac7 to sows— in. 1977 unless sooner terminated as provided in said contract. 4. PaymentLimit- As to the extended term of the contract, the maximum amount payable by the County my is increased by the following amount S 21,250 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR - Designee, Boa f Supervisors Attest:—CoClerk Designate official capacity-in businass and affix corporation seal)` ---'' - By Deputy State of California } Ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor B & known to me in those individual and D signee business capacities, personally appeared before we today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Form Approved by County Counsel) „ X� 19 77 Dated: Q"XI . T / /Deputy C my Clerk ROBERT J. PROCTOR E EPUTY COUNTY CLERK COMM Costa County,California 00212 Microfilmed with board order i w l' SPECIAL. PROVISIONS r Number 24 - 0 0 0 - 5 1. Pro ect. For the purpose of this extension agreement only, the Project description in Paragraph S. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 ' and any modifications or revisions thereof" DELETED: e Payment Provisions is hereby amended, effective July 1.1977, to read as f ows: "On or before August 31, 1977, Contractor shall submit to County ost report in the forn required by County, showing the gros a wable program costs rhich have actually been incurred d the tota pplicable (i.e., non-Short-Doyle) revenues which ve actually been co ected by Contractor under this Contract dur' the fiscal year perio ending June 30, 1977, in accordance wi the Budget of Estimated Pro am Expenditures included in the ice Plan. If said cost report show that the net allowable pro costs which have actually been incu by Contractor durin aid fiscal year period exceed the payments ma by County for d fiscal year period pursuant to Paragraph 2. ayment Amo ts) above, County will remit any such excess amount to Co ract , but not to exceed the fiscal year payment limit of $ 85,00 If said cost report shows that the payments made by the ou for said fiscal year period pursuant to Paragraph 2. ( eat Am ts) above exceed said net allowable program costs ich have actu been incurred by Contractor under this Contract f said fiscal year p od, Contractor shall remit any such exc amount to County. The allowable program costs for cost r ort and settlement purposes sh be defined as the amount for ross allowable program costs specif in the Budget of Estimat rogram Expenditures included in the Sery Plan or the gross al able program costs which have actually been in red by Con- tract during said fiscal year period, whichever is less, m s the to applicable outside revenues which have actually been coli ed _N688 Gsid sigma! geof Feeied end6an tingle 901 W67. 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. Yaitial o tzactor Coua . 00213 CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1. Contract Identification: Number 24 - 710 - 5 Department: Medical Services - Mental Health Subject: REACH—City of Antioch Drug Abuse Project Effective Date: duly 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: CITY OF ANTIOCH (REACH) Capacity: Nonprofit City Covermwnt Address: 212 H Street, Antioch, California 94509 (Mail: P.O. Box 273, Antioch, California 94509) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended fromJ�1,Q 1. ion to Sep•emb— 10, 1477 unless sooner terminated as provided in said contract. 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount $ 3,849 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNT/YY OF CONTRA COSTA,/ICCAA/L�I,F,ORNIA CONTRACTORBy L.� G !�. G� L�iLW— By Designee, Board of Supervisors - Designate official capacity in business and affix corporation seal) By Deputy State of California ) SS. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor By, known to me in those individual and DesignEA4 business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Form Approved by County Counsel) Dated' August 19, 1977 &Z. Z,&— otary Pub iC/Dep y County Clerk E OFFICAL SEAL � .. , 662•-14 Microffircsd with board or&r SPECIAL PROVISIONS Number 24 -710 - 5 1. Project For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby, amended effective July,1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78'' and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31, 1977, Contractor,sball submit to County,a cost report in the form required by_County, showing the gross allowable program costs which have actually been incurred and the total applicable (i.e., non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit= any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 15.400 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the, amount for the gross allowable program costs specified in the Budget- of Estimated Program Expenditures included in the Service Plan ar.the gross allowable program costs which have actually been incurred by Con- tractor during'said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been ccllected by Contractor during said fiscal year pericd ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. .Initials: JW Contractor County Dept. 00915 r CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) ry 1. Contract Identification: Number 24 -705 - 7 Department: Medical Services - Mental Health Subject: Partial Day Treatment/Developmentally Disabled (Short-Doyle) Effective Date: July 1. 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: WE CARE SOCIETY, INC. Capacity: Nonprofit California corporation Address: 2191 Kirker Pass Road, Concord, California 94520 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended fromlulu i. ]q77 to 1q,pt 1. - oa, 1971 unless sooner terminated as provided in said contract. 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 41,730 5. 0th Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR _ /a By-_(.e J By DesigneBe, as of Supervisors Attest: County Clerk Designate official capacity in business and affix corporation seal) By State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNORLEDGEM_NT (CC 1190.1) The person signing above for Contractor By known to me in those individual and e gnee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Form Approved by County Counsel) �/ 77 Dated: /Da� eputy Co4nty Clerk P.OBERT J. PRC0i00 DEPIJTf COL',,!i r CLERK Contra Geta G1 f, Caii;o ria 00216 SPECIAL PROVISIONS ►')' Number 24 -705 - 7 1. Project For the purpose of this extension agreement only, the Project description in Paragraph S. (Project) of the Contract identified herein is hereby amended effective July 1,1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78' and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable (i.e., non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30,1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said. cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 166,920 . If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget` of Estimated Program Expenditures included in the Service Plan or the . gross allowable program costs which have actually been incurred by Con- tractor during said fiscal year period, whichever is less, minus the . total applicable outside revenues which have actually been collected'' by Contractor during said fiscal year period ending June 30, 1977."" 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County, Mental Health (Short-Doyle) Plan for Fr 1977-78. Initials: _ Co actor County Dept. 00217 I8 THE BOARD OF SUPERVISORS OF CO.NTfa COSTA COINTY, STATE OF CALIFORNLA July 19 1977 In the Hatter of Authorization for three-month contract ) extensions with mental health, drug abuse, ) and alcohol program contractors ) The Board having considered the recottmendatioas of the.County Mental Health Advisory Board, the County Mental Health Director, and the Director, Human Resources Agency, regarding contract payment problems and the need to make interim contract payments to certain mental health, drug abuse, and alcohol program contractors' pending completion of contract negotiations, as authorized by the Board on June 28,-1977, IT IS BY THE BO_aRD ORDERED that the matter of contract payment problems for said program contractors be REFERRED to the Director, Human Resources Agency, for report back to the Board by September 27, 1977, regarding recommendations fora long-range solution, as recommended by the Director, Human Resources Agency, and IT IS BY THE BOARD FURTHER ORDERED that the Director, Human'resources Agency, is AUTHORIZED to execute "Extension of Contract for Purchase of Services" documents with the below-named contractors for the months of July. August, and September, 1977, in accordance with the Board's Orders dated June 28, 1977, regarding authorization for negotiation of mental health, drug abuse, and alcohol services contracts, which coatinue.the provision of services, and in accordance with the preliminary FY 77-78 Contra Costa County Mental. Health (Short-Doyle) Plan and the preliminary FY 77-78 Contra Costa County Alcoholism Budget, pending completion of FY 77-78 novation contracts, as follows: 3-Month Contract Number Contractor Pmt. Limit 24-000-5 2Lrt_nez Buis Lines, Inc. $' 21,250 24-700-5 Contra Costa Suicide Prevention 1,393 24-705-7 We Care Society, Inc. 41,730 24-707-5 Contra Costa County Association for the 34,935 Mentally Retarded, Inc. 24-708-5 Richmond Unified School District - 13,374 - (Knolls Language Center) .24-710-5.. _ City of Antioch (Reach) 3,849 24-725-7 Re-Entry Services, Inc. 21,390 24-727-6 Marty Hands, Inc. 21,498 24-728-7 Rubicon, Inc. 24,471 24-751-7 Phoenix Programs, Ise= 61,005 24-753-4 Cambia, Inc. 115,440 24-759-1 Contra Costa Children Council 13,062 24-722-8 BiBett, Inc. 100,435 24-723-8 North Richmond Neighborhood House 64,659 24-736-8 Sunrise House 23,320 24-739-7 National Council on Alcoholism—Bay Area, Inc. 7,609 24-745-7 E1 Sobrante Valley Activities Center 6,533 24-758-1 City of Pittsburg 10,258 PASSED BY THE BOARD on July 19, 1977. ,,.cta'ittt�f', CEa1TtFIED COPY Orig: Human Resources Agency I cerury that th!9r15 a Wsaitut!.tiue&corrI rnpt oc the Original d4nt which Is on the!a cY pf or Attn: Contracts fi Grants Snit aad that it a7f p�t,..d.t adopted by tfte Doard of cc: County Administrator Superrlaom or',ggrrra Costa Counts.�!i[orn!a etc the date slto;it ATtEST: 1- it. OLSSON-;County County Auditor—Controller Clerk b esattkIJtClerk-otsafd aoud S,tp,,r.t,or,, County Mental Health Director by Deputy c-rLnF. f ,:°�, 2r County Alcoholism Administrator on`yl}L 191977 Chairman, County Mental Health Advisory Board, c/o Pat Filice Chairman, County Drug Abuse Advisory Board, c/o Jane McCoy ���� Chairman, County Alcoholism 0 Advisory Board, c/o Bill Stevenson Contractors ` CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1. Contract Identification: Number 24 -700 - 5 Department: Medical Services – Mental Health Subject: Contra Costa Suicide Prevention Hot–Line Effective Date: duly 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: CONTRA COSTA SUICIDE PREVENTION Capacity: Nonprofit corporation Address: 2717 North Main Street, Suite 5, Walnut Creek, California 94596 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended fromJuly i. ig77 to q,pt j— 4n 1977. unless sooner terminated as provided in said contract. 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by t e County is increased by the following amount 5 1,398 5. Other Provisions: As to the term during which the above described contract is extended, the parties nutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR Designee, Board of Supervisors Attest: County Clerkf K C.51 pY`oL OfIl�(iSIV-1 Designate official capacity in business and affix corporation seal) By / E' , lyeputy, State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor gy known to me in those individual and esi nee business capacities, personally appeared before we today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Form Approved by County Counsel) Dated: ounty Cl L _- OFFICIAL SM I EKBERG (10219 NOTARY PUBLIC-CALIrOQNU PRINCIPAL OFFICECOUNTY IN AWAEpA COUNTY MY Comm:aion 6;un Augw J0,IW7 Microfilmed with board on.'er. . SPECIAL PROVISIONS Number'24 -700 5 I. Project_ For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: ' "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78` and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable (i-e-, non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal. year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 5,600 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the.Service Plan or the gross allowable program costs which have actually been incurred by Con- . tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. Initials Coa actor County Dept. . 00220 CCC Standard Form Pay 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources,Agency) 1. Contract Identification: Humber 2 4 - `ry 0 `ry - 5 Departrent: Medical Services - Mental Health Subject: Partial Day Treatment and Residential Respite.Care (Short-Doyle) Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Hale: CONTRA COSTA COON Y ASSOCIATION FOR THE»cnrraT.r.Y RETARDED, INC. Capacity: Nonprofit California corporation Address: 2717 North Main Street, Walnut Creek, California 94596 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended fromTu v i. dC,7 to Sepr�,ba- 30, 1g77 unless sooner terminated as provided in said contract_ 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by the Com •nty is increased by the following amount 5 34,935 S. Other Provisions: As to the term during which the above described contract is extended, the partes nutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. SiGnatures: These signatures attest the parties' agreement hereto. COUYTY OF CO`lTP.A COSTA, C4LIFOPUNIA CONTRACTOR gy, Designee, Board of�Supervisors !!// At _ County Clerk PASM MWM Designate official capacity in business and affix corporation seal) B Deputy State of California ) ss: County of Contra Costa ) Recorr.-nded by Human Resources Agency ACKNOWLEDGEMENT (CC 1190:1] The person signing above for,-Contractor g known to me in those individaal'and Desnnee f business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors- CFO--a Approved by County Counsel) . Dated: y i 7 N0 y /Dep ty County Clerk ■ aunu■Fu■A . OFFICIAL SEAL 9 DONNA L CURTIS z • NOTARY PUBLIC•CALIFORNIA COUNT Of CONTRA COSTA z NP L■MMNR G,AU Mn,liN 411183 1 F■/■111■■1011n 00221 SPECIAL. PROVISIONS Number 24 - 707 - 5 1. Project. For the purpose of this extension agreement only, the Project description in Paragraph S. (Project) of the Contract identified herein is hereby t=ended affective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost-Report and Settlement) of the Pa ment Provisions is hereby amended, effective July 1, 1977, to read as'follows: "Oa or before August 31, 1977, Contractor shall submit to County a, cost report in the fora required by County, showing the gross allowable program costs'chich have actually beenincurred and the total applicable (1.e.. non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, is accordancewiththe Budget of Estimated Program Expenditures included is the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 139.740 If said cost report shows that the payments made by the County for said fiscal year period pursuant to.Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by Con- tractor during said fiscal year period, whichever is;less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Itental Health (Short-Doyle) Plan for FY 1977-78. Initials: _ Con ctor County Dept. no22z Lt idc' HO-VD OF SO:E29CS03S OF CONUtA COSTA COLMTY, ST-ATF OF CG.LIFOWNLe. July 19 1977 In the Matter of Auec.orizatioa for threa--oath contract ) extensiocs with-hat-.-1 health, drug abuse, ) .rd alcohol progrz3 contractors ) The Board h=ving considered the recamaadations of the.County Mental Health F.dviso_, Board, the County Mortal Health Director, and the Director, Human Resources Aga.cy, reoa=ding contract payment problems and the need to make interim contract ' pay--eels to certain mental health, drug abuse, and alcohol program contractors pead_cg completion of contract nagotiations, as authorized by the Board on June 28, -1977, IT is 3T BO-ARD 0_RDE?J that the natter of contract payment problems for said progra, contractors be REFEO-RED to the Director, Human Resources Agency, for report bac-t to the Board by Septrbar 27, 1977, regzrding reco�- -adatioas for 'i lo_ag-ranga solution, as recommended by the Director, Human-Resources Agency, and Zi IS BY -LEE BOARD •F[t•3—R ORDERED that the Director, Human"Resources Agency, is u=aO3L7r3- to execute "Estemsioa of Contract for Purchase of Services" documarts with t^a baloa-naiad contractors for the months of July, August, and Septecaer, 1977, in accordaace with the Board's Orders dated June 2S, 1977, regarding authorization for negotiation of cental health, dreg abase, and alcohol services contracts, which coati----,e the provision of services, and in accordance with the preliminary FY 77-78 .Contra Costa Couaty Rental Health (Short Doyle) Plan and the preliminary FY 77-78 -Cor_*a Costa Cathy A1Coaol:-S=Budget, pending completion of FY 77-78 novation cont.-wts, as follows: 3-Month' Contract N---iber Contractor Pmt_ Linat 24-000-5 lra =ez Bus Lines, Inc_ $ 21,253 24-700•-5 Contra Costa Suicide Prevention 1,393 24-705-7 We Cara Society, Inc. 41,730 24-707-5 Contra Costa County Association for the 34,935 Menta_y Retar , nc_ 24-703-5 Richyoad Unified School District 13,374 _ ([:molls Language Ceater) ,- 24-710-5.- _ '=Cite of Antioch (Reach) 3,849 24-775-7 Re-intrf Services, Inc_ -21,390 24-727-5 Many Hands, Inc_ 21,498 24-723-7 Rubicon, Inc_ 24,471 24-751-7 Phoenix Programs, Inc= 61,005 2'.-753-4 Cambia, lac. 115,440 24-759-1 Coatra Costa Childress Council 13,062 24-72-7-8 Matt, Inc_ 100,435 24-723-8 Korth Ricb=ond Neighborhood House 64,659 24-73S-8 Sunrise House 23,320 24-739-7 National Council an Alcoholisct—Bay Area, Inc. 7,609 - 24-745-7 El Sobraate Valley Activities Center 6,533 24-75S-1 City of Pittsburg 10,258 PASSED BY THE BOARD on July 19, 1977- CEu1lI-hm CO?Y I eertler that th -Vg r.11 •rat r- core et cop:of Orifi- ;:u—an Resources Agency the oci�nai dor •".nt e7;F:h is oa tt:e fi oy ole of Atter: Contracts b Grants .Bait. had that it u-jr r>.s.wradapted by tae Board oC cc: County Administ=rator Supt-r"ZO s or'<roc+rl Costa C:CUZ!T.Ca!E:a9�la,OR the date sho•.i-:�tiLi E"—r- J. 1t•'0LS30..,C0uatp County Auditor-Coatroller CtecY -e:orriridicteriae satd Pop;-d err$u7anSon, County Mental Health Director by Deputy C'.& Couaty Alcoholism Administrator � '%� tc� ] tJ 1977 Chairman, County dental Health ca Advisory Board, c/o Pat Filice Chairman, County Drug Abuse Advisory Board, c/o Jane McCoy .0022✓ Chairman, County Alcoholism 1111/�c. Advisory Board, c/o Bill Stevenson Contractors s LLC Standard Form May 1974 EXTENSIO-I OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) C 1. Contract Identification: qumber 2 4 — ` 0 S - J Department: Medical Services - Heatal Health Subject: Outpatient Services/1lentally Disabled Children (Short-Doyle) Knolls Effective Date: July 1, 1976 Language Center 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: flame: RICHMOND UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 1108 Bissel Avenue, Richmond, California 94801 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from 1u y i, i977 to SPPf .Mhes 3O, 1077 unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 13,374 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto.- COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By Designee, Board df Supervisors County Clerk (Designate offYcial capacity in business and affix corporation sea]) B Deputy State of California ) ss. County of Contra Costa ) Recosmended by Human Resources Agency ACKHO'dLEOGEM_HT (CC 1190.1) �,p The person signing above for Contractor By. p( known to me in those individual and Desi se business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Fora Approved by County Counsel) Dated: 2-13-7:Z lotary Pub 1C eputy'County Clerk -^*. 10AL SEAL .,A;iGARET A VJ,T CONTRA COS 3 UYUmmi,s,on EFp i"Au1/,1::!: W..o 4med with board order 00224 SPECIAL PROVISIONS tlumber2 4 -'7 0 8. 5 1. Project. For the purpose of this extension agreement only, the Project description in Paragraph S. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78' and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6- (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to,read as follows: "Oa or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, shoving the gross allocable,program costs which have actually been incurred and the total applicable (i.e., non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal- year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable progran costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County-for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit-of $ 53,500 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment'Amounts) above exceed said net allowable program ccsts which have actually been incurred by Contractor 1 under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the _ gross allowable program costs which have actually been incurred by,�Con +3 tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected, by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa"County Mental Health (Short-Doyle) Plan for FY 1977-78. Initials:p(C Contractor Coua Dept: -l/0,991 x� a `RICHMOND UNIFIED SCHOOL DISTRICT RESOLUTION NO. 3-7778. z (Fiscal Agents) FS f BE IT RESOLVED by the Board of Education'of.the Richmond Unified,School District. and hereby ordered;that: RICHARD N. LOVETTE and FRED A.;BASALTO, be authorized as fiscal agents for the Richmond Unified School District. PASSED AND ADOPTED this 13th day of July, 1977, by the Board of Education of the Richmond Unified School D1strict, County of Contra Costa, State of'Califorma; by the following vote: AYES: FULLER, GAY,•HARRISON AND JAGEMAN ew- NOES: HONE ABSENT- SHATTUCK K r 4 CCC Standard Form May 1974 EXTENSIMI OF COnTRA£T FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agttenncy) 1. Contract Identification: qumber 9 4 -725 - 7 DeDartrrent: Medical Services - Mental.Health Subject: Residential and Day Treatment Services/Mentally Handicapped (Short-Doyle) Effective Date: July 1, 1976 2, Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: RE-ENTRY SERVICES, INC. Capacity: Nonprofit California corporation Address: 614 Estudillo Street, Martinez, Cal.i!ornia 94553 3. Extension of Term: The term of the above described contract between the parties herato is hereby extended from July 1,127.7 to c prhp, an 1477 unless sooner terminated as provided iii said contract_ 4, Pav:rent Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount 5 21s390 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. , 6, Signatures: These signatures attest the parties' agreement hereto.LeA,� ... cRi�C ' COU11TY OF C04TRA COSTA, CALIFORNIA C014TRACTOR CB ne-:-cea, Board of upervisorsBy ��•, '' A 'est: County Clerk - 9 Q� .Cole `(` signate official r_slccapacity in business and affix corporation seal) By Cepu State of California County of Contra Costa ) Recorr,.arded by Human Resources Aqency ACKtIOWLEOGEMENT (CC 1190.1) The person signing above for Contractor By known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Forn +?pro-zed by County Counsel) Dated: 191.7 /Deputy uaty Clerk ROBERT I PROCTOR DEPUTY COUNrf CLERK Contra Costa County, California MicWtibW with board order 0022,1. A SPECIAL PROVISIONS Number. 24 -725 - 7 L Project_ For the purpose of this extension agreement only_the Project description In Paragraph 8. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan. for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement_ Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable (i.e., non-Short-Doyle).revenues which have actually beencollected,by Contractor under this Contract during the fiscal' year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 127.740 If said cost report shows, that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Paymeat Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shalli remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs`specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable progran costs which have actually been incurred'by Con- tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected ' by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering,the provision of services during FY 1977-78, in accordancewith the Contra Costa County., Mental Health (Short-Doyle) Plan for FY 1977-78_ Initials: . ,-Contractor County'Dept.' 00228 CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SER`lICES (Contra Costa County Human Resources Agency) 1. Contract Identification: Number 2 4 _7 2 7 - 6 Department: Medical Services - Mental Health Subject: Day Treatment Services/Mentally Handicapped (Short-Doyle) Effective Oate: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: 'lame: MANY HANDS, INC. Capacity: Nonprofit California corporation Address: P.O. Box 1487, Pittsburg, California 94565 (Handgards Building, Old Pittsburg-Antioch Highway, Contra Costa County) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended fromJuly 1. 1917 to coproma.,* IQ, 1077 unless sooner terminated as provided in said contract. 4. Parent Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount 5 21,498 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Sionatures: These signatures attest the parties' agreement hereto. COUVTY OF CONTRA COSTA, CALIFORNIA -J CONTRACTOR 5y By b } GQ - YS 4*ACz1 Designee, Board of Supervisors Attest: County Clerk (Designate officialcap usiness and affix corporati0 la1 AI OS By Q. Rf .YCl 'vni'y D� State of Cal i forni ss. C' County of Contra osta Recorrended by Human Resources Agency ACKNOW'LEDGEM IT ( C ) The person signin abov for Co ract By known to me in tho mind)7 and s-,nee business capacities, 6 _ ared before me today and ac at he/they signed it and that the corpora= tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors.( /J (Fo^ approved by County Counsel) Dated: /Deput o my Clerk EEo P;zot7a�DNir CLERCanunty,Zali(or 00229 AWrAilmad with board order SPECIAL PROVISIONS 24 -727 - 6 � Number 2 A Z -7 2 7 - 6 1. Project For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows.- "Contra ollows:"Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable (i.e., non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit of�$ 86,000 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by con- tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. Initials: Contractor 'County Dept. 00230 4=�v(an c_Yczn i �ne. =Yang (41 f) 754-5915 ` PO y8ox 1457 `' + Pittsb ' "' "r8+ C41if.94Y6 3ulY 20, 1977 k< To lfhom it may Concern: The Board. of Of rectors of If Hands,: Inc.. } has authorized Bernice McNamara, the.:Director to execute extention agreement.`f 2k-727-6with Contra Costa County. E This authorization was received vfa r x telephone. Yl t Bernice McNamara Director a r n BH/tm N { M✓ 1 k. F F r t t � L ti z -.009. _ CCC Standard Form May 1474 EXTENS10Pt OF CONTRACT FOP. PURCHASE OF SERVICES (Contra Costa County Heenan Resources Agency) 1. Contract Identification: dumber 24 -728 - 7 Department: Medical Services - Yeatal Health Subject: Day Treatment Services/Mentally Disabled (Short-Doyle) Effective gate: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: RUBICON, INC. Capacity: Nonprofit California corporation Address: 175 - 25th Street, Richmond, California 94801 (Formerly: 1510 Macdonald Avenue, Richmond, California 94801) 3. Extension of Term: The term of the above described contract between the parties heretois hereby extended fromJet., 1_ ion to sept-c-i—,- in- ,077 unless sooner terminated as provided in said contract. 4. Pavrent Limit: As to the extended term of the contract, the maxirmim amount payable by the County is increased by the following a.-zunt 5 24,471 5. Other Provisions: As to the tern during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. �1d`�40-7, 6. Signatures: These signatures attest the parties' agreement hereto. va z I6699L COUNTY OF CONTRA COSTA, CIU. FORNIA CONTRACTOR n� �`�b ooaa�o By AiL By Designee, Board of Su ervisors Attest: County Clerk z>zctiu� Designate official capacity business and affix corporation seal) By State of California ) ss. County of Contra Costa ) Recomended by Human Resources Agency ACKt10WLEDGEI4EttT (CC 1190.1) The person signing above for Contractor L*Dsignee known to we in those individual and business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors_ n (Form Approved by County Counsel) ll . �,� !�77 / Dated: V /Deputy Co ty Clerk [ 101ER' PRJ. OCTOR DEPUTY COUNT'f CLERK Canfru Costo County, Calif_ Mia *nod with board order l/(1( 232 l/�.IG .f.. SPECIAL PROVISIONS Number 24 -728 - 7 1_ Project_ For the purpose of this extension agreement only, the Project d;scription in Paragraph S_ (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: . "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, showing the gross ' allowable program costs which have actually.been incurred and the total applicable (i-e., noa-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan_ If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2_ (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 97,890 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified"in.the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by Con tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977." 3_ FY 77-78 Agreement_ This three-month contract extension shall be subject to any further agreement which Contractor and County may enter,into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78_ Initialsc •���Z2�v L/N'- Contractor County Dept. 00233 CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES' (Contra Costa County Human Resources Agency) 1. Contract Identification: Number 24 -751 `ry Department: Medical Services - Mental Health Subject: Day Treatment and Residential Rehabilitation Services Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Haire: PHOENIX PROGRAMS, INC. Capacity: California nonprofit corporation Address: 2243 Ht. Diablo Street, Concord, California 94520 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended fromt„�� 1977 to sapr.mT, In ,4Z7 unless sooner terminated as provided in said contract. 4. Pavanent Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 61,005 S. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By Designee, Board bf Supervisors A A t: CountyClerk Designate official capacity in business and affix corporation seal) By De State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor By known to me in those individual and ignee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Fora Approved by County Counsel) Dated: A& / putt' County Clerk LC-21D- urr coy. c!rn� 11. Casa Caonty. California 00234 MicrofiWW with board order L v SPECIAL PP.OVISIOYS 24 -'751 - 7 Somber 1. Project. For the purpose of this extension agreement only, the Project description in Paragraph S. (Project) of the Contract identified herein is hereby arended effective July 1, 1977, to read as follows: "Contra Costa County Plental Health (Short-Doyle).Plan for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Pa}m Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable (i.e., non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit-of $ 201.876 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under thii Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by Con- tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County .`fental Health (Short-Doyle) Plan for FY 1977-78. Initials: �G actor County Dept. 00235 .r3 RCA CCC Standard Form Ray 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1. Contract Identification: Number 47 Department: Medical Services — Mental Health Subject: Subacute partial day treatment program and skilled nursing care Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: .lame: CAMBIA, INC. Capacity: California nonprofit corporation Address: 9015 Fullbright Avenue, Chatsworth, California 91311 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from A" Y IMF" to Copr.a.ber 1nr 227,7 unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 115,440 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Sienatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR Designee, Board of Supervisors est: County Clerk �6� Design to official capacity in business and affix corporation seal) By De State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor By known to me in those individual and esAgnee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Form Approved by County Counsel) Dated:—L)i& 1,277 Hoopp /Depu y County Clerk FlUTCHINS [=F j'T1 COJNTY CLERK Comm Costo County, California Q023a l' SPECIAL PROVISIONS 24 -7,5 ;3 Number `n � 1_ Project. For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Hental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "on or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable (i.e., non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 461,768 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor .under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by Con- tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering,the provision of services during 1-Y 1977-78, in accordance with the Contra Costa County Hental Health (Short-Doyle) Plan for FY 1977-78. Initials: i� Contractor County.Dept. ifl/rGtl .. ._. __ .. �_. ...w.c r. •fes.. .. ..r+-f._ y �Sz� CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency.) 1. Contract Identification: Number 2 4 - `ry 5 9 — 1 Department: Medical services - Mental Health Subject: Therapeutic Nursery School/Disturbed Children (Short-Doyle) Effective Date: November 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: CONTRA COSTA CHILDRBN'S COUNCIL. Capacity: Nonprofit California corporation Address: 3701 Barrett Avenue, Richmond, California 94805 (head office: 2230 Salvio Street, Concord, California 94520) 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from July 1, 1977 to September 30, 1977 unless sooner terminated as provided in said contract. 4. Pavment Linit: As to the extended term of the contract, the maximum amount payable by t e Com unty is increased by the following amount S 13,062 5. Other Provisions: As to the term during which the above described contract is extended, t e parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA. CALIFORNIA1-I✓ CONTRACTOR By 6/l. / i �/�Ti�'� 8 Designee, Board of S pervisor5 s �1 At County Clerk ti_!-/ L Designate official capacity in business and affix corporation seal) By. DR State of California ) ss. County of Contra Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor gy �LQ�f�--- known to me in those individual and LAOrsign a business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approvedby County Counsel Dated: V. diol Deputy cWjnty Clerk ROBERT J. PROCTOR DEPUTY COUNTY CLERK tontra Costa County. coigornia "crotibnod with00238 board order SPECIAL PROVISIONS Humber 2 4 —7 5 9 1 1. Proiect. For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Pa)ment Provisions is hereby amended, effective July 1, ,1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County,,showing the gross allowable program costs which have actually been incurred and the total applicable (i.e., non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance withtheBudget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period' exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above,*County will remit " any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 32,034 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County.- The net allowable program' costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the, gross allowable program,costs which have actually been incurred by Con- tractor during said fiscal year period, whichever:is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending Jun: 30, 1977_" 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78. Initials. on actor County Dept. 00239 Gan-fra C05fa Chlldretk � G�onncy� EXECUTIVE DIRECTOR KENNETH JAY JAFFE WEST AREA ORGANIZER DONALD LAU EAST AREA ORGANIZER FRANCISCO OLVEDA r10ARD W OulEC7ORi _ WEST COYNfY AN MOOKS BELLE f.VSI" - CAROLMALONEY BOARD RESOLUTION`-, - eRENw SHARD ROSEMARY surcuFFE . JEANNE KERB MARION LOPE eONN1IMCKWf At the meeting of the Board of Directors of the " UNENEMITi VATRICIA THOMAS - mrCow"Ty Contra Costa Children's Council it has been resolved A AZRTAMGRIZ JOYCE LAM4 %MLIJ^M07NELe that: MARTKATMMW A. The Contra Costa Children's Council enter into a three (3) month agreement with Contra Costa County in order to receive funds for the Therapeutic Nursery School. And it was further resolved that; B. Kenneth Jaffe be authorized to enter into the agreement as the Board's duly authorized representative. Recorded in the Minutes of the July 19, 1977 Board Meeting. Res ectfully 'submitted, Paula Crider Bookkeeper/County-wide Secretary 00240 WESTBRANCH CENTRAL BRANCH EASTBRANCH 530 37th Street 2230SahioStrwt 430'0"Street Richmond,California 94805 Concord,California 94520 Antioch,Califomia 94509 (415)233-KIDS (415)6764(IDS (415)7541020 C-r-or CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES )Z,._I�___�p (Contra Costa County Human Resources Agency) `"" '` q .7 PV-8 1. Contract Identification: Number 2 4 Department: Medical Services - Mental Health Subject: Non-medical detoxification services Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its-Department named above, and the following named Contractor mutually agree and promise as follows: Name: B1BErr, INC. Capacity: Nonprofit California corporation Address: 1530 Ellis Street, Concord, Califoraia 94520 (Mail: P.O. Box 5437, Concord, California 94524) 3. Extension of Term: The term of the above described contract between the parties hereto rs liereby extended fromJuly t. 1977 togP 1- .T r zn�o„ unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the county is increased by the following amount S 100,435 5. Other Provisions: As to the term during which the above described contract is extended, the part--- mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference_ 6_ Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA C RACTO BY !?. By Designee, Board of Supervisors Attest: County Clerk - , Designate official capacity in business and affix corporation seal) By 7 DepuyjState of California ) ss. County of Contra Costa ) Recom.ended by Human Resources Agency ACKIIO19LEDGEMEIIT (CC 1190.1) The person signing above for Contractor. &M-Wi.p/4 known to me in those individual and (/`signee �- -""T+--- business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. G (Form Approved by County Counsel) Dated: a 7 �o 11 a C/Deputy County Clerk D)�F7H P. HUTCHINS Conrro COUNTY CLERK Coro County,colifomlo Wmfifined with board order, 00241 SPECIAL PROVISION Number 1- Project. For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby --ended effective July 1, 1977, to read as.follows: "Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "on or before August 32, 1977, Contractor shall submit to Count} a cost report in the form required by County,,showing;the gross allowable program costs which have actually been incurred and the total applicable (i-e-, non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said, cost report shows that the net altovable program costs which have actually been incurred by Contractor during said fiscal year period exceed,the payments rude by County for said.fiscal year period pursuant to Paragraph 2. (Payment Amounts);above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment-lint of $ 399,000 - If said cost report shows. that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net " allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the :. amount for the gross allo--able program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by-Con- tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78. Initials: afrac or County;Dept- 0D2q i • CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1. Contract Identification: Number 24 -723 - 8 Department: Medical Services - Mental Health Subject: Residential alcohol services Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: NEIGHBORHOOD HOUSE OF NORTH RICH!SOND, INC. Capacity: Nonprofit California corporation Address: 321 Alamo Avenue, Richmond, California 94801 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from Jalr 1. 1972 to c�pr��,o in tn77 unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by t e County is increased by the following amount S 64,659 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACT By � fi By Designee, Board of Supervisors Attest: :�Cle�rk ,,� Desigq to official=ca city ilh.7business and affix corporation seal)-- By D State of California - ) ss.- County of Contra-Costa ) Recommended by Human Resources Agency ACKNOWLEDGEMENT (CC-1190.1), The person signing above for'Contractor B r no , ( known to me in those individual and esignee v business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Form Approved by County Counsel) Dated- I�---p /Deputy County Clerk RUIZABETH P. HUTClilPlS DEPUTY C^VAlTY CCE^S; Conha cos,. County,CaprOrnio `00242 SPECIAL PROVISIONS ?lumber 2 4 -7 2 3 - 8 1_- Project. For the purpose of this extension agreement only, the Project description in Paragraph B. (Project) of The Contract identified herein is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement_ Paragraph 6. (Cost Report and Settlement) of the Payment Provisioas is hereby amended, effective July 1,'1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report is the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable (i.e., noTrShort-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 221,512 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by Con- tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977_" 3. FY 77-78 Agreement_ This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78. Initials:- Contractor ,County Dept. 00243 '-r ccc ' Standard Fom Ilay 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES �a (Contra Costa County Human Resources Agency) 24 ' 1. Contract Identification: Number Departrent: Medical Services – Mental Health Su9ject: Residential alcohol recovery program Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department.named above, and the following named Contractor mutually agree and promise as follows: lame: SUNRISE HOUSE Capacity: Nonprofit California corporation Address: 2898 Concord Boulevard, Concord, California 94524 (*fail: P.O. Box 5928, Concord, California) 3. Extension of Term: The tern of the above described contract beWeen the parties hereto is hereby extended from July t. 1977 to Rept--h— z0, 1472 unless sooner terminated as provided in said contract_ 4. Fav-rent Limit: As to the extended term of the contract, the maximum amount payable by the Cou�my is increased by the following amount S 23,320 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Sionatures: These signatures attest the parties' agreement hereto. COUITY OF CONTP.A COSTA, CALIFORNIA CONTRACTOR By By S46,y� g. Desio ee, Board of Supervisors Attest: Count Clerk i County Des gnate official capacity business and affix corporation seal) ueputeyl State of California_ )"ss: County of Contra .Costa-). Recorr,.ended by Human Resources Agency ACKNOkLE06Ef41N (CC 1190-1) The person signing abovk.for Contractor By a-�iknown to me in those,iVdiyidual and gnee business capacities, .per5onally,appeared before me today and acknowledged that he/they signed it''andjhat the corpora- tion or partnership named above executed the within instrument pursuapt to its bylaws or a resolution of its board of directors. (Form Approved by County Counsel) Dated:- 12 -2,1 -179 /Deputy County Clerk ELIZAg oEi'`r OUrlTy7CNINg Contra Costo Cour. CLERK tY. Colifornfo 00244 Microfilmed with board order i • SPECIAL PPOIrISiO`SS 24 -722 - 8 Number 1. Project. For.the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby --ecdeed effective July 1, '1977, to read as follows. "Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78 and any modifications or revisions thereof" 2 Cost Report and Settlement. Paragraph 6. (Cost P.eport and Settlement) of the Payment Provisions is hereby amended, effective July 1. 1977, to read as follows: "On or before August 31.1977, Contractor shall submit to County a cost report in the fora required by County, showing the gross allowable program costs which have actually been incurred and the total applicable (i-e., non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30.1977, in accordance with the Budget of Estimated Program Expenditures included intheService Plana If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period. exceed the payments made by County for said fiscal year period :_ pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal` year payment limit of $ 88,000 If said cost report shows, that the payments made by the County for said fiscal year period" pursuant to Paragraph 2. (Paymeat Amounts) above exceed said net allowable program costs which have actually been incurred by.Contractor under this Contract for said fiscal year period, Contractor shall _ resit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by Con- tractor during said fiscal year period, whichever is less,_minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30,:1977." 3. FY 77-78 Agreement_ This three-month contract extension shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78. Initials: off � Contractor County Dept. 00245 CCC Standard Form flay 1974 EXTENSION_OF CONTMACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1. Contract Identification: !lumber 2 4 —7 3 9 — 7 Department: Nedical Services — Meatal Health Subject: Community Alcoholism Services Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: :lame: NATIONAL COUNCIL ON ALCOHOLIS4—BAY AREA, INC. Capacity: Nonprofit California corporation Address: 2131 Union Street, San Francisco, California 94123 3. Extension of Term: The term of the above described contract between the parties - hereto is hereby extended fromx 1. ign to epte ,e, in,-?o77 unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount S 7,609 5. Other Provisions: As to the term during which the above described contract is extended, tM! parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTP.A COSTA�C.4LIFOPUNIA CONTRACTOR Designee, Board of Supervisors Att t: County Clerk Designate official capacity in business and affix-corporation seal) By Deputy State of California ) ss. County of ) Recopmended by Human Resources Agency amf ACK'IOM'lEDGEwe A (CC 1190.1) The person signing above for Contractor B known to me in those individual and D s ee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. �7�} (Form Approved by County Counsel) Dated- . NoW7 Pub is/Dep County Clerk BARBARA J. BAKER . NOTARY FUW"ALIFORNIA CITY AND COUNTY OF SAN FRANCISCO ffsion Expires Feb.17.1979 .cry,�+r� Warafih ied with board order 11()245 SPECUL FFOVISIOSS Number 2 4 -7 3 9 - 7 1_ Project. For the purpose of this extension agreement only, the.Project description in Paraaraph S. (Project) of the Contract identified herein is hereby aaen:ed effective July 1, 1977, to read as follows: "Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31,1977, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable (i.e., now-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expaaditures included in the Service Plan. If said cost report shoes that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal yea payment limit-of $ 24,157 if said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall' remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget` of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by Con- tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement_ This three-month contract extension shall be subject to any further agreement which.Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1977-78. Initials: JC C tractor County Dept- 00247- IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA July 19 1977 In the Hatter of Authorization for three-month contract ) extensions with mental health, drug abuse, ) and alcohol program contractors ) The Board having considered the recommendations of the.County Mental Health Advisory Board, the County Mental Health Director, and the Director, Human Resources Agency, regarding contract payment problems and the need to make interim contract payments to certain mental health, drug abuse, and alcohol program contractors pending completion of contract negotiations, as authorized by the Board on June 28, -1977, IT IS BY THE BOARD ORDERED that the matter of contract payment problems for said program contractors be REFERRED to the Director, Human Resources Agency, for report back to the Board by September 27, 1977, regarding recommendations for a long-range . solution, as recommended by the Director, Human Resources Agency, and IT IS BY THE BO_4RD FURTHER ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute "Extension of Contract for Purchase of Services" documents with the below-named contractors for the months of July, August, and September, 1977, in accordance with the Board's Orders dated June 28, 1977, regarding authorization for negotiation of mental health, drug abuse, and alcohol services contracts; which continue the provision of services, and in accordance with the preliminary FY 77-78 Contra Costa County Mental Health (Short-Doyle) Plan and the preliminary FY 77-78 Contra Costa County Alcoholism Budget, pending completion of FY 77-78 novation contracts, as follows: 3-Month Contract Number Contractor Pmt. Limit 24-000-5 Martinez Btis Lines, Inc. $ 21,250 24-700-5 Contra Costa Suicide Prevention 1,393 24-705-7 We Care Society, Inc_ 41,730 24-707-5 Contra Costa County Association for the 34,935 Mentally Retarded, Inc. 24-708-5 Richmond Unified School District 13,374 (Knolls Language Center) 24-710--5.~ City of Antioch (Reach) 3,849 24-725-7 Re-Entry Services, Inc. 21,390 24-727-6 Many Hands, Inc. 21,498 24-728-7 Rubicon, Inc. 24,471 24-751-7 Phoenix Programs, I3c: 61,005 24-753-4 Cambia, Inc. 115,440 24-759-1 Contra Costa Children Council 13,052 24-722-8 BiBett, Inc. 100,435 24-723-8 North Richmond Neighborhood House 64,659 24-736-8 Sunrise House 23,320 24-739-7 National Council on Alcoholism—Ba Area, Inc. 7,609 24-745-7 El Sobrante V ey Activities Center 6,533 24-758-1 City of Pittsburg 10,258 PASSED BY THE BOARD on July 19, 1977. ,.ft:f tll ac4nF(ED COPY 1 Orig: Human Resources Agency I Certify that th%421 full,true&eorreet CODy of the original doc muar vhlch is on Elle In eiy oftico. Attn: Contracts S Grants .Unit and tbar it--494P.--d&adopted by the Hoard of cc: County Administrator supervisors of'tforrra Co+ta County.ca!lfornia.on Count Auditor-Controller the �e shodii!ATTEST: J. ft. OLSSOS. County Y Clerk&esaftkl�Cierk of said Hoxid of`Su24vlsors, County Mental Health Director by Duty C•rk: County Alcoholism Administrator 77 r/ oJUL 19 1977 Chairman, County Mental Health Advisory Board, C/o Pat Filice Chairman, County Drug Abuse Advisory Board, c/o Jane McCoy Chairman, County Alcoholism 00248 Advisory Board, c/o Bill Stevenson Contractors CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE.OF SERVICES (Contra Costa County Human Resources Agency) 1. Contract Identification: Number 24 -745 - 7 Department: Medical Services —Mental Health Subject: community Services Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: EL SOBRAHTE VALLEY ACTIVITIES CENTER Capacity: California nonprofit corporation Address: 5145 Sobrante Avenue, El Sobrante, California 94803 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from Ju1v t. ign to ca . ro '40 1977 unless sooner terminated as provided in said contract. ' 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the Cods increased by the following amount 5 6.533 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR q� By By ddNivt�11�4w 1iw"� Des gnee, Board of Supervisors test: County Clerk Designate official capacity in business and affix corporation seal) ey State of California ) ss. County of Contra Costa ) Recormended by Human Resources Agency ACKNOWLEDGEMENT (CC 1190.1). The person signing above for Contractor B known to me in those individual and Asignee business capacities, personally appeared before we today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. nn //JJ (Form Approved by County Counsel) Dated' (L A_-21 /977 /Deputy ou ty Clerk ROBERT J. PROCTOR DEPUly COUNTY CLERK Contra Costa County,California 40249 Microfilmed with board order • SPECIAL PROVISIONS Number 24 -74.5 - 7 1. Project. For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs whish have actually been incurred and the total applicable (i.e., non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period'' exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the fiscal year payment limit of $ 23,540 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the' amount for the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by Com tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected, by Contractor during said fiscal year period ending June 30, 1977." 3. FY 77-78 Agreement. This three-month contract extension shall be subject to any further agreement which Contractor and County;may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County, Mental Health (Short-Doyle) Plan for FY 1977-78. Initials .dt V�• 4AA1 'ContractorCounty Dept. 00250 �i CCC Standard Form May 1974 EXTENSIOn OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 1. Contract Identification: dumber 24 -758 - 1 Department: medical Services - Mental Health Subject: Pittsburg Alternatives For Youth Drug Education Program (Short-Doyle) Effective Date: November 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: t:a se: CITY of PlTrSaueG Capacity: Public Agency Address: 2020 Railroad Avenue, Pittsburg, California 94565 3. Extension of Term: The term of the above described contract between the parties her is hereby extended from '9y�. 1977 to spptembo 10, 1077 unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by theCou'Jtyy is increased by the following amount S 10,258 S. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties` agreement hereto. COUATY OF CONTRA COSTA,ACA��LIFORNIA,/� CONTRACTOR BY �,Ut:LC�tY /t B Designee. Board of Supervisors - Attest: County Clerk Oes,gnate official,-capacity in business and affix corporation seal) Deputy State of California ) ss. County of Contra Costa ) Reco:re ed by Human Resources Agency ACKNO'�LEDGEMENT (CC 1190.1) The person signing above for Contractor B known to me in those individual and De ;neo business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. (Fore Approved by County Counsel) Dated' August 18, 1977 Otar u 1C a uty County` erVCity rlor Microfilmed with board order 00251 SPECEn PP,OVISIOYS p Number 2 4 — 6y 5 O — 1 1. Project_ For the purpose of this extension agreement only, the Project description in Paragraph 8. (Project) of the Contract identified herein is hereby amended effective July 1, 1977, to read as follows. "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1977-78 and any modifications or revisions thereof" 2. Cost Report and Settlement_ Paragraph b_ (Cost Report and Settlement) of the Payment Provisions is hereby amended, effective July 1, 1977, to read as follows: "On or before August 31, 1977, Contractor shall submit to County a cost report in the form required by County, shoving the gross allowable program costs which have actually been incurred and the total applicable (i.e_, non-Short-Doyle) revenues which have actually been collected by Contractor under this Contract during the fiscal: year period ending June 30, 1977, in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) 'above, County will remit any such excess amount to Contractor, but not to exceed the fiscal . year payment limit of $ 25,335 If said cost report shows that the payments made by the County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract for said fiscal year period, Contractor shall` remir any such excess amount to County. The net allowable program. : costs for cost report and settlement purposes shall be defined as the amount for the gross allowable program costs specified in the Budget ; . of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred by Con- tractor during said fiscal year period, whichever is less, minus the total applicable outside revenues which have actually been collected by Contractor during said fiscal year period ending June 30, 1977." 3_ FY 77-78 Agreement. This three-month contract extension shall,be subject to any further agreement which Contractor and County may enter into covering the provision of services during FY 1977-78, in accordance with the Contra Costa County liental Health (Short-Doyle) P1as for FY-1977-78 Initials: Con :tor County Dept. 00252 r' RESOLUTION NO_ 77-6251 �A RESOLUTION AUTHORIZING THEMAYOR TO ENTER INTO AGREEMENT WITH CONTRA COSTA COUNTY FOR-AN "ALTERNATIVES FOR YOUTH DRUG EDUCATION PROGRAM" jjaEREAS, the City of Pittsburg has.received an extension of •a contract from the County of Contra Costa, , the Department of Medical Services Mental Health, to implement a project for the Youth Drug Education Program; and 11HEREAS, the City of Pittsburg is:_desirous of entering into such an agreement, to be operated by its' Police Department. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Pittsburg, that the Mayor be, and he hereby is: authorized, to enter into such an agreement, between the City of Pittsburg and the County of Contra Costa, under the terms and conditions set forth in the form of agreement on file in the office of the City Clerk, and known as "Document No.77_6251-A•` dated August 15, 1977. The foregoing resolution was duly passed and adopted by the' City Council of the City of Pittsburg at a(n) regular (adjourned) meeting of the'Pittsburg City Council,' Page l of .2 00253 i held an the' 15th day of August ;,19 _77,• by the following vote: AYES: Councilmen Barraco. DeTorres 1owv Si no b Mavor Quesada NAYS: 'None ABSENT: None ABSTAINED: None i r OR:— .ATTEST_- 3., .ATTESTc " . .r CITERR:; 11 �- sir 4PASRM: r a s r st . J STATE OF CALIFORNIA COUNTY OF CONTRA COSTA CITY OF PITTSBURG I, Janet Costanza Deputy City Clerk in and for said Ci of Pi County of Coatra Costa, State of city do rkcer ty. ttsburg, and forego ing paper is a full, true and correct co hereby that the hereto attached now on file is this office,of said Ci noq;in copy of Resolution No 77-6251 ty. t+y custody. WrAESS, my hand, and Official eal, this 17th day of August 1977 `1 s Clerk is and fob She City of ittsburg, Contra Cos County, Califaraia 00251; f IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFOFV1A July 19 1977 In the Matter of Authorization for three-month contract ) extensions with mental health, drug abuse, ) and alcohol program contractors ) The Board having considered the recommendations of the.County Mental Health Advisory Board, the County Mental Health Director, and the Director, Human Resources Agency, regarding contract payment problems and the need to make interim contract payments to certain mental health, drug abuse, and alcohol program contractors pending completion of contract negotiations, as authorized by the Board on June 28, -1977, IT IS BY THE BOARD ORDERED that the matter of contract payment problems for said program contractors be REFERRED to the Director, Human Resources Agency, for report back to the Board by September 27, 1977, regarding recommendations fora_ long-range - solution, as recommended by the Director, Human Resources Agency, and IT IS BY THE BOARD FIIRTHER ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute "Extension of Contract for Purchase of Services" documents with the below-named contractors for the months of July, August, and September, 1977, in accordance with the Board's Orders dated June 28, 1977, regarding authorization for negotiation of mental health, drug abuse, and alcohol services contracts, which continue the provision of services, and in accordance with the preliminary FY 77-78 Contra Costa County Mental Health (Short-Doyle) Plan and the preliminary FY 77-78 Contra Costa County Alcoholism Budget, pending completion of FY 77-78 novation contracts, as follows: 3-Month Contract Number Contractor Pmt. Limit 24-000-5 Martinez Bus Lines, Inc_ $ 21,250 24-700-5 Contra Costa Suicide Prevention 1,398 24-705-7 We Care Society, Inc. 41,730 24-707-5 Contra Costa County Association for the 34,935 Mentally Retarded, Inc. 24-708-5 Richmond Unified School District 13,374 (Knolls Language Center) 24-710-5. . _ --City of Antioch (Reach) 3,849 24-725-7 Re-Entry Services, Inc. 21,390 24-727-6 Many Hands, Inc. 21,498 24-728-7 Rubicon, Inc_ 24,471 24-751-7 Phoenix Programs, Inc: 61,005 24-753-4 Cambia, Inc. 115,440 24-759-1 Contra Costa Childress Council 13,062 24-722-8 BiBett, Inc. 100,435 24-723-8 North Richmond Neighborhood House 64,659 24-736-8 Sunrise House 23,320 24-739-7 National Council on Alcoholism—Bay Area, Inc. 7,609 24-745-7 E1 Sobrante Valley Activities Center 6,533 24-758-1 City of Pittsburg 10,258 PASSED BY THE BOARD on July 19, 1977. ti1, CE'LMFIED COPY . Orig: Human Resources Agency i comfy that th!sr-a i toll,true i cwreK copy of the original dou=!nt which is on Elle-in 1:+y office, Attn: Contracts S Grants Unit and that it was CF,s!d L•adopted by-Lie Board of cc: County Administrator Superelwrs of Corna Costa County.Cagrb nia,on Count Auditor-Controller the date,ta�a+pt reams. j, g O[SSO\,,Counts County clerk k exoffklA Clerk of Bald Maid of Supursl,on, County Mental Health Director by DepuwC1 County Alcoholism Administrator 9 i� tuaJ�lL 9 1977 Chairman, County Mental HealthG Advisory Board, c/o Pat Filice %•),i..: }''l Chairman, County Drug Abuse Advisory Board, c/o Jane McCoy Chairman, County Alcoholism Advisory Board, c/o Bill Stevenson 00 255 Contractors � l • t In the Board of Supervisors of Contra Costa County, State of California .7111� 14 19 27 In the Matter of Contract #28-429-1 with the Santa ' Clara County Superintendent of Schools for a CETA Labor Market Study. The Board having authorized, by its Order of June 14, 1977, 'contract negotiations with the Santa Clara County Superintendent of Schools to conduct a CETA Title I labor market study; IT IS BY THE BOARD ORDERED that its Chairman is authorized to execute' Contract #28-429-1 with the Santa Clara County Superintendent of Schools for the term from April 25, 1977 through September 30, 1977, to conduct a study of the regional labor market as it relates to occupational training programs available to the CETA Title I Manpower Program in Contra Costa County, with a contract payment limit of $21,983, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD ON July 19, 1977. I Eby codify that the forepoiey is a true and aorred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori g: Human Resources Agency yy-1tnen my hand and the Seal of the Board of Acting Manpower Director Supervisor Contracts Unites this o _ Contractor ay f July 19 77 County Administrator County Auditor-Controller J. R. OLSSON, Clerk 8Ozk� ���! ''dZ Deputy Clerk T4axire 14. NetLteA H-24-3/7615m .. _ 00256 Contra Costa County Standard Fame STANDARD CONTRACT (Purchase of Services) 1. Contract Identification_ Number !2•8•—4 2 9 Deoartment: Httman Resources Agency Manpower Project Subject: . Consultation and technical assistance services to provide a study of the regional labor market as it relates to occupational training programs available to the County's CETA Title I Manpower Program 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: SANTA CLARA COUNTY SUPERINTENDENT OF SCHOOLS Capacity: Public Agency Address: Center for Educational Planning, 100 Skyport Drive, San Jose, CA 95110 3. Tera. The effective date of this Contract is April 25, 1977 and it rerainates September 30, 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 21,983> 5. County's Obligations. County shall make to the Contractor those'payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions.contained or incorporated herein. 6. Contractor's Obligations- Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. . 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. H. Project_ This Contract implements in whole or in part the following.described Project, the application and approval documents of which are incorporated.berein by reference: Contra Costa County FY 76-77 CETA Title I Comprehensive Manpower Plan (D. S. Department of Labor Grant #06-7004-10), Federally approved, and any modifications thereof. 9. Legal authority- This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment and Training Act of 1973 (CZ-,), as amended; California Government Code Sections 26227, 31000, and 53703. ICETA: 29 RSCA §$Olff] 10. Sigaatures. These signatures attest the parties' x-s� f.•-+,,� OFFICIAL SEA! At X �! ='. JUNE LEE COli CO COSTA CALIF04 NIA CONTRACTOR X:N Ba Cenm. E. ie7.uary 9,1979 ky AA Chaff_-mau; Board of Su ors 7 'L i1 1 (Designate offs pati in business AEtest: J. R. Ol:ron, County Clerk and affix corporation seal) State of California ) County of 40a -- Deputy - ACKNOWLEDGEMENT (CC 1191) The person signing above for Contractor- Reco^/, aed by Department known to me in those individual and / business capacities, personally appeared v before me today and acknowledged that he/ By r' ji A they signed it and that the public agency 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: 7/z__//_ / JDeputy Notary Publici f10 5'7 -• i=: ;I Microfilmed vri tSi board crdcr Contra Costa County Standard Form PAMENT PROVISIONS (Cost Basis Contracts) Number 28 -429 - 1 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. ' Subject ` to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3- below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts_. Subiect to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] - [ ] a- $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program ` Expenditures" included in the Service Plan. [R] d. 5,500 monthly for the monthly periods ending in May, June and July,• and thereafter, any remail amounts (or balance) shall be paid upon approval of a final cost report submitted in accordance with Paragraph 6. (Cost Report and Settlement) below. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [%] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services.set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands- Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment.for services rendered no later than 90 days from the end of the month in which said services are actually rendered- Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 00258 1-;;ri3 U'l /?b) -L- Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number S. Right to withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its damand(s) for payment. 6. Cost Report and Settlement_ No later than sixty (60) days following the termination of_this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract_ If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, ' or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in up event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made,by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audits) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also .agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. 00259 (;x-46L3 REV 6/76) -2- i SERVICE PLAN Number 28 -429 - 1 s 1. Services. Contractor shall provide certain consultation, training, and technical assistance services to County's Human Resources Agency Manpower Project in order to collect and compile specific, mutually agreed-upon labor market supply and demand data regarding the counties of Contra Costa, Alameda, Napa, and Solano (Target Region). Contractor shall provide said data in such a form and manner that will readily allow it to be understood and put to practical use by County's Manpower Project staff, Manpower Advisory Council members, and job development and vocational counseling staff employed by County's established CETA Manpower program contractors. In providing these services, Contractor shall: a. Establish a stratified-random sample of 780 employers representative of the population of employers in Contra Costa County. b. Distribute a questionnaire to said sample of employers, requesting certain information about their recent, current, and projected levels of employment and hires. c. Receive and code responses from the employers in the survey sample. d. Review and code existing labor demand and supply data for said TaYget Region. e. Conduct computerized tabulation and analysis of all available labor demand and supply data for the Target Region. f. Prepare and submit the following data reports (five copies each) based _ on said tabulation and analysis: (1) "OSOE Printout," listing recent, current, and projected levels of hires for each currently operated and potential occupational training program in Contra Costa County. (2) "Classroom Training Printout," comparing potential job openings with the projected labor supply for each occupational training program currently operating in Contra Costa County. '(3) "Special Planning Summary," comparing in graphical form the potential job openings with the projected labor supply for each type of occupational training program, with data based on Contra Costa County alone, and with data for the entire Target Region. (4) "Student Guidance Format" listing names and addresses of employers for each active occupation in the County, and listing recent and projected hires for each job title maintained by each of the 780 selected employers in Contra Costa County. (5) "Job Development and Placement Format," matching the names and addresses, the previous year's hiring level, and the current level of employment for each surveyed employer with employing occupations related to each occupational training program in Contra Costa County. g. Prepare and submit a User's Handbook for interpretation of all data reports produced under this Contract. •h. Conduct at least two full days of in-service training in the interpretation and application of data contained in said reports, for such persons as may be designated by County's Manpower Project Director. n / ' Ry Initials: } A L/ -� 7 7 Contractor CounEy -1- 00260 SERVICE PL1N Number 28 —42 9 ' - 2. Service Schedule. Contractor shall provide the above services in accordance with the following schedule, to complete each service component by the specified completion date: Completion Contractor's Service Component Date a.. Identify the universe of employers in Contra Costa County. 6/20177 b. Establish.employer.sample.for survey. - 6/24177 c. Review, sort, and code labor supply data and expansion 7/31/77 factors for training programs. d. Review and analyze job opportunities data for neighboring 7/31/77 counties in the Target Region. e. Develop computer programs for complete data analysis. 7/31/77 f. Conduct employee survey for Contra Costa County. 8/31/77 S. Review, sort, and code questionnaires from survey. Z 8/31/77 h. Run computer programs on all available labor demand and 8/31/77 supply data. _ I. Prepare User's Handbook, compile and submit final data 9/30/77 reports, and provide in-service training. 3. County's Office Support Services. County shall provide for Contractor the following services in support of Contractor's activities hereunder, as may be needed: a. Services of one telephone receptionist-interviewer (full-time) for not more than three months beginning in the month of June. b. Office space and telephone service for said receptionist-interviewer. c. One thousand (1,000) return-addressed County envelopes for-employer survey. 4. Contractor's Proposal. Subject to and Insofar as not inconsistent with this Service Plan, Contractor shall provide services hereunder in accordance with its "Proposal for Contra Costa County Full Employment Survey," as approved by County and on file at County's Manpower Project Office. 5. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CET& regulations (29 CFH Subtitle A, 'Sections 98.12 and 98.13), pertain to: a. General'purposes for CETA expenditures, b. Direct and indirect costs, c. Policies and Procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements,. f. Allowable cost categories, g. Classification of costs by category, h. Examples of properly chargeable costs, I. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities. h FJ initials: 7t t'j/� ` 7 Contractor To6nty Dept. -2 00261 SPECIAL. CONDITIONS (CETA Title I Programs) Plumber 28 -429 - 111 r 1• Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A. Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25,.1976; as may be revised and amended; and which are incorporated herein by reference. 2. Available Copies. Copies of the County's Project documents, as specified in Paragraph S. (Project) of this Contract, and all pertinent Federal statutes, regulations, guidelines, bulletins, and circulars applicable to this Contract, shall be available at all times for inspection by the Contractor during regular business hours at the Offices of the County Hunan, Resources Agency Manpower Project. 3. Retained Powers. All powers not explicitly vested in the Contractor remain in the County. - 4. Status of Participants- Program participants, including employees hired.-by ll Contractor, shain no way be considered employees or agents of County. Contrictor is an independent contractor, and County shall neither direct nor have control,over Contractor, its activities, or the methods and details by which Contractor fulfills . its obligations under this Contract. In providing services hereunder, Contractor shall work cooperatively with the County Manpower Project Director. 5. Payment Adjustments. a. If any funds are expended by the Contractor in violation of the terms of this Contract (including all applicable statutes, regulations, guidelines, bulletins, and ci.rculars), County may deduct the amount of such unauthorized or illegal expenditures from payments otherwise payable to Contractor in order to recover any amount expended for unauthorized purposes in the current or immediately preceding fiscal year. -Le_ewii. by ,_ z_„ ._z - - - - _ eOF&_ .,__ ommDELETED S..l.-- F- - _• seesEz—et be ei-paeeg lean %er me- t=--- e`€ee'ive Etna a` iIA4 s o—;F 0- Awo a Within thirty (30) days of request by County, Contractor shall reimburse County for any payments made for expenditures which are in violation of this Contract. b. Contractor shall indemnify County fully and completely for any repayment of funds made by the County to the U. S. Department of Labor at the request of that Department's Secretary after it has been determined that such repayment is required from the County due to the unauthorized or illegal expenditures by Contractor. The Secretary's determination as to the necessity for any such repayment shall be conclusive .as between County and Contractor. 6. Termination, Further Provision. This Contract may be terminated as specified in Paragraph 5. (Termination), page 1, of the General Conditions, subject to the following: a. County's termination for failure of Contractor to perform (General Conditions, Paragraph 5.b.) may not be exercised until 30 days after Contractor has been sent by County a written notice specifying the failure to perform and Contractor has failed to correct such failure of performance within said 30 days after the sending of said notice. b. County may exercise its right of termination specified in Paragraph 6,a. of these Special Conditions as to any separable part performance under this Contract, allowing the remainder of the Contract to continue in force. c. Termination because of cessation of funding, as specified in General Conditions, Paragraph 5.c., shall occur only upon County's sending of notice thereof to Contractor. P Initials: x v ?/,//77 Contractor County Dept. 00262 SPECIAL CONDITIONS (CEPA Title I Programs) Number v 7_ Statistics, Reports. and Records. Contractor shall keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County_ Said documents, accounts, statistics, reports, and records shall be maintained_ and provided in the form and manner prescribed by County. 8. Child Labor. No person under 18 years of age shall be employed in any occupation which the V_ S_ Secretary of Labor has found to be hazardous for persons between Y6 and 18 years of age (pursuant to 29 CFR Part E). Any eligible participants under 16 years of age will be employed only in accordance with the limitations imposed by 29 CFR Part 570, Subpart C. 9_ Affirmative Action Plan. Contractor shall comply with all applicable require- ments of Executive Order No. 11246, entitled "Equal Employment Opportunity,", as amended by Executive Order No. 11375, and as supplemented in Department of Labor Regulations (41 CFR Part 60). Contractor hereby certifies that it has as Affirmative Action Plan, if required by State or Federal law, which declares that it-does not discrimipate on the basis of race, color, religion, creed, national origin, sex, and age and which . specifies goals and target dates to assure the implementation of that plan. Contractor shall also comply with requirements established by County and the Department.of Labor, including CETA Regional.Bulletin 029-76, "Affirmative Action Requirements for FY 77." .,ELETED: $inn nnn - - 4sapay � ;+- a 11. Program Management Requirements. Contractor shall establish and maintain internal program management procedures for the effective administration of its Contract program, includin.- provision to: a_ Monitor day-today operations, b. Periodically review the performance of the program in relation to program goals and objectives, and c. Measure and evaluate the effectiveness and impact of program results in terms of participants, program activities, and the community. When Contractor finds that its program operations do not equal planned performance, it shall develop and implement appropriate corrective action and seek to improve its overall program management and effectiveness. 12. Financial Management Requirements. Contractor shall comply with Federal Management Circular RIC 74-7, Attachment G. Paragraph 2., pertaining to standards for financial management systems in federally-funded activities. Pursuant thereto, Contractor shall establish and maintain a financial management system providing: a. Accurate, current, and complete disclosure of financial information pertaining to its Contract program in accordance with County or Federal reporting requirements, b. Effective control over and accountability for all Contract funds, property, and other assets, and c. The ability to evaluate the effectiveness of program activities. Contractor shall adequately safeguard all Contract funds, property, and other assets and shall ensure that they are used solely for purposes authorized under this Contract. Initials: 'K Contractor Co I �I SPECIAL COMETIONS (CETA Title I Programs) QQ Number 2:8--42 9 13. Property Management ReQuiremeats. Contractor shall comply with applicable requirements established by County or the U. S_ Department of Labor governing the procuraaant, ownership, use, and disposition of CETA equipment and other personal pro?=r_- (including minor equipment costing over $50 per item and unused expeadable personal property with a total inventory value over $500)_ Contractor shall establish a control system to ensure adequate safeguards to prevent loss, damage, or theft to property, including CETA equipment_ 14. Property Records. Contractor shall maintain accurate records of any CETA equipment and other such property procured with Contract funds or otherwise acquired under this Contract in accordance with requirements established by County or the U. S. Department of Labor, including Federal Management Circular FMC 74-7, Attachment N, Paragra?h S.a., pertaining to the maintenance of records to provide property description, identification numbers, acquis-ition date and cost, source, location,.use, condition, and disposition. Contractor shall investigate apd fully document any loss, damage or theft to property_ Notwithstanding Paragraph 4. (Retention of Records)-. page 1', of-the General Conditions, Contractor shall retain such property records for three years after the disposition of such equipment or property. 15. Procurement Standards. Contractor shall comply with applicable State and' local laws, rules, and regulations governing the procurement of supplies, equipment, and other materials and services, and with requirements established by County or the U. S. Department of Labor for such procurements with Contract funds, including Federal :Management Circular FMC 74-7, Attachment O (Procurement Standards). Pursuant thereto, Contractor shall. a. Maintain a code or standards of conduct governing the activities of its officers, employees, or agents involved in procurement and prohibiting the solicitation and acceptance of gratuities, favors, or anything of monetary value from subcontractors or potential subcontractors_ b. Conduct all procurement transactions in a manner so as to provide maximum open and free competition and prevent conflicts of interest or noncompetitive practices which may restrict or eliminate competition or-otherwise restrain trade. c_ Make positive efforts to utilize small business and minority-owned business sources of equipment, supplies, and services and to allow these sources the maximum possible opportunity to compete for the provision of equipment, supplies, and services procured utilizing funds under this Contract_ d. Utilize, for procurements over $10,000, the method of formal advertising, with adequate purchase descriptions, sealed bids, and public openings; however, procure- ments may be negotiated to accomplish sound procurement if it is impracticable and. unfeasible to use formal advertising, as when: (1) the public exigency will not permit the delay incident to advertising, (2) the material or service is available from only one person, firm, or other sole source, (3) the procurement involves a contract for personal or professional services or any service rendered by an educational institution, or (4) no acceptable bids have been received after formal advertising. Nevertheless, in all cases competition shall be obtained to the maximum extent practicable. Cont_ac_ar's records of such procurements shall contain justification for subcontractor selection and any use of negotiation in lieu of formal advertising, and the basis for the cost or price negotiated. 16. Nepotism. Contractor shall comply with the Federal restriction prohibiting nepotism (29 CFR Subtitle A, Section 98.22). Pursuant thereto,-Contractor shall not hire an? person in an administrative capacity or staff position funded under this Contract if a'ciember of his or her immediate family is already employed in ag lf�c)(+A administrative capacity by Contractor. 1/! 264 Initials: Y -3- SPECIAL COaDITIONS (CEPA Title I Programs) Number 17_ Davis-Bacon Wage Sates _ Contractor shall comply with applicable regulations of the U. S_ Department of Labor (29 CFS Subtitle A, Section 98.29) regarding payment of prevailing wage rates to all laborers and mechanics employed by Contractor or any subcontractor in any construction, alteration, or repair, including painting and decorating, of projects, buildings or works which are assisted under this Contract, in accordance with the Davis-Bacon Act, As amended. -ELETED: at this Contract are not-p - ased by County under4 contract following terminat' of rz� •ithin Contract, Coatractor 1 comply fuel.Contract closeout proc as of this Contract, all fi program, performance. r reports �requLredF ry ucder this Co _act. su _ as and mate s, procure Ch Contract F�e..ared under C tract. ad Contra - to in allowable administ costs during said 60-day close" - ` xod the purpose of inx _ ing a f' 1 closeout his Contract,.prepar a abo pursuant t ragraph 4. (Payment Demands), p o , of the Payment Pro ns for such .allow a administrative costs that are a ,:;a ,. y in, ed, but subject to th ent t of this Contract or to the t" amount of the ame Payment Limit, shoul - t - 19. Assurances and Certifications. As a further condition. Contractor shall comply with those Federal requirements and make those assurances and certifications set forth in the "Assurances,and'Certifications" attached hereto, which are incorporated herein by reference. Initials; A+� • _ W710; Contractor County Dept. 00265 -4- ASSUILMCES AKD C£P.TIFICATIONS (CETA Title I Programs) Q Number Subject to the General and Special Conditions, Contractor assures and certifies that: A. General Assurances. 1. It will comply xzth the requirements of the Comprehensive Employment and Training Act of 1973, as ameaded (CETA) (P.L. 93-203, 87 Stat. 839 and P.L. 93-567, 88 Stat. 1845), hereinafter referred to as the Act, and with the regulatioas.and policies promulgated thereunder. 2. It will comply with Federal Management Circular (FN,C) 74-4 and 74-7, as those circulars relate to the utilization of funds, the operation of programs, and maintenance of records, books, accounts, and other documents under the Act. 3. If the regulations promulgated pursuant to the Act are ameaded or revised, it shall comply with them or will notify the County within 30 days after promulgation of the amendments or revision that it cannot so conform, so thdt the County may take appropriate action including termination of this Contract, if necessary. 4. It possesses legal authority to enter into this Contract; A resolution, motion or similar action has been duly adopted or passed as an official act of the Contractor's governing body, authorizing the execution of this Contract, including'all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the Contractor to execute this Contract and to provide such additional information as may be required. 5. It will comply with Title VI of the Civil Rights Act of 1964, (P.L. 88-352), and in accordance with Title VI of that Act 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 otherwise subjected to discrimination under any program or activity for which the Contractor receives Federal funding (including this Contract), and the Contractor will immediately take any measures necessary to effectuate this assurance. 6. It will comply with Title VI of the Civil Rights Act of 19642 C42 USC 2000d) prohibiting employment discrimination where: a. The primary purpose of a Contract activity is to provide employment, or b. Discriminatory employment practices will result in unequal treatment of persons who are or should be benefiting from the Contract.-funded activity. 7. No person with responsibilities in the operation of any program under the Act will discriminate with respect to any program participant or any applicant for participation in such program because of race, creed, color, national origin, sex, age, political affiliation or beliefs (sections 703(1) and 712). 8. It will comply with the requirements of the provisions of the Uniform Relocation Assistance and Real Property Acquisition Act of 1970 (P.L. 91-646) which provides for fair and equitable treatment of persons displaced as a result of Federal and federally assisted programs. 9. It will comply with the provisions of the Hatch Act which licit the political activity of employees. 10. It will comply with the requirement that no program under the Act shall involve political activities (section 710 and 703(2)). n Initials: x &y flll/'7 Contractor Cecnty Dept. 00266 ASSURIMES tl%D CERTIFICATIO\S (CETA Title I Programs) Number a+L7 `4 2 9 — 1 U. It will establish safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others, particularly those with whoa they have family,'besiness or other ties (section 702(a)). 12. It will give the U. S. Department of Labor, the U. S. Comptroller General, and the County, through any authorized representative, the access to and the right to examine all records, books, papers or documents related to this Contract (section 713(2)). 13. Participants in Contractor's program will not be employed on the construction, operation or maintenance of that part of any facility which is usdd for religious instruc- tion or worship (section 703(3)). 14. Appropriate standards for health and safety in work and training situations will be maintained (section 703(5)). 15. Conditions of employment or training will be appropriate and reasonable with regard to the type of work, the geographical region and the proficieney'of the Contractor (section 703(4)). 16. It will ensure provision of worker's compensation protection to participants in on-the-job training, work experience, or public service employment programs under the Act at the same level and to the same extent as other employees of the employer who are covered by a State or industry worker's compensation statute; and provision of worker's compensation insurance or medical and accident insurance for injury or disease resulting from their participation to those individuals engaged in any program activity under the Act, i.e., work experience, on-the-job training, public service employment, classroom training, services to participants, and other-activities, where others similarly engaged are not covered by an applicable worker's compensation statute (sections 703(6) and 208(4)). 17. Its program will not result in the displacement of employed workers or impair existing contracts for services or result in the substitution of Federal funds for other funds in connection with work that would otherwise be performed (section 703(7)). 18. Training will not be for any occupations which require less than two weeks of pre-employment training, unless immediate employment opportunities are available in that occupation (section 703(8)). 19. Training and related services will, to the maximum extent practicable, be consistent with every individual's fullest capabilities and lead to employment opportunities which will enable participants to become econozdcally self-sufficient (sections 703(9), 105(a)(6))- 20. Institutional skill training and training on the job shall only be for occupations in which the Secretary of Labor or the County has determined there is reasonable expectation for employment (section 703(10)). 21. CETA funds will, to the extent practicable, be used to supplement, rather than supplant, the level of funds that would otherwise be available for the planning and administration of programs under this Contract (section 703(11)): . 22. It will submit reports as required by the Secretary or the County and will maintain records and provide access to them as necessary for the Secretary's or the County's review to assure that funds are being expended in accordance with the purposes and provisions of the Act, including the maintenance of records to assist the Secretary or County in determining the extent to which the program meets the special needs of disadvantaged, chronically unemployed, and low incom=e persons for meaningful employment opportunities (sections 703(12) and 311(c))_ f` Initials•T C� ��G/77 Contractor Contd y Dept. 00261 -2- I -ASSllRMCES AND CERTIFICATIONS (CETA Title I Programs) Humber �S+�-`��•4 � '� 3 - 23. Its program will, to the maximum extent feasible, contribute to the occupational development or upward mobility of individual participants (section 703(13)). 24. Its program has adequate administrative and accounting controls, personnel standards, evaluation procedures, availability of in-seLvice training and technical assistance programs, and other policies as may be necessary to promote the effective use of funds (section 703(14)). 25. Its program makes appropriate provision for.the manpower needs of youth in. the area served (section 703(15)). 26. Individuals receiving training on the job shall be compensated by the employer at such rates, including periodic increases, as may be deemed reasonable under regulations prescribed by the Secretary, but in no event at a rate which is less than the highest of: (a) the minimum wage rate specified in section 6(a)(1) of the Fair Labor Standards Act of 1938; (b) the State or local minimum wage for the most nearly comparable covered employment; (c) the prevailing rates of pay for persons employed in similar occupations by the same employer; or (d) the minimum entrance rate for Inexperienced workers in the same occupation in the establishment or, if the occupation is new to the establishment, the prevailing entrance rate for the occupation among other establishments In the community or area or any minimum rate required by an applicable collective bargaining agreement. 27. It will comply with the labor standards requirements set out in section 706 of the Act. 28. Services and activities provided under this Act will be administered by or under the supervision of the Contractor (sections 105(a)(1)(B) and 205(e)(1). 29. No funds made available under the Act shall be used for-lobbying activities .in violation of 18 USCA 1913. - 30. For contracts and subcontracts in excess of $100,000, or where the contracting officer has determined that orders under an indefinite quantity contract or subcontract In any year will exceed $100,000, or if a facility to be used has been the subject of a conviction under the Clean Air Act (42 U.S.C. 1857C-8(c)(1)) or the Federal Water Pollution Control Act (33 U.S.C. 1319(C)) and is listed by the Environmental Protection Agency (EPA) or is not otherwise exempt: (a) no facility to be utilized in the performance of this Contract has been listed on the EPA List of Violating Facilities; (b) it will notify County, prior to award, of the receipt of any communication from the Director, Office of Federal Activities, U.S. Environmental Protection Agency,- indicating that a facility to be utilized for this Contract is under consideration to be listed on the EPA List of Violating Facilities; and (c) it will include substantially this assurance, Including this third part, in every non-exempt contract or subcontract. B. Additional Assurances for Title I Programs. In carrying out programs under Title I of the Act: 1. Manpower services, including job development, will be provided to those most in need of them including low income persons and persons of limited English-speaking. ability, and that the need for continued funding of programs of demonstrated effectiveness is considered in serving such persons (section 105(a)(1)(D)). 2. Programs of institutional skill training shall be designed for occupations in which skill shortages exist (section 105(2)(6)). Initials:jC // Contractor County Dept. 00268 ASSURAiCES AND CERTIFICATIONS (CM Title I Prolix-am),VW Mimber- 3. Its.program meets all the requirements of section 105(a) and the Contractor will comply with all provisions of the Act (section 1056)). ' 4. It will make such arrangements as are prescribed by regulation to assist the Secretary of Labor in carrying out his responsibilities under sections 105 and 108 of the Act (section 105(a)(7)) 5. Special consideration will be given to the,needs of eligible disabled veterags, special veterans, and veteranswhoserved in the Armed,Forces and who received other than a dishonorable discharge within 4 years before the date of their application. Contractor, in selecting participantsfor programs funded under Title L of the'Act, shall take into consideration the xatent that such veterans are available In the area. Specific effort should be made to develop appropriate full or part-time.opportunities for such veterans. The Contractor should utilize the assistance of the State and local veterans employment service representative in formulating its program objectives. 'Oa a continuing and timely basis, information on job vacancies and tiaining.oppoxtunities'funded under Title I of the Act shall be provided to the State and local veterans employment service representative for the purpose of disseminating information to eligible veterans (section 104(b) of Emergency Jobs and Unemployment Assistance Act of 1974). Initials:.-. Contractor County,:'Dept. 1 x. t 4 � f Z. fi A k r � 1 y q 01: e� - 7 0269 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) undei 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, of 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 State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6176) -1- 00270 0 Contra Costa County Standard Form GENERAL COSDITIONS (Purchase of Seryices) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. - a. This Contract is made in Contra Costa County and shall be governed and construed in'accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Dispptes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not . relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. ._ 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. '.'he Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Inde;ndent Contractor Status. This Contract is by and between two' independent contractors an4 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 is 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 info= all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by lav may be guilty of a 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. 002-71 (A-4616 REV 6/76) -2- .Contra Costa County Standard Form GEiFRAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers,officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed-in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of . property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be In-writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & 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. nOz�2 In the Board of Supervisors of Contra Costa County, State of California July 19 19 77 In the Matter of Acknowledging receipt of progress report from the Director, Community Services Administration on the development of Delegation of Authority and Organizational Policy guidelines for the Economic Opportunity Program The Board of Supervisors hereby ACIWOWLEDGE§ receipt of f , a progress report from the Director, Community Sei�vices;Administratlon = on'the development of Delegation of Authority and 0" ('olicy guidelines for the Economic Opportunity Program and DECLARES thein, Intent to adopt these guidelines after completion of the"reyiew process APPROVED BY THE BOARD T„�? lqr 1077 tz s w s�flt r a 1 hereby certify.that the foregoing is a true and correct copy of on order entered an the minutes of said Board of Supervisors on the date aforesaid brig. Dept.: OEO Witness my hand and the Seal of the Board of cc: County Administrator Summon offucedthis 14t17day of Julq 19 77 J. R. OLSSON, Clerk B G Deputy Clerk 1-Wain hi. N ld H-34 3176 ISm 00273 Office of Economic Opportunity Contra Community Services (944-3333) 2265 Contra Costa Boulevard Project Head Start (944-3475) Pleasant Hill,California , '�" "1Costa Housing Counseling (944-3477) (4151 944-3333 �-" Judy Ann Miller RECEIVED Contra.Costa County Executive Director RECEIVED JUL i4, 1977 ,Illi. 1 i i977 a>RK MAW OF SUPMMORS Office of MEMOMMUM County.Administrator To Arthur G. Will, County Administrator oArE: July 13, 1977 . FROM Judy Ann Mi , Director .. SUBJECT: STATUS OF DELEGATION OF AUTHORITY AND ORGANIZATIONAL POLICY DOCUMENTS As I am sure your recall, last year when tlie,elections-of the Economic Opportunity Council were contested and CommunityServices Administration reviewed the situation in our CAP Agency they; indicated to you and subsequently you indicated to the members of the Economic Opportunity Coundil that action needed to be taken to review the role of area councils in terms of their composition and their relation— ship to the other components of our program. This memo will serve as a status report to you on the matter and t am requesting that you share it with the Board of Supervisors so that the Board can set a date at which time they will receive the recommendations of the Economic Opportunity Council and area councils as it relates to the Delegation of Authority and Organizational Policy since the Board will need to act on this in order for it to be put into effect Last year, Mr. Nick Rodriquez, President of the Economic Opportunity Council appointed an Ad Hoc Committee made up of.the following ' members: Mrs. Jayne Ruiz, Mr. Sebe Hill, Mr. DeWitt Bussey and, himself. With the assistance of Ms. Janine O'Connor, one of my staff persons, this committee has been meeting and developing the Delegation of Authority and Organizational Polity: The draft document which-is attached for your information has-already been reviewed by Regional Community Services Administration and Mr. Hammond of your office to ensure compliance both at the Regional and County level and has met with both of their approvals. A copy of the letter from Regional and the memo from Mr. Alaniz conveying Mr- Hammond's approval is also attached for your information. After thedraftswere prepared the Ad Hoc Committee met with the Area Council Chairmen to receive their input in terms of the role of the area councils and another meeting with the chairmen is scheduled for this coming Friday.. During the remainder of this month and the beginning of next month, staff from my office will be going to each of the area councils and making a presentation on behalf of the committee and will subsequently bring back to the committee any recommendations that are brought forth by any of the area councils. The Ad Hoc Committee will .then finalize its efforts and make its recommendation to the Economic.Opportunity 00274 Council. Microfilmed with board order Page Two .We are anticipating act-ion on this matter at the August meeff n!gr of the Economic Opportunity Council The TecommBndation of the Economic ortunity 1 these two documents will then be2forwardedito Opp Pound- the Board of Supervisors;;"for the�r`k tin ttiatnthis statusirepoel bang„ c before the end"o#.August;. 1 am.req 9- a shared with_fihe Board„and have 'the:8oard.�set. eithecrthe last Board meeting i n,At ugust•16r the i rsBoard meefii ng i n September to take this r r matter under advisemsnfi desire to see this This:'action`uwi I I reinforce the Board of Supervisor ry } er ft;imattm s `3ta IXa w n - a Atfiachments t g 1 -,tt -,i•t � 41 •ats`# ,..w .r,g- .� ”' `ems -sf # '( "i! ,m�rfi.+ 1�,;��' `r�3�.&5.�'” ka�.� �'v r"���a'�•'G���-s r�. �� �;a-a�.�t >I�' �Z dr�..��'s"v�, r�`"t��'$`�'�.fy4.i�i���« C"�•1,°�` F'+yY �s��� �5 F` ��� -s*e kY�L` rtes �''''x to m-4,n,r'3r i* r a`x"w•y �,"'T - .r' i r r +�a '`-X`�5.'::t •xP v ..,x_ ,u„x, .,�`k'a,r{��t a,,, ,$ k A x i -+ i 'E,�.f3-'S •tw r' Y? 3w ,w+�a L•:��' �a��h 2 z Mrd* �° ..* as sti•xv �^. ``a. ''�-".�z r n•4x �e}' 01'0 ssa '� 171 vm :� pQ2'75 ✓ •� S of q•: �, F �. OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Soilding Martine:, California Judy Ann Miller, Director To: Office of Economic opportunity Do1C April 25,'-1977, Arthur G. Will, Delegation of County Administratsor Authority and From- subject: By R. Alaniz Organizational Policy Reference is made to your memorandum dated March 28, "1977, transmitting the subject documents to this o€fice 'for final review. Both Mr. Hammond and I have reviewed those documents and found them to be a sound basis for the Economic'Opportunity Program. Please proceed with finalization of the subject documents and keep me informed of your progress in bringing all components of theprograminto compliance, particularly the:area councils. }Rt RAcjep • :�%P�Z 8'i�77 Gr'r.CG OF CCONo (C OPP ORTUNn _ 00276 Community Services Administration Acgion IX Box 36008*450 Golden Gate Ave. San Francisco,California 94102 7 MAY 1977 . � wjwit, � 8 x 7 t� • Ms. Judy Ann Miller e �� Executive Di rectors.; eR .Contra Costa Counig► Office oA of Economic Opportunity ,H 1157 Thorson Street Martinez, California 94553 Dear Pts. Milier: This letter serves to acknowledge yours of Marcti i0 :1977 The. same transmitted for my review your agency's Proposed.By-Lairs, Oelegation.of'Authority and Organizational Policy -togethertnth supporting-material. „ On A- 5, 1977, Ms. Janine O'Connor-of your staff.met with me to discuss.these submissions. Herein are my conclusions,with respect to the same. Overall. I find'all the submissions to be verythoughtfully pre- � . pared.. .I must compliment the efforts of those involved.in their development-and preparation. I trust they and.EOC:will, bewell k. . rewarded in terms of the smooth procedural operations of.the ?:. agency's boards. - Attending.to the specific documents. I find that-those.provisions of-the by-laws„governed.by CSA regulations are consistent there with: With.respect to the Delegation'of Authority, I find it consistent with.CSA Instruction 6400-01 except in respect.:to Items 2 (in part) and 6 of Article IV, page 5. The same are listed as responsibilities delegated by the Governing Board:to.the'EOC: They. are however.rights.conferred on:the.EOC,`as administering board, by Federal regulations. In.conversation-with Ms.O'Connor, I outlinedd the language at issue and recommended.thaf.it b6ln- , corporated in-the.Agreement under an appropriate heading. I. F i trust this will be helpful. 002-77 , Judy Ann Miller Pagt 2 The Organizational Policy is determ*ned,to be consistent with the,re quirements of CSA Instruction'6406-01 as these relate>to th6..make-up of area councils and. he.method for selectiort-of representatives of -the poor to principal representative board - I,n,particular, the pro- posed petition procedure, and categories of membership,are deemed. proper. Before closing, I would like to express my pleasure'in'.seeing these; very important-issues addressed and particularlyAn the manner in -' which they were. ; tis.'-O'Connor outlined,the process and participants involved in their development. Further, I can tell°that careful attention has been given to their practical implementation: Sincerely, K 1 f Mar' -lexis Regional Counsel cc: Cal tai l l i ams {�J.t 4A � Carl Shaw , Darnell White r c 0. 7 i ;1 drr�A rs,,, $ :-s ss r dr' u r .gra �'+ 'ar« j Xi ➢J. y: l j � E _ j DRAFT DELEGATION OF AUTHORITY This document shall constitute the Delegation of Authority policy to beadopted and adhered to by the Contra Costa County Board of Supervisors, the Office of Economic Opportunity (OEO), the Economic Opportunity.Council (EOC) and the Area - Councils and which sets forth the relationship between these bodies and the .roles and responsibilities of each. The organizational structure and the criteria by which the EOC and Area Councils function as components of the Community Action Agency (CAA) are set forth in a separate document known as the - Organizational Policy. 1. Bole of-the CAA: "Khat gives Community Action form and effect? What makes Community Action core alive? It is the Community Action , Agency and its representative board Which bringstogether local government officials, representatives of major community groups and representatives of the poor, to join hands in waging the local war on poverty. Under the Economic Opportunity Act Amendments of 1967, local govern- rents are given the responsibility for establishing Community Action Agencies and assuring that they meet the .structural, procedural, and program requirements:to quality for Federal recognition and funding. The Amendments sharpen the national definition of basic purposes and functions of the CAA. They re-emphasize that the CAA is not J;IZA-simply a dispenser of welfare of social services to the poor. It is to he a source of leadership in identifying and eliminating the causes of poverty. it is to exert its influence to "stimulate a better focusing of all available local, State, private and Federal resources upon the goal of enabling low-income families, and low-income individuals of all ages, in rural and urban areas, to attain the skills, knowledge, and .motivations and secure the opportunities needed for them to become fully self-sufficient. "in this role it is expected to --Significantly and meaningfully involve the poor in developing and carrying out anti-poverty programs. —Mobilize public and private resources.in support of t r�(► anti-poverty programs. 0' 2'79 -I- 11/20/76 2. --Coordinate efforts throughout the community so as to avoid duplication, improve delivery of services, and relate programs to one another. --Plan and evaluate both long and short range strategies for overcoming poverty In the community. Serve as an advocate of the poor on matters of public policy and programs which affect their status, promoting institutional improvement and desirable changes in social policies and programs. -Encourage administrative reform and protect individuals or groups against arbitrary action. --Conduct in its own right or delegate to other agencies the development and conduct of programs financed through Economic Opportunity Act funds or other available funds., ; "The Act also provides for neighborhood level organizations including neighborhood centers and community based organizations controlled by the local residents. These will play a major role in evaluating needs and programs, and In developing and conducting programs which serve the residents of the area. This strengthening of grass-roots capacity for self help is a vital part of strengthening the central Caa. The bridges between the poverty neighborhood and the CAA are among the most important in the whole complex of Community Action. The success In drawing poor people into the main- stream of community discussion and decisions through the relationships between CAA and neighborhood organizations is a major determinant of successful Community Action. Under the Act now, more than ever before, the responsibility for assuring that Community Action bridges are being built - and that they are open to traffic in both directions - falls to the .locai elected officials. They need not bear the burdens alone-- indeed, they cannot do so under the Act, which emphasizes widely shared responsibility,among all elements of the community. But through wise decisions in performingtheir central function of designating the Community Action Agency they can set in motion a constructive process of community-building-which will benefit not only the poor, but all of their citizens. A strong resilient CAA, which wins the active support of the whole community including the poor, with its network of delegate agencies and neighborhood institutions, can be a major source of strength to the local government in dealing with the whole gamut of community.problems. it can also increase the local capacity to obtain and make effective use of Federal and State resources through a wide range of programs which are available to help solve local problems." (Excerpted from "Organizing Communities For Action", February 1968) 00280 11/20/76 3 it. Interaction of Conponents: A productive relationship between the EOC, Area Councils, Delegate Agencies and.0EO staff is absolutely essential to carry out an effective effort against the problems of poverty. Such a relationship rests on three principles: 1. : That each understands and accepts their responsibilities so that no group tries to become involved in or take over the duties which belong to the other'- 2. ther_2. That there is realization that the authority of an advisory board is based on its group action and that as individuals members, cannot give directions to the staff. 3. All entities-must treat each other with:respect and consideration and provide support for each other's efforts in all possible ways. 111. Role of the Hoard of Supervisors: The Board of Supervisors are the legally constituted Community Action Agency (CAA) and shall operate as the Governing Board with the assistance of the Economic Opportunity Council (EOC) which acts as the Administering Board. Powers to be retained by the Board of,Supervisors include the following,_which are based on guidelines found in the Community-Services Act of 1974 1. Responsibility for overall administration and fiscal accountability of all funded programs In accordance with Federal Community Services Administration (CSA) regulations and County guidelines. 2_ Enforcement of compliance with all conditions of OE0.`9rants. 3. Final responsibility for organization policies and procedures 00281 11/20/76 I 4 applicable to the Economic Opportunity Program. 4. Final responsibility for development and operation of the."central administrative component. 5: Selection, and appointment by delegation to the:CAO, of the Executive Director. Selection process shall Include review by the EOC's Executive Committee of candidates as described In.' : Part IV_, (6)_ 6. Determination of overall program pians and.priorities. 7_. Final approval of all program proposals and budgets. S. Final responsibility for program evaluation based-on"staff analyses and.reports of the EOC and'Area.Councils. 9. Veto power,-as agency with final responsibility, over actions taken by the Economic Opportunity Council In relation to the Community, Action Agency or its programs. 10. Datermination, subject to OEO regulationsand policies, of rules of.procedure for the governing board or governing officials. 11. Selection of the offices and executive"coamittee'(if any) of;.the:- governing board or governing officials.. 11/20/76 k + 00282- 5 ly. Role of th%.Economic Opportunity CoanciI As the Administering Board, the EOC is to be responsible, subject'to final authority of the Board,of Supervisors, for formulation, and coordination of the Economic Opportunity Program. The EOC's overall purpose and function,.as defined in portions of Section 211 (f) of the Community Services Act of 1974, Is to: "Have a full opportunity to participate in the development and implementation of all-programs and projects designed to serve the poor or low-income areas with,maximum feasible participation of residents of the areas and members of. groups served, so as to best stimulate and take full advantage of capabilities for self-advancement and assure that those programs and projects are otherwise meaningful to.and widely utilized by their intended beneficiaries... ...........and to be a continuing and effective mechanism for securing broad community involvement in the programs assisted under this title."' The Governing Board delegates to the EOC the following respon$ibilities: i 1, The EOC shall assist the Board of Supervisors to provide technical and other support needed to enable the poor and Area Councils to secure on their own behalf available assistance from public and private sources. 2. Responsibility for formulating a Community Action Program within fiscal guidelines established by the Federal Community Services Administration. 00283 fi 3. Responsibility for determining project proposals to constitute the Community Action Program based on information such as requests and reports from Area Councils, staff and other interested parties. All proposals for financial assistance,.subnitted to CSA shall include a report by the EOC containing a summary of its views on the projects and activities includedin proposal and on other major questions decided by the.13oard of Supervisors since the,last.previ ous proposal. .4. Adoption of its own policies, procedures and.bylaws subject to final acceptance by the Board of Supervisors. An EOC representative should be present at Hoard of Supervisors meetings to advocate EOC's position which is, or may be, in conflict with that of the ' EOC. 5. The Executive Committee of the EOC shall have the ability,.to review the top three candidates for.the position of the Economicc_ Opportunity Program Director, as established by a civil service` eligibility list, and to make recommendations to the-CAO as to the preferred candidate. Final selection remains with the CAO. Rights to be retained by the EOC as regulated by CSA Instruction 6400-01 are: I. The EOC will be-given advance notice of, and an opportunity to present to the Board of Supervisors Its views on, all major decisions to be made by the Board concerning the community action program. 2. Seclection of its own officers, executive committee and other committees. 00284 3. Supervision of the administration of all OED policies and standards and of all program, administrative, and financial policies and rules adopted by the governing officials, including elaboration, supervision, and enforcement in the first instance, of all such policies and rules. V. Role of the Area Councils: The CAA must ensure that the Area Council's play an important..role in assisting the CAA to plan, conduct and evaluate components of the Community Action Program." (Section 211 (C) of CSA of 1974 as per CAP Memo 81) The Area Councils are advisory bodies to the EOG and shall provide input and assistance to the EOC regarding programs and policies. The Area Councils shall have the following responsibilities: 1. To identify needs and prioritize them, for-each"target area. 2. To advise and assist the EOC on the planning, conduct and evaluation of Delegate Agency/CAA programs proposed to be - operated, or operating, in a target area as it relates to the county-wide program_ 3. To select. low Income representatives to the EDC through a democratic process that will ensure the "Maximum feasible Involvement of the low income groups and individuals to be represented." (CAP Memo 81, Section C.)�Acceptable processes to be used are outlined In Sectiono, of the Organizational Policy. 4. Area Councils have the responsibility for monthly monitoring, review and recommendation of corrective action if necessary, on Delegate Agency operated programs in their target areas. Area Councils shall be organized and composed in accordance with criteria specified in Sectionjj:.:sl-•IS n of the Organizational Policy. ` 028 V1. Role of the Office of Economic Opportunity (OEO): As the Governing Board, the Board of Supervisor delegates to the Office of ,Economic Opportunity (OED), responsibility for administration of the.community action program and execution of policy, on a day-to-day basis, as each are determined by the Board of Supervisors in conjunction with the EOC. In - carrying out these delegated responsibilities, Central Administration staff must review, analyze and evaluate the nature of poverty in Contra Costa County, seeking to identify the causes of.poverty and the effective moans for its elimination. Central staff should attempt to achieve this by performing six primary administrative functions. These functions are: Resource Mobilization Grants Management, Program Monitoring, Program Evaluation, Reports and Contractual Management. 1. Resource lfobilization refers to the processes whereby resources within the community are utilized to effectively identify problems and their causes; and to design, develop and implement programs and strategies to eliminate the problems. Resource Mobilization to reduce poverty must gain the active participation of the low-income people effected by the plans, through the Area Council and EOC mechanisms, as well as the cooperation of the Delegate Agencies which conduct the social programs in the Community Action Agency's target cocmunities. The outcome of effective mobilization 'results in improved use of existing resources. To eliminate poverty and to solve the social problems that accompany it when adequate resources are not available locally, program planning to obtain further grants to conduct desired programs is necessary. 11/20/7b 00286 9 2. Grants Management encompasses the entire process of developing proposals based on: (1) priorities set by the community, (2) gaining sanction of policy making and coordinating bodies, (3) •submitting application for funds, (4) obtafning_funds,` (5) obtaining appropriate and capable sponsorship, (6) establishing contracts and servicing the needs of contract agencies in.the conduct of their program. 3. Program Mnnitoring encompasses the monitoring'of all programs, processes and activities which are delegated;by fps Board of Supervisors to the EOC, Area Councils and Delegate Agencies. OEO staff will bring before the appropriate body any case of non.- compliance with the dictates of the Board of Supervisors, which may occur in the operation of,delegated programs, processes and activities. Staff will also assure that the EOC, Area Councils and Delegate Agencies are operated in accordance,with their respective bylaws and directives. 4. Program Evaluation is required to provide the EOC-and Area Councils with adequate information on which to make decisions about the continuation, strengthening or change In antl-poverty strategies;' and programs. <, 5. Reoorts: Staff will prepare and submit to the. EOC each month a'' report which shall inlcude the follawing Items as appropriate: a) the status of all EOC programs, projects and activities; b) the financial activities of the EOC, including expenditures and/or. additional reports required by the EOC; c) and other reports deaned necessary by the Director. 1n/�v7 11/20/76 . 10 . 6. Contractual Management: 0E0 performs the administration of all contracts made;.assuring compliance with'all. Federal, State and County regulations governing contracts; .and assuring that the person(s) or agencies which enter into contracts with this office follow all proper business . practices and-procedures. Other Duties: OEO Staff shall also perform such.other duties as may be assigned to them;by the Governing"Board. V11. Role of'Delegate Agencies: As:contractors to the Grantee, Delegate Agencies are subject to'.and " must comply with all CSA regulations and a.0 State and local laws which are applicable to Contra Costa County OHO . Delegate Agencies are required_ to _ submit financial, program progress, evaluation and other reports as required by CSA'directives. Delegate Agencies shall provide those services which are described in theirannualworkprograms. Delegate Agencies are required to send representatives to all monthly Area Council meetings of those target areas they.are contracted to serve, and provide the Area Council with a verbal and a written report on all activities carried out in the previous month as specified in their workprogram. 00288 11/20/76 DRAFT DRAFT ORGAiiIZATIONAL POLICY ;•7/5/77 I. EOC As the Administering Board, the Economic Opportunity Council (EOC) is subsidiary to the Governing Board and is the parent advisory body which makes ; recamnendations to the Governing Board on the development ..nd operation of the Community Action Program. The EOC must adopt and adhere to Board of Supervisor and Regional CSA ratified Bylaws which will contain the organizationa; criteria by which the EOC functions as a component.of•the CAA and upon which it is judged to be in accordance with its role as defined in the-Delegation of Authority policy. EOC Bylaws must contain rules and regulations governing the size and composition of EOC membership; the establishment of quorums, neetings, committees; and the establishment of all other procedures and regulations necessary to assure the appropriate functioning of the EOC. The EOC must so establish and organize itself so that the poor and residents of the target areas concerned will be enabled to influence the character of aroc)rans affecting their Interests and regularly participate in the planning and implementation of those.prog rams. This will be achieved by having at least one-third of its nembers.chosen in accordance with democratic selection' procedures adequate to assure that they are representative of the poor in the area served. Acceptable selection procedures to`be used are outlined In Section 11, (6) of this policy. It. AREA CMICILS As advisory bodies to the EOC, all Area Councils are co-equal in status, and in decision-making authority relative to that which is delegated to then by the Governing Board, through the Administering,Board. The Ar.., ,Msct , .t.t and sl,ictly adhere to Bylaws which have.been. 00289 Page Two ratif-fed by;the,EOC, the Board of Supervisors and Regional CSA. Said Bylaws will contain.th2 organizational criteria by which the Area Councils function as components of the CAA and uponwhich they are judged to be in accordance with their role as defined in the Delegation of. Authority policy. Area Council Bylaws must contain rut=s and regulations governing the size and coMosition of Area Council membership; the establishnent of quorums, neetinns, cofrmittees, one man/onQ vote rule; and all other.. .procedures and regulations necessary to assure the anpropriate functioning of the Area Councils. M nimun organizational criteria which must be Incorporated Into each Area Council's 1,3ylaws to ensure that Area Councils ' will be able to carry out their declared responsibility for 1) ldentifyfng; and prioritizing program needs and recommending on programs proposed to be Implemented in each tarcoget area and 2) the selection of .Iow-lncome: representatives to the EOC, are as follows: I:' General Size and Corposition- All Area Councils shall have no nore than-a total of 33 menbers, and no less than eleven (11) me-bers. CSAInstruction 6400-01 (p. 19) states that cormunity organizations similar to Area Councils shourd be caw>osod primarily of the neighborhood.residents themselves. to k-epinq with this guideline, at least two-thirds'of themembership of an Area Council shall be composed of representatives of the low-income•residcnts of the tar^et area; %chile an effort bp made to recruit both r+presentatives front private organizations and Interest oroups within the corcuinity'and local elected public officials, to comprise no nore than and-third of the totnl:Arca Council-membership, M,,adrr hxod relnw_-retiolltm of fh:; varied aspects of a cormunfb," page Three on an Area Council will help to ensure that an J'rea Council's Involve sent in the development of program for the reisdents_of its georgaphic area, as well as its involvement in the development of programs for the Community Action Program as a•whole, rill be more fully representative of the entire co. unity in each case. 2. Composition and Assurance of One Nan/One Vote: At least two-thirds (2/3)of the total membership of an Area Council shall be composed of representatives of the low-income and%,hero feasible, all census tracts comprising a given target area should have representation on the Area Council. - In an effort to achieve prociortionate representation of census tracts of the poor, the Area.Council wit'l actively recruit new menbers from those census tracts lacking representation on the Area Council. The remaining one-third of Area Council memt--rs may be local elected public officials and/or representatives of private organizations and Interest groups In the connunity, lihen an Area Council's nembership drops to the minimum, of 11 menbers, al eleven-must thenselves be low-income residents of the target area, in order for the Area Council to maintain representation on the EOC. If'an Area Council's membership drops ')elow If members, the Area Council is suspended from the EOC until such. time as Its.memborship quota is restored. Mcmbershin and Selection Procedures a. Cat-q II t+embershin: Losr-incor,e Peprr entatiyes :iembers of an Area Council who are to represent the poor must fail in one of th . followinn cafagorles: A. A 1-01-INCNE n^EPRESEUTATIVF of a census tract within the target .rea, who resides in that census tract and 111,o Is selected to 0029 .represent that census tract on the Area Council by virtue of �j page Four submitting a petition which declares that he/she meets sp•:cified. low-income roquirements and which contains signatures from twenty.(20) census tract residents, ten (10) of which must be signatures from residents certified as low-income. B. A NITI L011-INCO14E REPRESENTATIVE of a census tract within the target area, who resides in that census tract and who is selected to represent that census tract on the Area Council by virtue.' of submitting a petition containing signatures from twenty (20) census.tract residents, ten(i0) of which must be signatures from residents certified as lot+-income. C. 'A L0W-iMOME REPRESENTATIVE of a given census tract wlthin.the target area, WHO NEED NOT RESIDE in the census tract he/she will_ represent on the Are-iCouncil, but who must, reside in the target. area and who is selected to represent that census tract on the Area Council by virtue of submitting a p?tition which declares that he/she meets specified low-income requirements and which contains signatures from twenty (20) census tract residents', ten (10) of ::hickmust be signatures fromresidentscertified as log!-income. n_ A i Otl d.Oti-I MCOME REPRESENTAT i VE of a, given census tract within tGe target area, WHO NEED NOT RESIDE in the census tract she/he will represent on the Area Council, but, who must reside within the target area and who is selected to represent that census tract. , -on theAreaCouncil by virtue of submitting a petition containing signatures from twenty (20) census tract residents, ten.(10) of which must,be ciynuluras from residents-certified as low-Income. .00292 page Five b. Selection Procedure for Low-ineoce Representatives on the Area Councils: Ali Category A and C members will .be certified upon submission of a petition declaring that petitions meets the poverty guidelines as specified in'CSA Instruction 6004-1j, and which contains signatures from twenty (20) residents of the_census tract he/she is to represent, ten (10) of which must be signatures fron residents certified on the petition as also meeting the poverty nuidelines as specified In CSA Instruction &004-Ij. All category 8 and D members will be certified,upon submission of a petition containing signatures from twenty (20) residents of the census tract he/she Is to represent, ten_(10) of which must be signatures from residents certified on.the petition as also meeting the poverty guidelines.as specified in CSA Instruction 6004-Ij. These petition procedures will assure that Area Council menbers who are to represent the low-incase residents of the target area are selected by a majority of those residents themsoIves. Petitionees must collect all signatures in the appropriate census tract, prier to the Area Council meeting at which they submit their petitions for membership. New members shall be seated on the Area Council at the beginning of the first meeting foliowinq the meeting at which they submit netitions for membership. r_ Catenory i 5 11i Membership: Selection Procedure for Public/ Private Sector N.e^burship: Area Council members uho do not represent th_ poor but who are local elected public officials, or representatives of privates organizations and interest groups who reside or have their principle offices within the boundaries of the target area n2n3 II page Six `census tracts, will be chosen for membershlp•by vote-of.the Area Council. In the case of representatives of private organizations in particular, the Area Council will choose the, organization A t wishes to have participate and the organization selected will in turn salect its own representative to the Area Council. All members of an Area Council who are representatives of the.poor must reside within the boundaries of the target;area. All members of an Area Council who are not representatives of the ..poor, need not live within the targetarea, unless so stipulated. by individual Area Councils as stated In their bylaws. Only ; those members who qualify as representatives of the poor are ' zlinible to represent their Area Council on the EOC. 4, L-angth of Service: Length of service for Area Council nemb=rs will be determined by. each Area Council and set forth in each Area Council's Bylaws. 5.- Area Council Representatives to the EOC: Every year, prior to the July EOC meeting, each.Area Council shall select, through one of the democratic selection processes,outlined below, two lou-income representatives to represent the Area Councii on the EOC. It will be the responsibility of each of the representatives to represent their respective Area Councils on the various issues brought before the EOC, as well -as to inform their resncjctive Aroa Councils at each Area Council meeting as to business ' conducted at EOC meetings. Area Council representatives' ongoing responsibility -is.to insure that the position(s).they.naintain at 00294 •pile Seven the EOC Is reflective of that held by the majority of his/her,. fellow Area Councilmen and that Area Council, representative vote at the.EOC at the direction of the Area Council as`a whole. Only an Area Council member who qualifies as a representative of the poor (see Section#3. (a)) is eligible to serve as the Area Council's "` deltgate-to'the EOC, except that the following may lOT serve as" an EOG representative or alternate: :1) - A,relative of an employee of a Delegate Agency. ., ' b) A relative of a member of the P.oard of Directors, or-a Project Board, of a Delegate Agency, c) A relative"of anyone who serves in any capacity of the organizational structure of a Delegate Agency. d)- Any person under 18 years of age. * A relative shall be defined as: Husband !'life rather Father-in-law" Mother ilother-in-law. Brother Brother-in-law Sister Sister-in-law, Son Son-in-law Daughter '?aught_r-in-law *As taken from CSA instruction 6900-01 (CAP Remo 23-A) 6. DiNnocratic Selection Process of Representatives to the EOC: Arc:d Councils may use one of the following nethods as a democratic pltn-,� With mulch to select low-income representatives to the EOC, and which will help to ensure naximn feasible participation of target area residents In the CAA's decision-making process: a, 11ominations and elections within the target area as a whole. b. Selection at their own meetina to which all neighborhood residents, and especially those who arc noor, are invited.. 00295 page Eight 7. - Democratic Removal Process of Representatives to the: EOC: Each Area Council must provide a den=ratic process with which-to remove itsrepresentatives to-the EOC, if so desired. This process must.be set forth in the Area Couacil's'9yl.ws. 13. Area Council Conflict of Interest: No person can be a member of.an Area Council while also an employee of a Delegate Agency; member of the Board`of,l)irectors, or of a - project hoard of' a Delegate Anency; or while serving In any capacity' Of Thi organizational structure of a Delegate Agency. 111. OEO.(SEE ORGANIZATI ll CHART) IV. ISSUES OF NO;i-WPLIA,YCE: The EOC, Area Councils and Delegate ASencies_ara=each responsible for ensuring to+nliance with their avn Bylaws and directives. -0EO staff has the day-today responsibility of monitoring EOC, Area Council and Dolegate Agency compliance with their respective Syl3ws and directiles. In cases of EOC or Delegate Agency non-compliance, OEO staff will r--view-And recommend to the-Governing. Board, which will be tha body authorized to take action concerning) said non-compliance... The Area Counci'ls.must adhere to the guide- . lines establish-ad in the Or-ianizational Policy, coples of which are to be distributed to each Are, Council. if the Area Councils fail to meet these minimum organizational guidelines, their non-comp liancwill be reviawed first by the FOC Rules Connittee; whose recarmendations +sill be submitted to the EOC; - whicls will recommend possible action to the Governing Board; 00296 which_rill be the body to take corrective action.: C C O O 4- N O O O —4- +- O N o \-O C IO 1] >- �-L Ol O O cn 0.9 uIL go Q rJ C O QG`A L 7 ' NC � UU + LO Oq - U p - • d EAJJ C) ' QL) tnd> i � • 1 1 LU ._. r- NGL + +. N. • iO' a to ' to c)v i 1 i • 1 r E r m • V +- - L U = o— + +- v o ...r._.i . . . . Lo Ocw to a U—O O O N ,• I , • O N i • ..� L 04- 0 d m to L C O � go 1 • C L O U 'O CO 4- IL 0 to O ID L -- a o ZO •� .— �.�.�•�� —• �►—•.�•� ' L ? 1. A N t ZN i L .L > C. 4 - N - N p (. c ; LZ O CL C to Cv- G L- N N C l 00 1 `cr— C 0029"1 to O .. vu 49 In the Board of Supervisors of Contra Costa County, State of California July 19 _19 Z7 in the Matter of Authorization for Contract Negotiations The Board having considered the recommendation of"the Director, Human Resources Agency, regarding certain requests from operating dep4rtments for the completion of contracts and/or contract amendments for the provision of various types of program-related services for the County, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, or his designee, is AUTHORIZED to conduct contract negotiations with the prospective contractors named below for.completion of purchase of service contracts and/or contract amendments for the anticipated, . terms and effective dates and not to exceed the estimated contract amounts (payment limits) as follows: I. CONTRACTS ANTICIPATED MAXIMUM PROSPECTIVE TERM/ EST. AMT. CONTRACTOR DEPARTMENT SERVICES EFF.-DATE (Funding) 1. Nola Ashford Social Service Foster Parent 7/20/77 - $30 (75% Fed., Orientation & 12/31/77 25% Co.) Consultation 2. Lynn Stratton Social Service u 3. Dorothy Johnson U $20 (75% Fed., 25% Co.) 4. Patricia F. Bacon " " " II. '.CONTRACT.AMENOMENTS 1. Neighborhood Manpower Additional 7/1/77 add $4,830 House of North (CETA Title I) training (100% Fed.) Richmond services (028-406-4) 2. Apollon Research, Inc. " " 7/1/77 add $1,000 (028-417-2) (100% Fed.) PASSED BY THE BOARD on July 19, 1977. 1 hereby certify that the foregoing b a true and corred copy of an order entered an the minutes of said Board of supervisors on the date aforesaid. Orig: Human Resources Agency Vans,my hand and the seal of the Board of Attn: Contracts 8 Grants Unit supervisors cc: County Administrator affixed"jgthday of July 19 77 County Auditor-Controller County Welfare Director Manpower Project Director J. R. OLSSON, Clerk By✓ Deputy Clerk Maxine M. Neu eld 00298 H-14 8176 ISm In the Board of Supervisors of Contra Costa County, State of California July 19 y 1972. 4r the Matter of .Approval of Title III Older Americans Act (1965) State Contract for FY 1977/78 funding for Area Agency on Aging IT IS BY THE BOARD ORDERED that its Chaizman is AUTHORIZED.to execute State Department of Aging contract #07273100 JCouaty'#29-002-7) , in the amount of $280,420 of Title III Older Americans Act (1965) federal' funds for the basic 1977/78 allocation for the County'Office on Aging,:*' PASSED BY TBE BOARD on July 19, 1977. r 1 hereby certify that the foregoing is a true and correct copy of an order ordered on the u4nutes of said Board of Supervisors on the data aforesaid. Orig: Human Resources-Agency Wdean my hand and the Seal of the Board of Attar Contracts S Grants Unit Supervam cc: County Administrator affixed th$lgthday of July 19-LZ- County Auditor-Controller County Social Service/ J, p, OLSSON, Clerk Office on Aging State Dept. of Aging B&_ Deputy Clerk Matine M. Neufeld 206 s� 00299 STANDARD-AGREEmENr--.�",'"TTncx w,u,Tml.L Q nATtt Asamy RTATt of cAuFOsNM D Da" ow Op.•Q. aTO a e.tY.Hons,V_ .. . 13 coNTROLL[A THT.S ACREEMENT,made and entered into thu. Any of 19 TT O in dr-Swe of California.by and betwoca State of QldomaT,through its duly eletsed or appointed, 0 cualihed and acing . 3 TITLE ACTUda FOA CrATLAOYNCY NUNa072731001:A r.i State of California - De esssrt o •A . Dire_„or " 29-002 - 7 . Contra Costa County rurw]tercauaaw .or. _.. XVITNESSSTH:That the Contractor for and in coasiderttion of the covenants.conditions,agreements.and stipulations of-0-a State hereinafter eVressed,does hereby agree to furnish to the State services and mls,iteriaas fellows: - . . . (Seg fors roimseberendaedbyCoanaeror amo—tobepRdCalooemr sin+a/orvwtt+rmm>uormmyfetia,ordduaciAwandspea Adow,Now.] In order to carry cunt the puL+pose of Title 45 Code of Federal Regulations, Public Welfare, Chapter 317AdaiaistriUou on.Aging, Paxit, 903 pursuant to pratid sions of Mittle III (Grants for State and Community Programs on Aging) of.the Oliver Americans cans Act.of 1965,.as a reed,:.:the CaUfornia State Mpart>r-.rnt of Aging has been authorized to receive funds far paying.part of the costs for the development and adcdnistratiaa of area plans and the development of coapreb=ave and coordinated systems for the delivery of. social se_-rices nyder area plans and allocating.said finds to.area.agencies cm aging (AAA)• - -Whereas, contractor has been designated as cue of_.the aforementioned AAA's, it is matnaUv=agreed as'follows: Me tOVED The provisions on the reverse side hereof constitute a part of this agree meal IN"MINESS M37AME.this agremtml has been P P a t 4 by the parties he retq upon the'date fust above written. STATE OF C.WFORn\TIA' :: :- ;CONTRACTOR '.AOCMCY - Waftmw.. wNnaYAL.fTATLTrN[TM1R A eoturoRwTloN. Dwa tm--it of Aid= aT(AUTHOR==SIONATURnN:Bogge44 �� Director o S e isors 6 . �wooatss rCO11TTNU•_D OWL ZKVV EAC I MARlNG MANIC OF CONTRACTOR)� - . � � �P t Hartiaez CA .94553-' `. ANCTINT OF TN FSTINATC AjFROFNMTION FUND' h0 Nat Weise in T6ia Spas. f _>✓t ti- s ?.80,420 a _ UNLNCUMR[RCD RALANCL IYEN CHANTER OTATUT66. nsCAL YEAIS� s AW.INCKCAStN6 9MCUN. FUNCTION - •'+••-='n-. J ;tra a S `g AOT.occaraslNO CNEUN ILL.N..Al.OTMI weT a AN" 037.0.1 S%,549 037.0.2 S225,87i' t hm4 a-ly upon-yam persoeel la+ WWj:e tha &deeted/errde s s:A.Ho arreadd4c%rshapmdardpur,msofthe pcod:•umsteeda800u - SIONATURC OF ACCOUNTI O OFFICFA ATi _ •. � •J�'��"77 ';?•rte l howdy ad candirfimt Jar/slmytion td/oah is Sesta Adminittig k1 fool'---1 Sraim J!5413 how 4600M. awh and"dhleamcw in espllpT IMMraoiera by the DepsTtree>.t of 6711saec. •'' s1OMATURL O/OFFICttn soc'mma an NZMALF Or THU A"NCY DATE ..r -- imod �+ritli �ioard'crony- •:_• _w#f,;=-...:. L The Contraclor agrcex to indcvmiify,defend and save harmless the,Stat::,is orucers,agents and employers frwn any and all elainss and F.nscs act-ruir+g or rr•sufiind to any:n:l all contractors, su'.xontraclors, materialmrn, laborers and any otlecr person. Gran or curlxpration furnulriug or - ' supplyirq;�vorw,xrtiers,materi.•rLe orsupplirs in cnnrn-etion,eritlt the perfonnaucr of this mntnct, ' and front anv and all claims and losses accruing or resulting to any person,firm o:corlioratio;t Hiro may be miurcd or&--:raged by tlic Contractor in tha pmforawncc of this contract, 2. The Contractor.and thG agents and cmpio;'cc;of Contractor,in.the performance-of this afire emcwt,shall act in an independent capacity and not_a_c.n;ric ers"or cmployeas or agc ups of State of California_ 3.The State inay terminate this agree mint and be relibyed of the payment of any consideration to Contractor should Contractor fail to perform the covenants herein contgined at the-time and in the manner herein provided.In the event of such termination the State may proceed"with the ' work in any inanner deemed proper by the State.The"cost to the State shall be dcducteck front,,,, any sump due-tire Contractor'under this agreement,and the balance,if any,shall"be paid the_ -Contractor upon 4emand - 4. Without the written concert of the State, this agreement is notassurable by Contractor either in whole Orin part. _ - s._. r• t s Time is the esseace of this agreement --`&-NoaltclaGnn or tiariation of the terms of this contract shall be%slid unless made in t:•ritinp; 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 prodded herein,shall be in cnr_ppeniation for all of Contractor's expenses incurmd in the performancc'hereof,including travel-and-per diem, z unless otherwise expressly so provided - 3 f . -._� -. _ 4m •s it .h. Z. • [1 y } "" .6:. 2- Contra Costa'County 1. .(a) This-prcject,Conti.c'Cf5t�6 ,,,,. j ._rez. .b:.:sf on Aging -_ _ no. 336 , shall be carried out in accordance- with ccordar_ce --- with Title UI of the Older Americans Act of 196$,.as amended, the program reSulations'and directives thereto, federal and --- - --state 1.-is, and the State-'•taaual Sor.Title III operatzoru:and - reportisZ; require»eats,, all of which are cz may be operative _ 'duri.rk?the term of this-contract: (b) Ln addition, thi project shall be carried out ccnsisteat aith the terms mad conditions of the Area Plan as appruved by the, State in manner this award. (c)' In the event of conflict between the provisions set forth in subparagraph 1 (a) and the terms and conditions of the Area Plan, the provisions listed in subparagraph 1 (a) shall. - control. (d) In the event of conflict between provisions of•this agreement .and of the Area Plan, the provisions of this agreement shall control (e) Copies of all-documents set forth in subparaZcaph 1 (a) 'hereto are arailable.for inspection at California Department of Ate, 916 "J" Street, Sacramento, Califgrnia 95MA. -2. The approved Area P'_.ar..which is an f-le nth the State is here's,/ incorporated by reference and is made part of this agreem -it. 3. This agreement shall not be considered effective until signed Ty both parties hereto and approved by the State Department of General Services. !�. The term of this agreement is from Ju3y 1, 1977 "to June 30, IM. subject, however, to earlier term- ination as herein provided. 5. In consideration of the on-going performance of the above in a manner considered satisfactory to the State the State shall pay Contractor 5 a total amount not to exceed 32WvzM which is derived solely i from federal funds and which shall be spent in accordance with.the fie budget 'which is part of the approved Area Plana A portion of the total contract amount shall be paid Contractor not more frequently than monthly, in advance, during the term of this agreement u,n to the total contract amount, upon receipt andproval of Report of Expenditures ;sed Pzquest for Payment (CD_;^.30A) by the State in quadruplicate (4). 6. Contractor shall account for and maintain all funds received under the terms of this a„reement seoarate from a.-W other funds administcred by Contractor.- Contractor shall expend all funds received hereunder in accordance with this agreement. 4 Contra Costa County 7• Contractor shall at all times during the term of this agreement maintain cosaplctc records of its activities and expenditures here- under in form-satisfactory to the State and shall make all records pertaining to-the project available for inspection and audit by the State or the Federal rovern.-sent or their duly authorized agents at arty time during normal business hours. All such records must be maintained and kept available by Contractor for a mininum of three - years Sri the ending date of this, contract if a state or federal audit has occurred, or five years from said date if no audit has occurred. In the event of audit exception, such records shall be mairdtainad and impt available until everr exce ption has been - cleared to the ;atisfaction'of the State. In addition., record:. for non-ey-pendable property; i hich was acquired with federal funds shall_ be retained for three ;Tears after final disposition of such property. Contractor shall timoly submit all reports of its' activities and expenditures as may be required by the State. S. In the event ang subcontractor is utilized by the Contractor for asly portion of the project, Contractor, nevertheless, retains the prime responsibility .for car yin; out all the terms of this ag eement, including the responsibility for inwarin; the availability and retention of records of subcontractn.ors iaccordance with par aSraph hereto. ?:o endears tract utilizing funds from this a,�eement shall -" 'be entered into which has a term extending beyond the ending date of tnis agreement as set forts: in parWaph 4 hereto. Specifications for nap subcontract scall be submitted to the State in suiting lj days prior to aa-ard of that subcontract by Contractor. In the _,event Contractor contemplates using a*sy profit-make entity as a -subcontractor, tete State must approve of each such. profit-G-AldrZ entity in mritin g prior to aaard of mV such subcoi ract by Contractor. A copy of any executed subcontract must be forwarded to the appropriate IL-gional Office of ^state within 30 days after tae beginning date of the szbcontract. 9. Contractor shall have no authority to contract for or on behalf of, " or incur obligations on behalf of, the State of California. 10. For work or services performed under this agreement no individual shall bepaid wages or salary by Contractor either (l) in excess of $1.8.75 per hour during any 24-hour period, or (2) more than $150.00 for any 24-hour period, out of funds payable to Contractor hereunder. 11. Contractor shall carply with all Wpartment of Health, .education and iselfrrc. repl.ations promulgated pursuant to Title VI of the Civil Rights Act of As indication of his intent to comply, Contractor cls:it caaalctc ani s?4n are :. s�rwa=4 of CaaaliancL i::th such regulations (.P.o.-441), Ithi.ch form, when, completed and ziLpcd by Contractor shall be attached hereto and incarporated herein by reference. 12. Authorised State or federal representatives shall have the right to' ` monitor, assess, or evaluate Contractor's performance pursuant to ` thisoreeem.:nt on at least a quarterly basis, said monitoring,, assesscents, or evaluations to include but not be limited to audits, Contra Costa County -inspection of previzes, and irterviesiz of project staff and participants. 13. Authorized State or tede:ral renresentatives shall have the right -to inspect food preparation srites, .if any, of the Contractor.during the ter m of thia agreement at arty time during normal,business hours. - � 1;o waives of any of the prorisions of this a„;rce=nt shall be bindir unless in writing and signed by a duly authorized representative of Contractor and State. Ito waiver or modification 'shall be effect%ve in arty case wh^rc approval of such waiver or - modification by the State Department of General Services is required by lair, until such app.-oval is obtained in vritin5 from the State t' I7epartaent of General Services. r 15. Prior to co==cement of aV ucrr. under this contract, Contractor shall secure from funds prorided by the State pursuant to this contract: 1. adequate insurance against liability on account of damage to persons or property; 2. adequate insurance coveriao.ala -Contractor's employees under applicable worira-sn's compensation la<rs; 3. adequate insurance as required by applicable:local lair or requirement. -77re Contractor-shall, until all workunder this contract has been - _completed and zl2 advance pa7ments made here,=der have been Uqui4ated, (i) maintain such insurance; (ii) maintain adequ.,.ate insurance upon -arV property used for, acgaired for or allocable to,this contract to . r -which title is held by the State; (iii) furnish such evidence with respect to his ;n`uraace to the State as the State may from time to time require. All insurance contracts secured by Ccuetractor purssant to this para- -graph shall require each irsu_--e:- to notify the State by registered mail to the California Department of Aging at 918 "J" Street, Sacra- mento, California 95MA-, of rrV modification, termination or cancel- - -lation of arq contract of insurance between insurer and Contractor - no less than fi:•e (5) dz s prior to the effective date of such -modification, termination, or cancellation. Notice by the insurer shall be effective upon receipt of samra by the State. In addition to _—W other requirements of this contract, Contractor shall notil3• the State of mw modification,-ter nination or cancel- - 1 atien of a q contract of insurance secur--d by Contractor pursuant y to this paragraph as soon as Contractor learns of the potential - for or e.:3stence of, vuldchever is earlier, ar;y such modification, terrdnation or cancellation.. 16. Contractor sh..LU comply with all federal, state and local laws and remt'aUons pertinent to its operation and shall keep in effect arty and all licenses, permits, notices and certificates as are regieired. .Contractor shall further comply with all laws applicable to rages and hours of czploymcnt, occupational safety, and to fire safety, health,-and sanitation. Ul- tea_ 0 L304 pec I Contra Costa'Couaty .17. Contractor stall indemnify, rave harmless,-and dercud. State from all, liability-froaf loss,-d au , _ �.. r� e� I r_'ons-or'proxrtf -ire a.1r manner.arising ouL of or incident to the performance of this agree-�;nt, inclu1irg without limitation.L all comccucntial damages, whether or not-resulting from the negligence of State or its agents. - 18. AiV notice-to-be &ivcn_hereundcr by either party to the other mly be affcctL bf personal deliver;; in %-rriti-Z or bf registered or. � - _ =certified ctizil, postaLe.picpaid, rc_wir—i receipt---equcsted, and `- shall.be dcecced.communicated as of actual receipt. Vailcd notices to the State shall be addressed to the California DepaAment of !.ging, 912 "J" Street, Sacramento, California 95MI., and mailed notices to Contractor shall be addressed to Contractor at tie address ind catsd 1-7 it in its Area Plan, Each party mV change its address by written notice in accordance with this parauaph. 19. Upon written request to the State, Contractor may be excused frora perfcmma.-:ce hereunder for arW period of time attributable to delarj caused by inclement weather, earthquake, fire, flood, cloudburst, cyclone or other natural phenomenon of a severe and unusual nature, act of the public enemy, epidemic, quarantine restriction, freight parvo, strike or labor dispute or an7 other unforeseeable cause beyond the control and withoutthe fault of Contractor. Contractor shall terminate the project only upon receipt of written approaal by Sate a.^_d in accordance a-ith procedures and instructions set ' .forth-in said notice of approval - 20.• State, at its sole discretion, may exterA the time for performance of mw act by Contractor hereunder by tritten notice of such extension to Contractor. 21. If, in the sole discretion of the State, conditions arise which ----warrant the suspension or termination of the project, the.State- May suspend or terminate project otierations hereunder. Such ' •suspension or termination sham be effective upon five (5) days written notice to Contractor of the action beim triton, the reason _ for such action, and an:/ conditions of the suspension or termination. Said notice shall also inform Contractor of its right to appeal., such decision to the State and of the procedure for doing so. Vo federal or State funds shall be used to cover any cost accrued by contractor during ,ny period of suspension. The project shall be deemed terminated ubca its operations have been suspended for more than tbree consecutive months in any budget year. Conditions which m:�t warrant suspension or termination include as non-exha-astivo c-.amales: Contractor's violation of the term,; of this agreement; Contractor's inadequate program performance; or unavailability of resources adequate to complete the program. Contractor's failure to coaply► with the terms of arl{ rior a;,n cement with State may, in the sole d.iscrction of the State, be deemed �ounda for suspension or termination of this, project. Contra Costa County -722. Contractor zeay appeal. 4;,r as_. _ ___ _., .: _'r:an, aciion or noir - - action, includin -u=pcz=on or tercii.natioa ('hereinafter,collectively "- - referred to as "action"). affecting project urtrler this agreement --within fifteen (35) d;:; alter notice of such action. ' --- Such-apgcal snall-be is wri:iit;=to the l}irccto: of the-Gali.fornia Deiartczrrtt'of hgir4;;:bad sh4ll set forth p -a; y the action-or. _ action:, beir_;..a-)pealed,:t?,c rcasons-Contrac`or•find,; such aciion unsati I'actorl,•and.its sure;ed•cours e of action-for Stata: At the time of =;3i ; any appeal, Contractor say request either an oral or mitten hearing;, at its option.-- lie Director shall set a date for apy s-z ch hearing not later than 60 clays folio;-dng receipt of the recraest therefor, at a tirm and pl.acce co:rrenient to the parties. Contractor .:.Z;, at its (rdn cx=nse "azA tdthot.•t chcn&&-.ng the same a-ainst project funds, be represented at such hearing by any represcnLative of its choice not ecal rfed by the State. Contractor or its representative shall have the ri&ht to present -.Contractor's viers at such hearistg.' The Director, or a designee of the Director, preferably having no :contact with the project shall rake dmitten response to the appeal iAthi n thirty (301 drjs of receipt of tfe appeal or Within _ - 30 days of the close of any hearinS held thereon, whichever is- later, except that, if the Director or the Director's designee shall make no such response idt'hin the tine set forth, the action .:or.the State field represe.cWtIz ve'shall be deemed affirmed. ._Ari• decision by the Director, whether in Ming or by the expiry-- =-tion or time as provided herein, shall be final and conclusive upon Cortsactar. •Unless the Director directs othertrise, no appeal of pity action, incl' pa sjspe.-zsion or termination, shall operate to stay the effective date of such actio.^. 23. -The State shall retain title to all capital asset equipment, which _is purchased wholly or in part with federal or state funds. At tern nation or cozletion of the project, Co.tractor shall dispose of said ecr lament in accordance with Federal and State orocedures. If the egtUDM0 tt is to continue to be used to further the purpose of the Older Accrican s Act, title to said equipment may be rel.in quishep the Contractor upon written approval by State of a rev ,ue�t by Contractor to transfer miership of the equipment to Contractor. 24. Contractor, uitaix si'ry (63) da,3 s after termination or after the endin.- date of this a�r edict as provided in par aCraph l„ which- ever hichever is earlier, shall protide the State v th.a n audit which has -been performed by a Public Accountant or Certified Public Accountant Contra Costa County and:-rhi.ch meats project audit at:ndards specified by tha State. Where Contractor is a public entity, the audit rewired herein r;;;I be performd bj'the Contractor's Chicf,Auditor or.cquivalcnt - offi ccr. 25. Ha ' to than 90 days prior to.the,endiag date of this contract, Contractor shall pro-ridc State withitsestima �n �e o* the ourtt of Sunds which will resin une-ypended at the endinS date. .Upon termination or e.-miration of this agreement, Contra for sA.a?] return-to the State :mediately upon written deg2ad am[ uner-eu.- bered T=ds, unearned funds, or ar ecpdnmant purcra:red with funds Y provided under this or an/ other z�eement with the State. ' 25. .As used thro-Th this.agreement, the test"shall.", ,is mandatory; w� .1-.!e termt "w4 3-is perCLtssIve. r_tY - :r« 47 IT r .+,1fii '4 ♦ Jar .tib v.�+.n. : t u'.^" 'Y' 6 T d3 • r x t �r ^y��k 4 •._c + r �ro- rY sa- a W 3 1x r s eE S h Y 1 � AAA Contract 51n) a r. �/� z r'S ASSL'iLANCE.OF.CO2ff'LIA'2CE-LIIT2IIt[cDEPAMiEtrr[OP d + , s t: • s' UFaTH, EDUCATION .MiD WFLFARE PECULATION WIDER" cox }kyr .TITLE-VI-OE- ._CTVT� ...rrt .t^C � - -•n:.*- z 1 - Contra Costa County W r (hetefa (Name'of-Suhgrantec or_5ewndary Recipient) , after called the a"Subgrantee"-jUFO BY I-GI;EES-THA. it'will-c'o ply with J' _ Title VI of the Civil Rights Act. of 1964 (P.L. 88-352) and a11're ` quirements imposed-by-or pursuant to-the Regulation of the Department _- of Health,. Education,-and.Welfare (45 CFR P2rt.80)-issue4 pursuant to that title;,to the:end that, in accordance,vith Title VI of that.Act and the Regulation, no person in the Uaited States-shall, on the ground of race,.color, or national origin, he excluded from partici patios in, be denied the benefits of, or'be,otherwise subjected to. discrimination under: any program'or activity for which,the Subgrantee,I -receives-Federal`financial assistance,from ` : f': 51 Ca2Lrorni.a.Department of Aging a recipient of (Name of Grantor),:-. Federal financial assistance from the Department (hezeiasfter called ---'"Grantor");.and PERM GIVES ASSURANCE-.THAT it will immediately,take ~' ` any-measures necessary to effectuate this agreement._ �- � -If any real property.-or structure thereon.-is provided or improved x =with the aid of Federal fisaseial assistance'extended to the-Sub grantee by the,Grantor; this assurance shall obLgate.:the Subgrantee, mtie .•- -:or.in the case o .any transfer of such vropertt. anv„transferee"for .� the period aurang imcn the reai_property or structure is used for, a. = purpose for rich aha:Federal f3naadal assistance- is extended or.-for , :.another purpose involving the provision of similar services or ' benefits. . .If any personal property is so provided,-this assurance -shall obligate the Subgrantee:for the—period dozing which it retains 7.1 ownership or possession of the property.':`.:In all:other.cases, this r w-assurance shall obligate-the Subgrantee for'the period-during phich .the Federal financial assistsace is extended to it by-the Grantor" _. MUS ASSUMCE As given in coa'sideratioa of-and for:the-purpose of 's - obtaining_any and all:Federal grante,.lpaae, contracts, property..,, discounts or-other Federal fin—i--Lal assistsaee extended after the s _ `date hereof:.to-,the•Subgrantee:by the Grantor;-including Installment., ptyaeats after such date on-account of.applications'for-Federal financial assistance��;hich were approved before such date. The , Subgrantee recognni:es and agrees that such.-Federal financial J s tr assistance will be extended in reliance onthe representations and' �- 14 AaA Fora 441 (To be completed by-applicant for any grant from the State { - Agency designated to implement the Older Americans Act. here ; • �, .T provision of facilities is invalved, WIJ Fotm 441 is to be exacuted.) - _ - � � �. .�bi. � rhe.. ttY yJ`•::. ���¢ �. � .r'ti--". • t.... ''w,r '+2`YA_o� n .>xfJ'9 3..! - :„y. �P ' S 1%. Y '7� �._ ••. 'i" J ... T.+" - l:` may, Y iG �•x�.5' iY^' fes' Ts1f. i"J�'Ei yi •7{ i s •Tf" [ t'sr_ _ aarecents made in thie.'assurance* rad.ihaz:the Craacor or the United F States or be:h oh-A-1 have_rhr1--te" eh" aaaurancc. This -aasursnce•le binding-on "the Su!igrantee-, its " sutceasors, transferees, and asaignees, -znd.thc-pzrson. or person-.-. whose aienatures appear belcm-are authorized'to.sign thia'ussurance ea behalf of the Subgrantee. as_ c?s:eti SOL L � Contra Costa County - L} (SubZT-Y1i=C-� p rt t t�.`24?tr y r - t_-.� f•- r��r• 4 (Pre9ideat,=Chairn=•of Board esmparable-aurhorLed official) a J M ti _ _ a..ti�..,,. t.•t 's;r�. .E. w `�. •r.r k ,�,n•,:� tis. !•r r J'p{..fir .tpt 651.Pine,StreetttST.r it aKf. �ri Marrt�innizz, C& -=94553 Title: Chairman, Board of'Supervisors' :- �c4v-'ent''S.railinsr. -addressl -. ,� _ . � s tet_: 5.7�� t•�.L'T r E-� � LJT . �� .:'cam '`. y:'•q, .{.�! E t k•,.r�r"`" ..-r .�.,fi � � s.j.E `+•C 1. _ ''� vs,'���y-� ''°'t' 4 .�*'-a� 3�-i .. .?-,r - i +4q• .3a �'c-kr 'L- _ _ * ,.....= r :t':���1_ � 'is'�"'2''�..•c �,L.�-t��3.Sy f� r�P"s•„"�'�.,t�. • : •a%st,.s't�G's'r r- �'•a _ � 3E. ?,r”al i.a i .•' X �.,,'L`_t+. .:'�•'t*}'S '� °niS.Y}.yKE'^ _ t '^' 4 l• si'.:I? .^'-"��"�-.r.�.s5�.y,�. rs'-•...»-:r.r t :. -r.• .�i ��� ' L*v-' ? '•n4 w •�_. > , J.�. Py`T y t "r?'7v'_[9.�� S' w"y'ra-..�i• '. is�' .. i� �L" .s• T--r.�?.s .,,,"Molt's •s-- )7s.J.... 'L.,,.,. i i•� 1 .�f.L•$-aY:r .qr Zt w;�•? ,a .a.-.rr�,.n.. s�.�-+. a. ��-�T.,st ��-.'` �"� �,-,�;' '` .-a'T,',c"�'►1�4^ s".���a��'? ��.. a r r ? .f,q�--=•�,._�" -d:a rI .+r,. t � rs .a£i�,a Y _ ra • L-= +.r^v;i�r L; _' rr"?"S? i'.,Yr ip `.: � ': � .Kim t'i.- --.. a..,rc�,-i7 �ir3� � •�r'�� .x _ �,� :"� .�-..`i"...i�. •rte `'''? Y -�,�,�C•.+-v�•�.- -1,�t .. . - l' � a»i� �� ..+�._�' t�y,rt� X',t i[ CJL�✓ y•i r dJ � „�. x FZ.;Ir'«�: �_ -• - - �< "� `{-+'�'"�? 3l of ♦ � ,o c'.r�.,F':,• Y,; '4'k�" t-' n j,d .?J,y++ ..u'"",E.p�r a,. . � i r ,L''�; 4�. e I -_ Ri•-"•�Lw `-Jr'�� •Efi^•-- Y� ��..rr���}�..� �y..y.f j*i 1�. R•'Er•�'b' - c In the Board of Supervisors of Contra Costa County, State of California July 19 ,19;' 77 In the Matter of Acknowledging Receipt of Report Concerning trite-off of Certain Hospital Accounts Receivable. Pursuant to Resolution Number 74/640 adopted by the Board on July 23, 1974, the County Auditor-Controller has. submitted to the Board a detailed monthly report of certain County Hospital accounts written off during the month of June;-1977 which amounted to $43,994.26; IT IS BY THE BOARD ORDERED that receipt of the aforesaid report is hereby ACKNOWLEDGED. PASSED by the Board on July 19,1977. I hereby certify that the foregoing is a true and corred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of �$ cc: County Auditor-Controller Supervisors County Administrator affixed thbjltbdaY of July . 19 77 z � J. R. OLSSON, Clerk ey "t/a-�2 �r<<7_) U . ��t. b' Deputy Clerk Patricia A. Bell 00310 H-24 3/76 ism m 10 m •�„ _ n a CD CDa O Al _m m 2 O N r r "ni,td x o cl r n d - Z4" a m " s c 'eAldil a. mA H 2 2 R 9 rNn O O p O VOi N V m Im N N IN N N N - a d m aC d A O ..� W b W 0 m �m ►m" m h O! W W W N 0-0 - u�i 'A -- 1+ P V i m !1 1 1 ;1 W O O ►- V W ! i0 V m C ► m2_ : 40 111 N N � y �6 P W P � W OI D ,p r �- ~' ►' ►• r t.. e U �o .- v1� o A o� W 1�u ~ 0 0 0 0 w o p o «. V ►- 10 P� O W O O f,.. P m N .O W O O O .p :.= T r. ,.a• O r O m YM N P V V ►» Ntij m� �! j 'P N P m ►• 'N m N cc i 1�if ou tf ! co P 1 1 �� � �+ •- a w <s� n f o C rr A� 2 ti - � • :� ..� N W W' !+ NO 'a �40 ja P .gyp m +rN m m P N C N NO 'O Sv Ain, -00 I N�1 I I t so: ad -i N O a� PV II i m r O , I Y" DIY r., a o1 j ! m • . • • • • 070 • t• '. � i— j t t o � n R' t ► „_„ s ti a �, � r r ti `m �+ x N Im y=, "1 A Nn�o- H Y. p- r i lb In 23 Z = 2 2 D 2 N < -d i L C r X. 2 H C 10O, .N RAly n A 2 _ A y o m > a K mR> .3- N� � � 1 S ~ 2 � V w/•+ A r p A rV- W W �.:.FV. W w IL P j0 N ►� N ►' "" p, !+ v O V p V V r !� �, W to r m o r N O O N m Z . m m m tb W m O V W A P NI O P r..! 4: A O W P �+ P m<ns. ,J, i A i 1 ~ W 'W �p N ."' 1� r- tOn mm V P_..O m to, !R 11 ►�� t !. V == u a 1- �� +to o � � ty a m o o m �' �- a' •m t�^!t u . ttlo ,o " p ` r 1- ►- F o' m Im m ci . r `° m VI r �' w '..O O M W W iN V o �0p O p...O. o �. Y+. ►- -�„ t.> 4V,, w L� m UO N V ~ � d m �~ '.m a' v N " °' m O O 2 T ryti�. ai u o nVi , ny MI T m m; r P D I p N P to c0 O N m ' co m .A1 O VNi tln c i I o m m i N ~ N O t 10 Ll_. mLa 0 Ab asm j Y <s j a I o ! j r. l rt N� i �. m a m in V 1 2 A .N A .O • •.. O ..O lU m' m N w ON O .O • O Cvo m `t fn - tT r N.y N m� wT Op. i rte oa . fl I j _ tir -4 In 1 = ! I K T _N o �o CIO d d C o aQ' a� o a d a 'd o' c a' o c c a c c c c c c c c c c c c c c z 7 z z z z ,...z z z z �2. z z 2.-z z z z z ! r r r r r r c r r r er r r r r- r» r r r r r r r` u+no O d O li 4 v 'e ro t v v Po ^0 v ��e ro v vi v 'o ro v �a 'o ro Cr o O•i ' C -A c m ' r r r {1 r r Ix r z r r x x x r x x r W. x x M H !� r M �» �w Yw �f..- I.. M ♦+ r 1.. — — W....r M M •. - a P Ln' r rrz O r r r r r r r r N�.+ r r t r r r M r r m I y a - > D D D a D :D,. > D D D D D D D a �► D D D D D z r.n D 2 y rm-�n 2 tz z z z z z z z z V-: z z 4a 2 Sx m 3 3 3 2 S �S S 2 j2 S 3 2 Z 3 S �C :wt 3 Z S 3 m Cz N N N 1N N N i!u N N t�N N N N m N }N N N ({N N N r-4 N N N IAV. N N 'N. N N N 'N N N N N N N N IN N N mom. N N $N N N N N N �N N N A .0 A A �F •P IS -- r �+P a rA t r a t r A A A s• A r S S r r r r �((i� r r s• r r r r r r r r r {{r r r r r r r C :0 mm b .0 .0 F .0 n A i t A i �r r� r A A ,A A r ,A r r A A r EA r r m Ir A r r D Q d ¢ d d }O 6 Q O O }d O Q 3d 8 G 8 d d d 6 o Q O d ►+ D r A A i` W .W it %M W 1► 'W W W ;W W W Ww W 11IIW .01 m iF(►l �1 .d Q* Q� r ?W W W W N !N N N to m W d to .i .1AFVVi .t "-O F i' (ri N+ V t!t v i7t W 0 C" #t(Q d d d d W W i* .0 tb O' b IO O O d W i iv rca O Oa �+t O�. O pV r d !N O( r r Q -O tao +- d �0a J P tft .4 Q `8 rR n # m m m rn, m rn m fbR f0' m {Im f!!' m f11 rn rn m flt m m {3 ° N - } x ' r+ r ►. Hl � ) ,.. i 1 h, � i W � N q- N N r .a c j o• N Irs r w w� N �" .N a• tW r r s,o. r w i•. .- r 'Q' > • • a • • i • • • •. • • {f• a • �� s s • • rr R o. • : W •.,N N Os m M DH "'n m 00(Ar ' M D h 1-1 O ;am N—i xM Nn 31 � r CL »~s m cr a I m W � • • • = • �,�• _•�—T— +• I-•- • V• • yip• M• i � • • � m m MM c o pC CC) p o c o o c o c' o c o' o Io o c �o r S 3 2 2 ¢ 2 2 2 2 2 I2 Z 2 2 z 2 Z Z 2 f 2Z 2 Z > r r ., r r r r rmeet O O Z 2 o O o O IO t O O O O i0 O O O. A O O'' e1Z t 2 Z 2ID • . b V 'o 9 v o 9 v v O S p v v v 9 O "o CA 0 Ir S 7C 7S 7c { K i r r y O'D.N b < { K 2 2 r Irr r I" .r. rr-. r...ter• r G ft M"4 C 2 x x x x x x x x x x x Z• x x i w le _ 2 2 Z 22 2 2 2."2 2 Z Z Z 2 Z Z -AC b x x 3 x x 2 2 S x x x 3 S x x mwz 'OO C N N N N N N N N N N � N N N N N Yd N N N �N N N N N N N- N N N N N m< +, �, p. p. w w r N N N N iN N N N N N N N N N N N N w w w W W W •r- �. A r �A O ? A O A A A A A 0 r O ►� r A.m N yW W i a0 �C aO �D b �O d �O '� 'G Z, �f�11� P P r r r A A A r O.. It A �t r t O r I D 0 0 0 0 0 0 0 a hmw •"' rW lW 0r `Qp o n o o 0 0 , $ o o "0 c o �oia wA r A ro -4 -4 r "rrm ow mw w :.z+ T�N W o w MrW f' n;w W O rm W a O m Cl. O O O y .4P A 7p. .p +l .m r �6 �O N N N r O v N A w w �• '.: W O W r N tb PNi0 n M rn cr f:` m m : m m M m m IM m m m m m m m II N H 9O` O ti w PO z fj i C I 2 I ~ O r W l W P r O cel. Ak w IW l0 W ra: .e P N m Ow m w W N O D LO V �O O W N N m O- m to 6kW,, •m O N m A „d 0 �� 1, i v �-= l' o O �1 {i 1�.. 1 k 1 1�• r,1. • 1 f j I s =.m � C D �m x =si NCe .Am Wo 20 Om &1-4 m r N{ Cor o 0 f 1 so '-IN 3 ` m mo j r wm o� O >D l.4 m^ �, Y> { N Z fl m a a r< I yir71 r { C, .0 C+ D. 0O v 3. ilKs` tp1� 'n �m m` m ilai.. mF m < 7nc m �D D .�Z �+ A eCie �A 9 twit r! b. 'm N P- m m n m Ism m N !N' N O n z + to 2 2 . •'•. r m m p r r in > r J > 2 i -. .i i G -nCJ n 2 N Z T 7f T r > is 7o p m m o o n, r 0-4 A r m a > m m mS T 2 7a r t r t Z 2 r m �> m a x rz. 2 n d 2. C O 2 \NO m m .-,7[ t- r 2 t n m 2 r q.. Z. K O x 1 O MCA r Z n m A m N Q r. �O ►+ O r 7t A S m D Q N m+l ►. O r N Z > N V > r m J 711 •+ a O R 70 \n D z n o z < z m m m r m s N r- r o o Jm D R 2 2 m 9 ;r - n m 2 O Jr+R z eQ I`r A 3b, C x x C O : wz O ►+ f` N O :N N N N Nits N O N :►� N N ►• r r �r r�1 to b W `yU m O W V 1� F� m< ' W U H P v -A ��..�II -m .1 Y- .O 'P N U N W fH U W V W A �t T W P N 0 r O N b a. � ►� 0 'fu N O W -N r I> N J W O N N Z Z P. A .IN W U b V > W b O Q- P r ♦ N P �P C ;um J w b P N J W p N �V U N O W m N ►' N- p N O 1 I 1 1 1 t 1 / 1 ff� 1 1 I I 1 1 1 1 }1 i 1 f 1 1 1 2 �I►+ W -0 V r O U FOo w P t P IV W W W -a O iN N J N P. z m o , r �+ ►+ *- r IF- >r rr ►- r r ►- �- r ► r r� r i- F O O O r 3. 0. W O O N �N 41 Cyt W w *U V P m m W IW P W N r w O W O w rA m t N P W N m A ':N C $+ N{ .A 3w U� W W V N �t0 N P W..0 +1 w N V• w W N m 0� W ��PP PI N W W m r P m b N J ♦: W O �O �+ R W t V r !-' N -.m m f.l V W i0 W) V .t N P N O W P U IA n G b N P� r V �- P �1 P rO0 Oe� m P r1 W O�. O r (D U U W ..0 O b m nr+ N H ,h i � N N � - N M �Pe N W N �N N m O O I O O 111 O O io IO '.0 O l0 w w w w w w w w w l !in fw w w w m e z to N t11 N14 AA )7 b m r O !N 31A U N ♦ -Is p I f rn 1 I } z t 9 M :.s - a r. to R_ .G< iCD m J r - w m J V W I goo �o .r m R .SON 0.4 ns N 3 mr Q -� r o0 G ( I "� mm d CL _ . may ' r� Pa 4 -Ir Jm CL 1 O m I ` R I f 1 r s Mr U I� , - ,- .- - .❑ - _ - _ » {» I.. is;,.;.h.h 0 0 0 : , fI {4 A c'+ n D s < O 6 ;ti m O A n D c O G7 m T .rti •- C r o n .1 p O 0 2 C to T Z 2 2 x I-1 p a 70 70 ►+ D 3.0 z O 0 -+ r 2 D c s r m m m -+ 2 z z z z 0 u 1110 m `a w+ a a m c+z m = 2 T 3 S D N 2 i 2 f1 I m m 3` D T 2 ` • 2 D D -4 • > r O �"1 }f a D m O - N N m 10-1 C p .T p. -a r 2 D r C z m w O S S • a PIAn D m an d K m .-. r r •- fi t r C 9 2 N r r. .. - 2 \ O 1'- m N M :1{p r f1 w T -• In m r r 'r 2 z -1 O=(A •-i �^ H D A r r m a ,r p r a -1 -1 I-i D a C N1171-4 .<7 m - ►. ,r x O 2 O 'r r D r S O O O _ti -t r "p ins -T m m 'm 3D O x 2 2 2 2 D D 4(i 2 2 m m, 2 O m 2 r r 4-In r 3 3 O 2( x r r x x .-i -( -t r+ Im C O m z z m m 2 O r z O Z S a a m D C cD r-zi P P P W {W m-C --tn it�Oi -1 m ;m N N W .0 > �O V 4 V O O V T N O O P P m Pf- 0 a .F o .W OaI r W O W �A Vt V � m m IP ` 7r= W pry O. m m fi 4 W •n O A Iq P o 4O d W �0 OC Q 10 �O %0 m C p T 1 1 0 Pj 1 r11 �0 W r to � m ; O N v- �I {1I1IP. N N I1, W W to Z -1 a m N V V �l r m O (O' W to ,P r W �P m t IW r1 .- ►� O o ICo in n O r q.. ►. r jr O O r r r 1- r r ►+ r r ►. O r N .P d m m r' r ���ppp r N fN r C ,N •0 w r r N w N N N C ON 2 11 W 0• O, O O til W N jN N N N N .0 m < M(A m 'm .0 r w W W N O m N 40 .0 .O O V m Q N T N N V V P i O 41 Ir 0�� O (W �Ot �0 �0 m -t- 4, F W tn` to W O O r r r` r ,4 P� V W O P W O O O V m n C W. N IV O P P m r€ W EO 6 W 1- O O m N r O ,'A W N m w i Ti m m I ; m m r. NI �N N IN N iN N N N 'IV N N 0 0 0 0 o b o \ u+ ftn trl t,R ti lw %A to tr w � to w m v1 a o M >m • • �• �. • • '. • • • �• • +• • • • • • �. .i O, 1P11 O 30 p r (O m (At 0•{ N I m W P �i0 m W P m I� �� 1? 1 ,r R� m� iO O P O �N m r f, p I �. 1 ( 1 1 1 1 1 I I 1 � I � r i W :�►» m m CA { A I I cX a> C)m z CAS.cA O M � R 1 • • _ m m r2 i O 10 m Fm R o G fill D N fill r- "^ O r 0 0 m ( m mIn N r rs o «m o( 7 m 0 \w fl .D \n a -4r -(m . { 4 n iI o fc I I i i <m a tf S fi m7o y z ,m O Q Cx-:..a 2 N.G 2 X 13C 2 x 2 m w m C C O n 7o O a n ;r. m m m m 'm m m !m m m S 3 m D •t V m N Z �r m n "� ..,C m {r O Q '.Q o (O O O p 0 o Q N'A'G I'^ o n o c to n Q m o o c n z N N N N N G•1 o o-+ m n o • s v o z a a s a a D 1- s a a c nca+ m m0 70 T I- r . . . • . . r Tf m s s b c .� m m m < c c x n In n -n n T T T in T 'n n 'R ,a o.iA n.. m c m x a z t► c. +-. a r c r r r r r r r r m m ntz o m m a a +-i In C c r . �t- •-� n 0 -'O O a O O 10F A A 1 0 7O N -� z N N 2 D 'O F 77 -P F w 77 F 1A z 2 2 .O N m•f p O O 1 -• 2 a m :m m ET m m M m m m a a > W Z %ns Iw z z 7C Z z 2 w .1 Rk n t r z z o n n n c n n m �o A Ict I o o a s c r r N � ? , � � iv O O O P P 40 V NW r-i O O P) N W O .m m Ir 1•••� m f0 O -d V V v �V V V V %n %n r r O P P m r r 0 V V IV Vl -N %n W to 1n to tip UI ►^ r ►+ S'2 W In In N P m N N ;N m O W W r b- 1 f r r !r r r Qr P ? ICS C 77 flf P 0 G N �0 �n P P N 0• Ir r O f - a P O` 0• �P a P P 40 �b .o e�+n O O r o r O b O "O ►� r ;� r r r O O O O O O O O ►•, or P m N O r 1D V to ;r •..1 r ',r r N �N .0 .0 .�t W W W •d fn IA- z T m V O W P .0 0• .0 dl•. ml r i3O .6 N P r O ,r 0• r IW W +1 Au C In W r r V r P V P " W' V 'W to w N P O IW n {FT O r V m W V r Cs N1 r iW W' .0 N O O ^ m of W O .0 W N ►+ r .0 V p• r O P bj O :W W W IP .0 N {.0' V m b w Or n C .i m m " fr w m .5' r .o Iw m .• m� rr m m, m �m 1 f m T T m ilm m m m m m �m enrr III f N "M N N y of 0 1 �E %MI _ ts+. w Iv w 1r To 1 i ;m N (F+ O. • • •. • 1 O� O -hN•l •i N' O �.VO -1 K t m Ia1(... N D C 4t .O - - Lf r i %u im co 0. •4 N 0- .<a f - • • • . '• • i • 111• • Or w rn T I z CA m 2 rr c•N ~ r z N O -0 7o m . O R'o y,y oN m_1 i m mea.. I rx o o f a O P+u i N W y m , rn rs P <I V cr rN 4 I f C 0 f f rl • �.:• ,... .;�• ,_i „• �..• a. ,.i o-i _• _ , f �_ _ =. I,i f;;! le f I I-I f x a W. rn s 2 a O L ► f� -rC+ sluff CA �o n r r M-4 o m y m i c> a a-1 m n t s a x r m m s r r s s m m `m m m 'T" cs "is O :S ti Cu Ex z 71+ �Z s -t m >D S s m m T 4> :c c O z m -t ', 1 a ,9 t a -a v N C ., 1 O n n Am S A -A r m m m m m Q MAZi s+ m < < s m m > m 2 > :D mP ! rmr, m T to L ui+ x1 m, j�j �v f NA (}!r ►- �N P Pr Pr p4r. arQOvi T- yr<tar�2 + IY N P PA ~ N 10N O m0�<O OA OOO N W P I rO OQ nFir i. W p w ;ain to 0 1%0 A A 1 +_ 2 -40. m O Or �OI 'aT11 fs" .i N A A O, Ll O m N W c m O W W r 0 0,•. O til V A m y 111 A 1c fA r O m m m ,.rl N rA P� m r m {m tI W 'A p ,O tus r A A �6 N P Q O ''V N t O pi m •.� i tt m m m !m m m FA am N • I • • I• • z CP. j W I- SA � Lo j O N O tm a [ y 17 fi c:0 + t n m m -x N N N -W W W r V.Ln La • • • • m. to 0 i co s� s >< •,b m �m - .. G t y o � ►.S A l m D 1 wr m manna aaaac a m i s x x x iIF- --ILA ' io„ m tnNNNN NNNN7 p m .. .. ., m m Rz r Ninr�.NN V+N tnD In '"' "'+ 1 •+r. ►.►. ►.F-r.N _ a � .•. : ;:2 Z Z' „.. " G'` TCS - z:zazs m ` N c dna a mmmmrn m z s z s' r o 0 70 o a t�ilfl D C o 0 0 4 0 O m _ in m ,en. m m m 7e 700. m m A- t m ;2 ♦ ;Q ,h 1 1 1 1 '1 1 1 1 0 ;,�2 N _rn N a+ v, mkfRlly m 0'7► IM wp .Gp 43 -c u u fu u u u O o v r-k w u vi W v V V OC w 10 V .1 IY Rf K H O f0 G �Op `l.Op -�0p o O W H r O +(O O iyUw�l G 7DJ2lt i CIO a u u � u w w u ' a co A A O I�; ~' ~' ,b N r O N 1p O �O O 2 'lRv:u y' %A F .O 0� p r" '_N N �6 V r r A •" 41 w N m- N.: :',N m O 0�• W fm �� M .-vyi O O N m i0 w N m .:N m V r O ::to N • w W m m mta N N Ln 4 y 7r m AN !7 IN !! r i E ul N A r t - N ro �n v Fl m= r1 N f m mo Tg Q r s I mo 1 + rm r .o m �.. PI m m m m m in ;m m' m m m m m mI m m anr 1L D n D Di D iL D A. A A� p ;A AI fi �p m m m m m D DI > n GA A I lA X r �C C� O •+ >; > :m 70 z 2 n l� tf Vr 7�AAAA A O _ i0 0i fl 'r z z m m m -1 -1 O !m C H n O c Zz :G1 ml m D O T a rr171 m T film 8- O! O 7+ . . . . . n zx, A w A A m �A s it Ir. fn' m t:f m 7} + t O T '>' A IM s x x x x x x Ix21 A V �o o O 1L < m O m m 1; L V A 9 s IIF n m D c r T r r .o o s O m m n •- m ,r .+ •+ S 2 -I z m •r -i O DGIn _ �i r� r �•.. A m x D D N N z Z A" '-m D W W N N W H N it - < { m N -i 2 m > > w _ M-9 A A A A Jo A S '.2 z _ z Q•..;:0 m to z Z n C% •+ 2 2 T D a «. p a m T x Z 7t: O > "> V•+n-? T m. m r. r D -1 i Z Z z F LO Iz r n �7 S S 'll z s !C N !V N IN N N N N N N� N IL. 1- 6- O N. N r N N N N N P P (P P 0• P P d �0 P P iJ 171 WA P W m N W W m m m - h J Zo .0 d d d +0 .0 .0 N P� P O 1n W J m N O 10 d O O V V d• W W, W W W W W W �•. m 0 to �0 J J O J J m P P m m r N U r >r= 41 it .t iA li� r .0 �O A .l• p J �t r �O d d W W Oto P ..1 ' C IR N VIl lR l7t W 1A 171 - P W W V m O/ W N J �C FF- V d VI p. W p. l••O N %T W N to W to W W W P V .1 10 m m O .O - d P P N m J N h r r h r O O O r -g- O O ► C O Ih p h r h .- h h h' ► r ✓ - •+ _ O O O O .O d -0 :N 'Iv P W N h i- to N- W N !- O O N - N N N =Z 11t` ,D d �1 W O V m r O O .0 W m m m N J O m 0 d W O W W D• � � T W •' m N 'N m to : O W . J. W I P f J NI O 10 O l► N O m d .0 of P V ..W O W T J r W W P to .0 J iJf W Vf it N P IW d d` d o d r O m o r W r+ 70 '- N P m O V P N m �1 P .0 Ia N �D `r r r. O to t P W N O 0 O n S P. l N m .0 - d W O d J r 0 4. J z O O m .1 O r p .d. N O I mi m H M N N N N N N N �N N� N IN N N N N N N W 0 0 0 0 0 0 0 0 0 o 0 0 0 o a O o a o o tin N tT tr v: m WT WA Ln �w to kn �m m N 1r to m to WA 9 O Dm , N' OA ►- r 'h i G A� a (n G J to z OO W O P 0� 0� WAO O O p p P 1C, O 1 a< 3W : � 1 m t (t! m II ii A � o { n I a3 1, m m' •.: • . • r :I o •r W 'W fn ' s@@m T7D OW `N1.i -I fnllr'' j4, m Rhd, ,-- rs. c 0 `v .w�i cY1O , -1 m C% Cf IT T m j0 O O ,O O' O to ni n '"n n n n n 'yn r�, nS. le+ n n A ►+ �D al to ;C O m ,m a' s ;s S� O 'i0 a O O D IA AI F �iA A A D.>.[�.. D T A 7c 3. L 7p 2 D a t A !> V. N !A .t T.. jA F' r. a r 2 2 D t3Y =' 9 2 1� A A A A N�2 N O m r O 1Z_f yl 'N"1 !'n O > 7mC �7mo A fmTl ,C� 06� rF- m mm lx m. on. i �O N r. ,'.! O; •. b ��ST'' m '2 I�2 Y r F A F - O I n = t-1 "'� O 70 O 2 2 Z Z 2 2 2 a DAN rb m A a 2 N to to .. a a s a s > z ml a r s in m m m m z z 2 z z z n m P- T a a c a e r r m w Y z < zt((l r. O r 2 2 z F in N N N N N F ♦A> m p ...z = '. r c 2 Z l •aa < .r. `T a z z 2 m A A F 11 N ap n p r H '.. D Z f "'1ju OZ O N N N N N N N - it. s a P a Ir D• W w r un Ln r r r N W W W w w W w:. >�2 b W D tOy W yO� +D r y r �` W ,Ap Q w W W r r J�. A...r 1` r C Mtn O 1+ 1 1 1 �D 03 Vt lT � to 1, it %,A 2 „�,1 tOn ml r r r r O r it rl r O r O o r. .r r r r r r• r r r � Qr ; N .D W a V & O, Ol r .J tD W �l N N r �D N tD m � W O tD W VI - O O' O W Im W� d W m 'J r r w r- to N P - O Nm N m r �� P O N %x - N .D m ;r 'D`` V m W 5G. .:lT m N a %D r ftlo m .1 W .a m Q �D r i m �w r N 'r r m o r W P .D N W O- r m n' m � N� NI N. N N N N N k N N N. N N N - N N1 O,. O O O 01T�- 01 O O� O O O O O O. O O O O Vt %a 1J+ Vt N N %A W N- V1 N 131 W-. 'O 1 f x 3Z N N r � • - r N C N > P lr m iD 4t m �1 Gf .D4 . . . . . . . . • 10! 4D P r AD.< F <D ;r ' Q• � 7 m � !f o f s mm qi N - • �., b � vy N -.rp tFQL�m, s 'O q-'�.Rs F= y N o j f m • m.o r lz sa WAS Q .s tom'} - •l Yr 7O r r> -Ir .Im r 2 o --11 m N j 1 �3 S S iS SfS _ ,.�2 2� ;S r�•r r�.•r. r r 4 �llL L� 5 �_ =i..=.`IS Si =; t flllllen A i 2 2 N m !m m T T T D 2I T I-� 7c :O O, N :N N V i2 1 N n m a = 7D Er 2 L.31t r' r 2! . ;� „ O Vit^ f12 -c s a a s ' ~ �o - x m m o a o o D o n -r nD. m o m ._. x s _�s x -n► ;s etnn ..0'1111.?� a -1 T D D T M 2 m S i .R �`Q>•.=:: f a a o rn r v.M.n z rn m T m o m s y V V m m d".:� O !� O. F O D: r F N it F F F ►+,' '.rte '. m m P O O O T V V V -.m P N O) �0 N N O ! I. r P P : P P ! :!3 r .DN W W P P V :.W .O 0. OO r V r N .O O 0- Lm r r r O C pT -: .O lii m I P oil N 110 110 r r_' r r :h•O t .ltI Omt O N ►t• ` !«'J ►- r r r� r ;� N N H 14, r p IM W m W N N r JJJJ���.pppp f- P P •O.. :.� I�iw ,WI.) aV•. ry f0 J•. W Vl O V W m JW V Y1 Y1 N W t 71N ti W r .p W O P O N Im iTi m W P P m N O N M W I w �tA .0 W P O %a N r r P - Co n: .D 1,11 .e) �1 O r '.P Pt O ;IV V V V P ..1 V + d r ,P A . I I d W N r m M ~ ~ 77�NN N! ~ ~ I N N N H s O O 10 O O O O. O O O ! O4� O I� M N W N v: .N W b1. �W Nt tis w� Vr W �O 1 S N :,1 N Pfit N ` d �.'� O; d i • i �:. . r m. N N 2 v G F P� i b P O; N Oi i0 ip • • • •" - -1 t III a. I 110 IT I f as RM I m m 3 CA W .V 'N N IIIN ! O m d h• a, O N r� I O fA 44 a .+m a1 o CL s1 Jr- K i i • • • �• • - • • • r• = • • • • = • • ! • • ado � I I ' N fn 9� 9 9� 9 A! 9 `A 9f-.9 j9 9 9 -�A 9 9 _I� 9i 't3 2 Z .. «. ¢ c n n ti c Cl x; x !s s� > s s s_ s a s c .., .. :.D m o Z S �O ►.� i Mn m m Im O I O !x a; m 12 2 S 2 S r 'r 9, 9 'r r c »n N N )C N' r ED ►- ►. �1 OO :►. •.." r+ w n. :r •.. •+ -S N r (AILD D ��OO 2 2 �P ml T iA A A 4A 9 9 A 7u S �m ri r m O l"t2 N to N N :m M T m m T m m +. 2 D > A Z O O OO'er 2 Z Mn . 1 • .N : N !4 N + • �• Z C 71VA a > m C. •t. : s b /n0 13r. Cl 4A 10 b•a� m T v T A 9 2, 1C O O O Q O O x f� to to A t"l -f N N.. .ly D i D N y N to N [n In D m .. rr A 2 2 9 N in j0 Im m m m m :,r T 'S' 9 !►, q D •• T 3) Z �D D >, D > -D D r S O O r r f .IT 31b 'm m m Im m m 'Im m D 2 2 r r N :� N a %A CPI m m W P �O t>? m jtA �I M O m m :'m OD tL m A N O O N F r r V O iT W W' .o .t W y0 y0 v m 10 T r yC Vri tOn a LPa i W tFA u uFi �%a tai tp � N a %AA r J" W LA m -O. C ~WIn N N N P O {Nr 1 L� ua :r r r r r r r • r r T W N ";C"j � I I 1 1 11 EI i � �� 11 1 it t�. 1 it 1 1 1 11 I I 1. f I -1 Z --'ii• ; r r P m w W o W; W -j �+ •+ •► �+i o o r r m w T O O r r " r •+ N 4+ O N W to m F 2pQ O ,LO W, pp ,P r• r O �G on -j !I P O F W In W to < ?1 L1 - , i ? 0 m P O - ypIW W m (i r t IW N' O �P Na N O N O- C. W -1 r W N -j ? r A W P4 9: N {r O P N N I N ;yD yOl �6 i` N O - N N10 to r F O co N n a� to F F 'N F %A 6-; O :N ¢1 �1- t N� N F W W F m �0 y0 N F m trot vOi i toA ton ton i w w to to v o {� l 1 .29 j 3 !cc 0; !O co Co ;W m� ? i.p F r m II••• py O� M im N N Inota o c� JIM0 4 c ,tti N T 'a 1 r E M 1 ! 9 { o .. H9 - D> n T ' T r, tp In' - ., m r' p C O yR0 n I w rs c so aw ,0 > G Z' a Dm c r.c i .4 m i x -Cx r tr x r ix <i -+ �-� -•j -+ ;y y .�N N N i(N NI N IN N iA .•I n In e o � . _r �S < jc C� C ,O •- x {x .i b lb b�, � ;b Tl b O 77 T .� r r �� r I r A S m C N O — D r M Yom. M j; r+ r D>n y o 0 m o i0 r -r �-4 r m 'z z' m M n s Iz n x ,'x xs x x x x to n o D 2 2 t- . +¢ •-� .• . im D . jm mi . S a > �O �t m m m m (m m m Cfz r 4Z n m Im a > s m A: N w ►n r N N N N N N IfN O in T e, > • . - - m !r r : z a rc n i s z v Y s n-r z z m D m o 0 0 m m . > rn p D D a D D D D 0Un U. D x A r1 !D t r S = N 7D a o -1 -1 y .4 -+ -1 y 2 p m I b a a N 2. . T -1 x x s x x D rtc t• n a m -n t2 +� s 7c b r r x m m m m 'm m m c m m r n o o D T r r..m t rx s :" -x ?A CA s M m t- 0 A -+ «. D 2 2 r .+ D m D z z z .p O �r o C- r 2 S 2 3 x Z 4 m r 2 2 I O x Gr z z z z z. 2 m b N N r to i••1 h ►� r b O O N Nr N N N /u N N N r M 1T: P m A r _ D• r, �D 100•i 4 u� W W r Q r r r r r r r pl< -4 N X10 0i & �W mo N O w to w W O to m LI 'C Xm m m A 40 O I IO .civ 40' N i; % 10 I%'t D ' '! 1 V 1 1 Cb A I� �11 2 f�R'rGi r r N / -I O �O �: O -I 4 N r Vi O m m lT r O (•" r o' j0 O( r ;r ri r it r r r O r r r r r r •� r O� ' i0 tN(W i, r Ni N 'N N� N O i0 r r h r i+ h O 2 11111.. p• Q- LAlA m .0 N -1( 4 1-1 &1 W m W W r m �D -0 %0 W W W : W �D %x 10 O r �O W E .0 lr rt w W A w- A r r r r A r A N O N fR w O r P N mA z O P m; N 0` W W -t 0� 0 O t0 m m m A r 4 %D O r co O. �c' N( v ;r fn A ISD m t W. r 4 4 4. r r #-- 03 O O. .0 'D •+ -4 -- 'D, N. IN N W O r 4 P r %0,. m r V m r C- f m I NO O. NQ I M I N N N h[ M N N N N cl 0 0 -o 0 0 0 o Q a r •+ N N f N ►' C a a N m ( r; o f 4 mr W r� � r In tJ z m. .. 0� m O D fi N i1M v w c r W m c t 1. i f C+ C -r » ` nm ' m W N . � Ax I NkA N 1 .1 I•I 1 '1 t b AH m� oN 'N.1 3 m yr oa o m o >". rIc n 'mom -m03— o� +• 1 1. aT r A r.> a -d as o �m- a r j t 46 30- 1" e x �J Ip m c 1 � I k-,t I r�, a.1r;A N'n p a>abasOs�z Nh f/lNNNN NNoz A O`.0�1 CY.p CS Cf Z! 12 A :.1 m m»Z— m m m m m m yll m c o r m 11 1 Q m31 IV I- a 04 ut -54 t z r N a s Vie+m 4 i » Vn` '2 { r mm LY w 'iu z, „y 4Y x;k' s �•6'.nU"IfF 3 � £ r E ?x4aL vpA 9 ti ;gip vim 19 or- >• r a r� ti li � Ca D� - � - ,..* ray y -m m•p. ,! f sr �s; -C r r N" 30, a -�m� j 7 s I � A A > - 21 rs fF is a a }V f3 6 S �-` b X T u ��2ef b N P"` O n 3 ro a D 2 N -?1 � r :r t t r r Y 2 'D pc r R' S «t r r r r r Y r r r: Y t m 2 N Ian n.2 x z ? 2Z z z �cr+ . • - is G- .. r N ?► t+ QCs d Q 0 a n O m n Ih C C W It . m m Tm. m m to m m x x x > 21 n tv - > d x z 2 O z 70 Q m m T m m m m m m R. m r to m 'Q flF�1 .�jr�_ - z n. L+-- a+ a- t.. •.. ► r r w � fi 2 A1._; tn p Y Z m 2 2 z z z 2 Z z A z 2 Q ... 7G 3- 3 3 S M 3 S 3 2 OM I- N N N N N N N t1.1 N N IP O r 64 6 w M N •p t .Q A O i FC .P A r b N N N m< W N 41 rl Ce 07 T . N 1 W W •+ - N .'N N N N N. N N N N N ED -i tit 3c X,.,, W aCa tat i-^ tiR to tR M to iT tp Lx to M %m M o• b- ol - m f O 3 ( O a t MA ( lA fW {t l %AI! ltx tip '1 to lin r» W W H O +� O r- r r +- r 1�1 r t• 111rw r to C O - is Y 6 -..-1� tr co h m N d C R O O d 4 kS C t6 �o .c j0 m O v C a v a i. •o .a. 4.i N u {{4ee W r ii-- r +o ..� W c .• to. w t ^t ea C U+ r o4 r r 1m ¢ y i� o �,1 Y r m O O u N 6 C H tyt a W W FL+i+ L. o- -1 tO 11tll�TT W W W N tR U6 - 10 - r• 711 P W D %x W r r d. N N W. m m - O !'Y C `W t- .G tih m - 4 x,ft UE Cs +a m -i .O Itis .P .�t�' CY +� m m :m If1T m m m m i7t T m m m m m }A t7+ tin tin u U+ w-" u u Ii(�+ tin taji yr uR S { Q M Q u .a w tri6Da. a W w m ra u w 7z JyyK��h Mth Np .tit jm.• �.ta :D �D pi,r Cy55 Q i - N 1 � 1 tr � � •-f M N N D< N W W • • w ♦ r • s • 4- • r • •i b N W. W a !ot 0 %M l] W O m it I � ez - O.en Ct N m r pzpm O to to-i ° mr y=! 3 ` cc a� m a m m tz - - rz G s to a t C>10 \~ 120,It M, gw rn mlws vm o in E ` I--C 1 `me - r i- 1- I.I-1►1..1.. rn n n n rr- b x x r �.. «�.. .:-� A N _ r r T r r "� y 3D, D m � to en m 3� � � '-1 � � -r a A 111 d • m m e ,o m r D > s i+ o -i Ac .• < v a 2 m n In c� es O-0' �" c o "' " z . z z c cA; .. _ r s m m -a Z x m m to in inn. ►A+ w m T Tb S A C?f- '" o r z I E r m in -C <m >c N � a r .bp N .N D it 1r O O •- F b N Y h ', Q 2 r FI rr o, e, m N N ������...DDD111 lA .O m U tR to r ►- U A CD W W W W A iii m a. l N N T Z=' yN� {O� pO. 1� O+ �u u La W O O iO d O ! 1 1 1 1 i W �' t`I Iw 1" lA ►. K` a O ►- 1W. �'+ ? a 1 i fa ►- OOi F - m N.. Y s- r O p,. p O M., T D: O f r o � r0 2 rr a>a m w uUi m m nNi .'c `o': tTi�INiI v 'w' m n, n .; � � m n+ m m m m m .: 0 N N h N ti ti y O O I O v' v fill Wkm ApvO 4 u0 (n u6 ! \ p roo ti >m i !r m r W O p 01 U it i` {71 m i iV m hi ^i pR , a 0: .W.. 1 m1 sc - I C" W Y. Nm W r ir.D • • • :• N n fa on 6 f ti n lb. x 1. C'rA+ A K -z m"m s N CD In • r z. CO C/ +b 7D J F m O m O 3 A•+ mm rA in A> N y .t' cO aC m 1 r m m�a r z o 0 P. 4 M,i '+ ` m ...a. �m m> t't Q V r -4m � rto to .. - .. "- .: ►.2 " - n D 1 .m.C, I It to it: I"r I. In 1'- 1= +_ 1= I=, 1< 1-1-1-1-1. - S • 070 • 4D • - i • 0 • • • Q • • C) 1 C O C11 cl m A+ T 'n T' T Z7 T LTn T rn A n+ G C aa do s 70 .Ia a f! p n r "r r r A r r r �' 70 p' r -c c: < K -C < d C n mI m r r r r n A A. x In m m m m N N H si s la a no m m m m •. « r-1 O 70 ?7 Z. p -4 -4 r .. r. K++ m fS z rl 23 0-4 r i 7C A 7C 70 IL.. � C IG'f • • D 2►. t rl 4n C- cc n r H x to i+, m fn c c s I a cr .r C) cl b C3 fr s s. In Cl AD n m m 2 R A p K < l C C Cc C 9 A 1f M N m � ¢ C G C G H N 9 G is n Zi n I m m 1t+ N to 2 m D a D a < y P 1 O 1 A A n n n :b+ a m m r m z <o m m N m� r H w w . t.. H w N w r fv o •. H r.r �i N w ro >u N m m P c iO Ii o 0 0 0 0 :�r i %A r w w au w N N a �' r r -� P! w O O O O �m r oo r to P .0 p P P G O O r IIAw - r 2- m m m m O N -4 ? ♦ -4 -8 b .O .4 r R. .o b. m O O m � v V+, O �17� +t I v .1 r � P i 11 2 •1 u0a: 1 1 1 1 1 1 1 it 1 1 1 ► 1 1 th to to N P� 1 m m ,tom A' 4r I� A j 1� A l� .F r W O� a O ft AD; f- CO I r- b- AC ►- !+ �• O r F -t•- h Oo 0 r! r r r r (.i �D �+ V O r+ - w z - T CO, M T fwd .m. -4 @ IL� R. W W m W I m to W �0 W W p O� O -4 N O M t` m P ►� P m �O l� O '+ r3. O •1 O IhLppO0'' r O P PL"i V i� hD iD + W ►+ O �O .! W A t' O r m hl l .O P t>s �-i P `O -4 p .1 W P in R. m m m ttrr m mm m III m I 1 N IN f� ti PN N N !N N N N M w w w I u+ vi A to V. If EI II I sm toO a p w� N K+ N :O a. W m m a rii i� `1 mi � i 1 e e- 1 0� o t; ' 1:1 0 .. I 9 i m41 <s ' . L m m XZ- !!1 o' If, f n N w dc ss 2 M t+.m: m: bH W fn fn 2 to h cs tv vo �ia m I- i. m N m m.o: b- �3 rm obi a ars a A CD w .d - •..! r I!'m ris ms- .gym { -j .. ° �o m f— 1 r -C �.. . • • • • • • �• • • x • 6• y• • • • • ' • • �! • •; � ' r {1:' r o:; cc •,. ! o .c. c o n ci c m m m m m m In m m m r e- m m K m m. m /r1f Al o' a n a b a > D > D > C G L I t C t t r )• 2>'.M '> A b > 31. f Dti Nh: m � m 19 !$1 m Z" o. "CA fA .! CA fA 0A fo to ? N 4f_ N i.4 � T'n;.,5 n n as h L1 ic. n b in cl ct 7nD A A" .70 A pp A A A A bo m D. A A A m m po D 9 n D a a 9 aV. n a b t- 0 o a Q o o a: o a o 0 -N N N N N N N N N N NN N N N N N N N N N N N N NNN N N N N c p o _ o p o a o 0 Q >rz; m CD p m.. m m m m m m m ��pppmm� m _m. m m. m m m -C Term" O I 10 1 1 l 1 C O� 1 OI OI I1 OI OI. II OI Ot 1 OI 1 1 OI Z KK.' to w W u to to 1e w .mss ff`''''' U w IM w %X ul %A m �u U, m h to I o o 0 0 0 ' o o - �0 0 0 b o o c c o o Op o 0 0 .,;, o� W W W Y� 111VVV N At N N N DJ 'r... m m. -c T(A N m -m co m Q> m W {y 1A V1 �1 kk V •-• W IW N UI b %D J• 40 m W lNA P W O Q V L� m X11 OI! cc N �' V VI 10 @ N m r. m m m m m m ..m m. m m� ,m m m m h (r m. m . m m CA, w Vo :rt s,m a. 4 -A 40 P W 12 r _ m 14, r 1 1 1 1 1 b1. h r £ 4 S ft } 1 Y jo-c >11 a,m ar,. D sn w 3? '•fIt Q' b A r _ Q W �` t3 mr Ny co sa C ' zx -I N. CL z m m a s �ti s S r»m o 1 >o as tr N :` '.`. N �t ".. N W,:� P tot �O' rrs mD r �1 m c •.. - r us r K a y �¢ • • �> ~ r -r r •., A ncl �r...f �" ,�,•,. hoc. C r • t:. i K Y K C�rZZ'i'z ti`9 3. ' N mi x yL c�,.�5''+ D - ta egw' yd .: N .N N f' iP (q, fR 111 - •'s.. M'r`_ t:. CAfq :Nab 22 r Q Q:. C G N N w N NN -11>" O .O O pm m pO 10 ol 10 QO Vp' i1f= to vpe m I ' 1 :t.. 1 at O c o a ul to 1n 1 2 x .r Ks » 41 u yc o 0 o c o cf c u' �' 'n : anter j` r W :: rD.. .. LU 40 b W W W{ yl W 6Oi O 0: O O O v t a 10 .p W -O I A N 1'mi m IIE .4+01, ��p h f� t�A /- O y C4P6 "' W [riT. m ter{ Kps} s' m OD rn Jr. m m '40 CD m m m m m m m m. � m m' in ru .y x F r N o ►� r � ,P 1 a �- l+' m u o n, 1•,,, �y y SCD �,. 1 N O --•.sem i 4 i G � }x o' + 17 s s> -nm • m r� D W ' O y r 2 3 ,OJ 6'1 'OA 7D m p t 9C Rp O In fn 1 " ff1111 r � f A z -d s m m� G ar. om p a .6. au to NLn. nr r.c ..r t I.; IS Is _- t_ t, 1- is - r I:: In I-- I: 1- I» 1- !• 0 • • • • • • • • `1 • • • • • • ,�0 i • • y c, n c-3 o n n c+ n n c n. CS n n - c. c� c. n + c, 0 O a m m m m m m m - m m m m m T T m m m m C►�' ; C t L C C C -C" C e G C G C C C G.. . C C C 5. LLZIIS fn (11 In lfl - 1T1 .CA m T cn 1'n � . N V• N `(�fj N N N N N N �In N N N N N N N l0 C% cl n 1' k !f � C5 ti n d� n n cl cl C+ n ,el o i': ►> Q IV 70 ''JJoo �6 A 7C F 7� -A" F :D - A - w►!1 j- - > D D A D > - b D 9 D D D > D Q- D O b O O Q O d O. O Q D Q p O Q O O O ar F ► : i+ i- i 'F ►+ F. •- i. r F li- i� ►� F ►- F - r it, 'N N N N lu N N,.. N N N to N N N N :N N N - N !.f N N N N N N N N N N N 'R 0 m C m m m <m m m m m m m m m m m m m c-r S m-' t� l 0 0 1 o a o 0 0 0 o p c o 0 0 0 .•Q? ' 1 i 1 1 1 ' 1 �1 1 1 II t 1 ! 1 1 1 1 1 1 2' -t.• m u! � ,ln a+ u� w w w I w w w i►a w w u� w w w w I�1 0r ,0r s c C i g 0 0 0 0 pp 0 0 0 a .1► r 4 r '2 u c a w w w Ir m w tltltl►���� u w Iw w $A w ►n w w -D N V V V 0 a C3 d db .D V •! 0 m m m p m I m m m � m m m m' O m N N V O b .D id FD .A to +O m 0: m QJ m m m m !y . m .D m O .D � v @:- 1Fn r W -1 C` 1� W' � r O Gt .T. •.: sJ': M m m M T` Ir 'T p 2. r r J•- r r r N j- .D W N N r N f- N - lb >< N Z O� r .D o, .D. m Q� O .D N N m ICi C• O {•C D• N t i D ,•_ • • • • • • • • • • • • • • •. • . • �t P a .D to m N b N .D m: •- tU. m W m w m ..D W..: o .R .b Cl u. .D a > . p t 1 ! l + 1 1 1 i„!:",,• 1 1 ,;,L =.1 1 1,:, 1 1 .1".1 1 1^. -'1. 1. t'., tl: 1 F,, ,";�. S j m m ' re r.. N'A "F.Xmc nm r� DAN r Us m In .:A•+ fn M: IA T r �1 C:O Co..O.•. tj A r -.I N 3 I-X 0 w \~ _ r . mD 7 1 -4 m r so CL 0 �e It. It Iz Is _ 1- iy `_ It O f:'f n C1 O t 'Q - +. � w � �. ►. •O„ wG. -f7 ;G E'. C+ fi) O t1 e = { < < r ne < ' m mn m m r m m r errs m r n an �x Y s s a a �fnn f3n e+ m 1^ Ri " !n , to v Iv+ m N N N NN N N NI N N N vmi ss n cs c� o n O i a a '. ►� i fQ I f C N N N N N NM_ 1~�7 ~ •" �' �" f" ►- r+,{ .,,rg IV N N O O O O Ot N N m m N 0 N 0 m m m m m o m c n= Q t a o o b o 0 o f o 0 o o m m im m m m ez 1 € 1 Ft 4 o c C a cm oI 1 a N >A us w 1�7+ an ui In u+ Iln �n lu �n ys to vs la N 2' -►.■+ , c 0 o b T>3 rc sr a i 'oa ,aD m ` + o o o a o 0 0 r o r a i me %M vu`i vi vi pp y y v m K) m O d -b izV P. CD b- F b m m t7D m m C m V n N .� II O �O �1 Q' d W r O - m in, m m fn , m m fl m en en m f m m m m m m m ma., ! [`' ► '- } p. A �.. b M•O. - G �V. 6 y � .4 • • i � N���:. F N m�.' O O m N itn b m �, • • • •- • -..i m N d : W'- O bO t71 -LO .p `A. to m A 111 f1f '1 �:f 1 �� 1 � 1 �#., ! i '1 ' 1 f ! I1 1 f'-.II 1 �'•f _>1 1 1 II 0 ..0 : .. n on { m r z z;c >Y nm ppA m b 17 C3 O O Ls CA y ,RtrNti 01 >O 3 m m o n r=' •- fl .•Y m O >'a a 7 _ 17 4m Ir Nm Q ..p.. ..:... y .a. I3. r N lb..1 i Q w r p F` i} 4 m W- - 44 1_ 1- Is v !n ;� !� I: ( I1- h• = • • • • = • • • • = • • • • ! • L(e''� n c' a' �C r r r m m m m m m m m �r m m rn m m rn m Fr m m m eaz, w- E. c c e c ya b A �es 'A a f a f > _ x O�mn m !h Pe, m msr T � FtoN N y ImI1 N N N.. N N to N N N N O a� n nn n -n n p n n e+ n Qa c, ,!. n MA S A T A S F P� F F F 70 F T FD DajD f b > A fomz rri N N N N Pi N j N N N N N NN NTtIQNN N N N N N N! N N N N N N N ►u N : N0 0 0 o p o 1 0 0 o io o O }0 0 0 0 a o __m m m m m m a m m m m m m m m m m m .c nm}O C G Ip6o ..o gO O ` O O 14 OI O O O P 6 ( I 00.a w W l_r 'w V� 1li Rn V� W lft t11ocl o 0 o0 0 0 mm Is N c ( r r la r > r z O N M t" N r r 6 O O 0j O .D d - m m m m m J CTNV Jw r r P O� ►- rr t O m mNNmco Cp m Oa. �o .O O O r r r� v i ,IW J ;y P Q IG O' p LA Ut ►7 �+1 p P Nt m J m .1 +1 P m a o u, r E FO �o m m m m m m m m m in m m in m m m m m m TTNVo 2N N W - r %A 3P- NA i7t �G ..rFm m - W W J as o w �. ch z z:anm x mNrz ON !nommrm m m. a,.f m...r-r r+ m 1r ` r x D 1 ►@.p a r-C f •.r v `. m i � rte._ • • .• • • • �• ++• • u• -V• • • • n l cz a r r r r r r r r •" r f min m m m r r ,r r ► r r ... -j r.. m m m rt m m m m .mIC wc s as s s i C- 3* g n 3b. --,341N " tin s x a2 2 m fh T In.. /n h=i .lfil ar R Z..? a N IA .YI - N N N 'N., in N N in ch 44 N ,(A N l"- (mR d- T H Cf E1 til Ll !f C9 Z1 L% C$ L1 Cl. n � p A ;A 70 A .� A -.A' A A 9 p.. n ck A p wtl o a s s s >" s s s > a c !o o a o N N N N N N N N. N N iu N N N N N N: N N N T oN iU o of o o o 0 o c p a o p a o o 0 o T >tc z z Cb m m m In m 4b, p mm b o "O.. Pm O en p T O O Q pm m C �T s 0 1 1 c 1 o G 1 G 1 1 1 1 u+ w to+.. Ur pu to V� 1 1n w I %A n fn m W 1t� to u. u IP U m' fA �r.,,. h a s oa a a s o a a a a +A 1„ or r W r ► .p ►- r V N Ln V� lT O ,47 W ►. r .I V ITS IRCn VZ 1A l7c p p -Q, W W N to .p �C �O �O O O O. bl W V 4.. a .1 N U W P_ t N O E V W N m m T m m n% m m� f7 m m rn m m n, m .T m A N . 9 Q r sm c7° ` .o p r 4•n N N N 'O 4A Y t i m IAB F ' T V , r" - C;r " AS 3 m.N ti ,. ' p m va �io fn-r Na ma H� vee 00 tr `: mz. 1N t ? rY 0 m N f • : f . c.. • • ` rr ms Q - m q •.s \o g r N , rx w O tim • • V• =+• _• • • = • _ • • • = • • • • = • • ! • • k i , r c n' n iC 0 n c n o r. O O i c) l� c n c� 0 n 0 o ,c c+ M ► M F H r ► M• H I.. rr F H v 4• !� r r r r r r r r r Dn r r r r r r r r r r r r r r r r r r r r n o m m m m m m m rr m m m Fn m m ' m m m m m e+z r . . • • . . . • . • '� • : C C lb r t - L L' t G. G .IP t L f•= L L G Y_ C C G,,. G D D D. 'D ' D� D � A >. D D. N V: W :. N .K {A N N N N N IA N":^ W N CA n. n 9% n r n '`b i+ Cl n n n n m n of L. m_ 77 A 70 9 7Q 7J( p. rjD U A M 9 A A :O !S > A D D D > D Y D i D �> D > 9 > D D > - lb, > D <Q A O O O O O O-- O O IC Ol O O O C O N N N N N N N N� N N N N N N N N N N N mi N N N N N : N N N N NI N N N N N. N N - N 0 0 0 0 0 0 0 0� of o o r0 0 0 0 0 0 .o o >Ez m m m m m m ..a m m m m m m m m m m - m m c AT p p p p _,..� 0 0 0 o o o p "o p 'o p - .••a �' m ! OI 1 1 1 I I t t.. 1 t 1 1 1 1 I I 1 1 1 z �1•+ '� �a+ v, w to w, w � w w w w w w w, w w em 0 0 o a o 0 o a� o 0 0 0 0 0 0 0 o 0 .» Qa- wl : a.7 iJ N N 4 -" +1 Ul P & P P P P lT P P Z T -.: w Yt S W W N 1�, r r b b .1 v �I P P' P ,< T JA P O S a N w b b b P O ��p[p` .1 +! v ,t b b" r Q N m .1 w S S .t�- - w N' N N S N W N -4 �1 �t W `W %n Y- p. S W S 0 P m O - O O V O N ► •- r r O 4- m w S N S S m m m T. m m m m m rn m m m m rn m m m^ T _ ! > UT '.. sm I I Qx i _4 9•fir N N •+.:. y ..S; .�p {31- CD S m r b S o b b W Os^ o r. m m s W ` a •� O N m P O p Ij. I m : 1 J 1 1 ! I 1 i D Apt` T M 1 ca >> 7-1 nm 3014 m r'.z. (rit�6i' �D 7f A T vo Ra m r rn-t: o'r O Q a c'o s Ml m D, m'- m.a 9?it to 1 .. w • • r • ',r+D fin. In P P N O -ir tiT r in ..x s DI g cc CL in n • • �0 • • �0 - i • 0 0 - 0• �0 �• • • o ! • y► �:� ct 0 c# c> .. m F a r= r r. r` r- r e- r e= r r rF- r` r �' r s►n m m rn k+ m n r -r r! r r r r r r r Ilrr r r r r r �nha m m' mE m r. m m j++ rn m Im m m m rn �n m Q n is a fn ..c �rt ; c f < �c < { �.e -t < s,c < < s -e i,c �s '�+ (O O••! iTf 2> A t'1 • C. k.. C j ): t C C G t .t E t. G ": .. a.Y xi w :O 70 b Y b: b > xYx ',A Y > b Y D Y b iY VIh ` v n tmn a m j �i ` ,: m fin` f1�n ` ° ao oai m rn m m h N in u+! to ^ W to W N to N N in in a m 1 x x z z K .in c+ a n s+ d e5 Cb ii In &f A A Y mY Y b Y 7►, b Y Y S. Y Y-. Y Y l* x 2 2 D,... o a "P a 0 a a a a c 0 Q a a > ••. i. i- 16... i+ M r !+ Y _fN" �l.•l to 1>t it N to N N N N - i+ d r. r W N N... M''� N� N N NI N N N N. N N N N...:N .;A rt1< to to +� w o o a P o f a P o a P a o 0 o a o oX Y g a i " i o e m o mo '.c . zF ma tv ! w N 1 u W w. to CA to %r toIn u+ Un 1 v %A to i tt z m n m m m m •- o .cr o a is a a p p a o o c o a o ►• t r .+ to to r r a h°°a w n°e b p' o a aP' ."ioOA W rN i. m •� .,t to N• .a N N hi ih a` to W N� Cu N to.L3 - m .a .e .O N N m Li r P to O .o �a ha R: N an 17A to �ti «u r m ► r �.i N o in r 4e o C+ •- a O �t W r f W W i0 tT* tit tit a �C WN Y+ i!1 r m m m �n rn rn m m m m m m m i m m m m M m .rn m AA "1e a a 30m tv 00 ro� lT 17i W - W W /�i r rt N V N K Y Q O a• N N m N .. ... g 4, On a r k's m r C rte. r AY V 1-2 d` ti p _ m r i=. b. U 0 m as' .. ?i... m Q Cl Y NIc n+ m%a r 00 «. . ..io Lo o t' Al o a m -!r _j n2 M• _ O N F S et C3 - st Km b s• s c c n K o s s a +b s s a s s a y sf= K .( ' 7a p LO p 'D p 2 2 c ir t nz, c jn s is el x z �6# e r at IN. t JE - G -:. p� �' .� 1• ZZ6^, s x S :r a �c1M T r -= m i11 T _ ss 2 R x D < V -� �i,. .v p .r.. 2 '! A p p .O O C b r A 2 Z b O O r m W w w W. h W b W AIFi7. O m I" N 1"ifr In co in m O N -P. � �` N �' 0' y m m b � m� m. '� � N. � W ..�0 r ,y7 ►" r E2,.•; 1 1 1 JI 1 1 1 1 1 1 1 ` W C A.11.1]� W If7f rr� Vi tA. tri la 1 tip VI .R m: 1 m I' C'j n d; ~ b :b w 1" pCD ly "" N b v i r O O •,.� y 'A r O r y O P IN) lT •N.. V y ff w w o r •N- i y In •�. r r h N m m; ITS m n in IT, M. mrnm m N •-_ N 2 S u ' b 1 r 1 • • p,., �O Q dW w N .: Htu tn i O w N: en .; IA 3 n r _ zro c m _ r _ Am ' C(pl•.. mp rh> N1 r s o r m o 1 s rn ms -1r .vm mQI 0 I x ie x x 3 z f- r r r ac :K x x x e b n n k' c .m. z s m a s m o v+ > a, i� s s � X r � I p m x Z n n n n C 16 2 2 2 m : �.:. n m ' :! :. H m' .a x 7t... x x F. • to S 7o I I to - O GI: Q Ix CA w N x a x m7Q[ m m 1• n m m A m; !r a 4 Y y T T :0 r 2 �. O > S S r 2 i m20 T .y. .L C 7Ce :'9 .^�. a L .r. >D r .r :. r r s+ tet` 7e ps= 3 4 O rn C n c r r m ' �: 4m z m m r- S, m z 2 z 2 en m o > p = m m 2 3 2 2 O z r 9 a M 9 70i- f/u r.Z' N N 1u Y N N N.. O N N N N O �s N N W N ' N r 4.: IT m O m y .0 m O O y N N N +►..fs r m m m m �0 0 %0 < �0 r W t to N V �1 N W W W W N N N 41 i• y N N W - `r1' i� �. �t• m W fru w W w WW O Z ii W w w r w O .O u. 1 .n .0 a m I N -N N I 1 e N N A y %A W W W W W HQ-- 1 m N r O I.i i 1 O r m aft .i 1. 1� t m n ,k rc r +- r r .• r r j r Q r r r O r •„.. p r', � N mm .1 i m aYo u ii I�u� .o. kn i i a .0e m •.<: ��i: ''s r P tr r N a .o; An u,; a .-I N W w N �o N w w o Q.: In r z m r a WD N Rri 4-i t �+ w' r m w W a o toy .. N P P r w .o V S.1 tti! m W Jit tr O O J. V W to n: L Co r O D: �O O b F-;. O b %r m ro m m m fL m m m m m' In Ir.. ,1bn LA %P I M L I � hm Op � • • 01 lJl LN�t W tT O i 0 >t W N y W tSt <:> m fF y R r 2 r 13` i A w w A ° ' ►- ' "m m.. p' r fit 0 V 70 r �^m CIA rW-c IA CQ w - M mNo r 3r.m o o Q. g a1 Mo0 -r m _ bli . � i- �= to !� is 1- .. _ ,s I� Iz !_ ly 1- 1- !� l•h I�i»t» y• • • = • • • • • • • • _ • • • • = i • »AL • • p a x z s it x 7c ac s s x z z z. �x n e% n ec s z i Y pc s a n n s I> a 'S i o r n N 70 alb o m m m m m :m it fr. m m m �n m 2 z m m r--.4 m -- n z 93.4 • ]{b.1 • • iY� IiI. z Ilmp r r r . m c c m h T en N N u. M en M �n N /A �n N • F • S lb .- *, .zi s c c c c c c c c c c c c s 11/T�' o > Nn s > a > r D D > D D a D 7b D 6 S > D -1 pN z 2' 2 z 2 ..o �v+ x r+ r- Fr -C o m-0 - 1n.. t- a F^ m s #n mi" m .T. Fn in m m m s r en n !• n m -2 2 rr r- r» r. ►+. r- r r. r•n a. m r r r t- r -r r r r r -t m K m m m m m in m m m m r ... lr^ r- m >c N O N N d .6 P N W to Vt ,W w w M N w m G In-C A r- Co m w m to m m C Ib O, Co N N w W W m 'n to Q 0 -4 f+1 J .d. V .I v J .1 N -1 ►- O W Q N N N N N N N N N N N O O O O O O G N m m a a to r C .p- O: N N (.. N N �1 N W - N �t V W _ ►• �'.. .OI r tr O t,7� to W W N N .+ O, O O O IpA m us O� m %A W m t 11 n J r tit J O P N .D .O .O .0 r N Co r r p P O N m. W W W m V I V O O. O b N N O p' m u r ►+ p {O C W O. A r-.. N N O O 1- W Ir .0 O a tin fff��� to W Its� i` w m t0 �I� N N T t+- m m mrr. m m mm mj m m m m N N ! v4. O O O O O O Q to a ' . O W Jz. tT O i it - J F �kpY co r t ./ 1 I I tl m 1 'Q W p W 3b-a iaf O m r- Im O -.t0 I5 w L% N.. _. 1 .` N.. t O m s• b- fa". z V A C o m m, r3 9v r2 M.A Qp In t 0 R p mr N� ar ao,: m MN m m,o _ r ►m 001 Co n mr D I r r f '' jr .J�m 3 r N c o O O ,O O -. o ;0 7 a bb t7 0 0 o Ic o a o a a n o In kb o a n orte+ In m' m m fn m m to m m m m Rn m in m m m m z x m n I.>n CA j D w r O > Z> T '2 2 O O O MO O C O O O O. O O O O O r m D, : b - Nn - G[ Z 1 7 2 2. 2 z Z 2, z z 2 2 z 2 2 Z Z 2 2 2 z z 2 M-4 2 D f1 C p n s X r m n O M ►'n �o m 0 1ca. �+ Ir 1+• i+ b - f-- r r F !� F 1- r r N N N O 1-01 . Ja m m m m m 'm m m m m m m m 10 m m N m< '.. �D �O W �o �8 �O 10 :: A %D �Q .o �0 10 .D r P O N T N N N N : N N N N N N N N N N 10 N 41 m L 2 A A A A A P A A A A O U W 40 :::CCC .O .p 1C 1D P N tr r O 1 1 1 1 1 I 1 1 1 1 1 I 1 I 1 1 I 1 I 1 I i I 1 I 1 2 mn .A t: r i r 1• I r t r o - W N �n m 0 0 0 0 0 0 0 0 0 w 41 v ..1 w kA w w u ►Noy W Nto 1O 71 W W N a m r P � !I OD N N .o %0 �[. .01O �o �O m m .o P W 6 W in O N m. r r r P P : P :A R P O^ P �6 .1 +i Vf r W O� P ►• O Y Y W W. WW kr W W N W w Y� 11 7D. m 0.. t,. _ �0 11 W m �l % 41 N r 1C Y O 10 1n w r .o r m �+ n m R. m m m m m m m rr m m m m m m m N`. D tT Z A M Q, N G ►• !O M N 7J1 wLON w N N N w <1 - o- VIn 1A w O wWo m O lb Al 0U& p an 0 O . 1G Ako I.- in -O 1 1 1 1 1 1 1 ! 1 1- I r l ,•, 1 1 1 - 1 1 1 '-t 1 1 1 L7. in . Y Cl ol - b Z O C ti D> m 3 (A co co N r 2 fn.Ct 71=Z '. 7n m `. 90 n ' 7o r. m 72 O.(n (n ti m r n or ob G M; ->i N m m m 3 39 30, a.m o4 >b P rt Co-w � -+r ;11 t 1 n g c 1 ns o m b n. a _ 44 <m �. .: •� �+ f .tr •• T m'. m m to m m m m m m ,m m m T D A r- r m m 2 ,2 a. r. . 7e 70 • I • • I � � z 'z z' z z z z z z z z z z c•- c a' ry en to n s a a� D.- > ** > > s s s > > Io. zf' @ m it .x V * ! Z dC X 'X 2. ae' lip 'R m O O O O b O O O O O O O D. 6,C1 ,O. D t 2 2.. Z z Z Zz 2 2 z z 2 2 Z :.0> fn-1 n a r c & Z a m ( •»o m.2 CD m m m m m m m TK t 1• O V p d d -C,.. d �C d d d : d �D.. d 4C d T. .. W rl 'A tir m N N 1� N N N H. :./u N .N H H: H N N i2. Y, w N W w P P A O• O P C C TJm O tT N m i . .p �C :. d d ,p d ►+p i 1 I I I 1 1�p 1p 1 1�O.. 1 1.: IIp,O I l l 1 1 I 1 1 1 2- O to m V -d - i• a .. A A A r. i• .b, A A A . d m r) _ O O r- h r O p r r O O O QQ Illlbbbb O O O O O O O r�: O r 11 O O h d ro N O,..D d �i M P a P O� P .:.a P P of 2 11 O O to P W ,Vf W i m N ►� O �C U1 t: 'Wkm 4a 0 1/t" m W %D N N P d m O m V d Iii C� U W NK.. m 0- IA p., " W w -O N 1` A Y• 3` Vi O( l• P V N O. W d•. V rl c to w O rn. •+ m m m mm T m ml m.. m m m m. T m m m.. to o I � go tr 9 a 3 A d C r 2 rp N -Ir P V I m ! w. n i D 1 fY ., �+ ,'s -pr - R i N'A nm .m'. a r>-tia d �o m Vo o yr oo' R m and O r r.m o 1 m•- N Nh f. ►.J h3V 4/ m -W W W,x:' N W. � d W a m m- .9, N m Ln w N N m ' P N -I r V m s N N lb, o P ,m .0 m o o -C .� ', 1 1 1 1 1 .jl I 1 1 1 t I I t I 1 o E n m 0 a I 31- -4 In im -C Z rC L I -C 17 'C -C (O V �{ (r 2 T 1T X S T S w Gr '.1"I '.0 ".[' S k '� T T m R �.. � `. r.. � w w w -.r. p. r.. h w � w �+ r. r w p+ ►. w w D[7 r r r r r r r:: rII r r r( r r r r r r r r �In cue r r r r r r r r. : r I 93 e (e b a a u CA Fe e s a^ c a 0 N N N In N sn N N U N N fn N N N CA fn N t t C. t 9- t 1 t L t D D b. D > D ? >� > D > > > > > > b > a as N. U /A U N N an N N N N N N - N N N !� n :n n O m '4'., n rk t a n Q m n P1 `!J P1 70 s i Ir- v a a a >� z 2p > a v 4f N N N N N N N U N U N U N N N N N -1 - .q 1 -1 -/ m= N N N. N N N ou N N N N N N F" wt N N N r.l ' r r r r r r r r r r r r41 r J. r r r m-C r r r r r r $- r r - P- r $- r r r r .T W W W w W W W w W W W W W w W W W W wx W W L. W WW ff!` W i W Q W W W QW pw W G sm O Ib O O I OI 1 � Q � 10 1 1 1 I � I O t O O 1 1 1 1 10 y _ y rai O O O ml'1::- o1 > a a a b a u m p i i P r r i w 4, z Alr O iT �}pi` ► r p O ���ppp O O V V r W r V w� w m V {�h r O P C. C P P O CAM N N b.- N m m V A -J` V '0 r. ^I N N 05 0 m m O H A Q 0,. ►- I- 03 V /s m in r P-. r r Co. %P W 1v n m m m m m m mI U m I m m m m m m m m m m K f i 9M Dm a z c r .rp m .WLM O Hit W -c* N O 4 N w v r' :C C, a•tim e. m. . r w c Tai N (A irn w (A 61 MM �v m 090 vo 0 �.. mw e li, In-I m►b- N-1 c C D e 70=: -1 N m m 0 G rs a p 4, wm b 1 3 D.Q P N H W r r r r ... ep opo fpo G mp o r -1 r �m 71 a- .m.--pq 1 1� 1 1 1 I) 1 1 ,.. 1l. 1 j < r i' r In Er x Ll 4co 0 w i n G n s J. m ip+� rR°. i o -0 ro 'a, tt pl t t • : s s _Fr o s > : i o_ fo o a fe a ,e o C� c� rn v CA CA s m : .. r c • y m -m aNl1 ,mS lb m �. ¢r x C. K 7AC > >. > - ; D L L t L Z QM. m. �-. r O NNp O p pNp a N N N Q lA1Cy 2 el n tf 2 -Zi }�-t -ZV 1 D 2 'l 2 2... ? 2:- 2 Sat. T II TY, i; 2 m m m m m O < N. N N N N 1n N N. N «+A ' 2 N N 2 2 �/ -i -1 .-1 -t -4 -y r-1 .y N F N F 1;? O h O i- P N N N 1.s N N M N N �y x 1n :�D W .W W d. W m K �- .� W T 11 d d W O!! H r r F- (" /-� N N O N W �C `!! d df 0- W W W W w w w r." ►' '' + W mCID k" 0 t1v�, F N a N O 0► C O O O O O Cr a m d e v' A M i .~ e m y a 2 Al r v 'O m d F' ►' W W w N N r N. ... V O N rnn . w O D• b w w V w O N pp w Vi m O• m m r O N r p -V W H N w ab ¢ ;b• V V w l0 V ` W P i O fall w. �A .O W. .O ¢. co V w- W m... ►¢. '. i 1 . I m� m m In ro m m m m m m N N N N N N N h NI 0 0 0 0 0 pppp o a c I o �l w w w w w w w Ln w 1- Gl a O• lu m o m ._Z.. fu itm ': } 4 M ►- -N. ..:O. r As40 T. 1 1 1 39 in .w 1 C... - A 4 _ m m H rZ �e m 9 v m 3 , CD m.. ma C �` r r: o o 1 3b 0 S r J+ m w \ a 'a a '-n `¢s o 1 t c �.s \Cl o c .m C. Kr ym o ~h r N s 6 fm 0 r 4 r f K m L N - K s r x s x a s r r i : s :i x g cIc -t N to «. o h C e n .- — i- x x a a fit. a a •. .. a > n s tt a IA C m O Q -+ r •+ ►� 1 < to r r n N C Q p a n) 't+ m �+:.. m m In m�' T 7c O :� r C Ic s z n:z 5... to bt N . rC" C7o 'S r-. m to s --t I �1 Ns r •. O fh > zi e p 70 2 m to is m tf r` 0 !s s i- ro Ie 6 a m L7 m s o 2 rl p r r a > a 2 m O' s n C+ 2 < m > h 2 O • 7Q - r > 111-��� r r X •i+ on A a i A K ►. O n-._ m N m� T O r ►. n 2 O T1 > S O 1f > T 2 m A n 1• A m O -C ^� m z 2 (> x r z >c O a N b b -bi C5 a N N lu i0 o H f+ N O N N C 64 m N tC r W ID M %A M Ix m -A r -1 %A -1 �1 m i .D M r w -1 .tw". V I A r A i Ut N1 O- O r 0. O, -I 'lt N C. -1 -1 �D N o• P to O O N 'y r O N r P m x 3 P m W W.. r a & P M M u rn N 0 �o W tr W P G A m �•• V A` m m M O itA m m O m �D P O -t W p• h+b 1 1 i 1 1 1 1 1 1 1 i l 1 1 1 1 l I 1 1 I l 1 I 1 2 mAM o N m r � P •.t w m r 1 r �- r .W M m r M o m s O ►� Or N b - t- �+ ►+ r.. .D N H O tD �D Iu - '.f h � r F' iD 'z 71 JS tD P P :O M w d '..1 �D b• P A• O W G m Q C 11 M N P N W N m r.. W P ►' A• O A'• N P pr O r to 0 0 nl K+ ..N p %m -t. 1u r r �D W P V W -D N m 0- r.l �D r N r F N r. Q W N N m '•O N W �47+ A` P W to P O, �O b� �'F�Op m O N w m m P 0 N -4.. r tr rt r W m �o N -1 tr m �8 m T A m I m N N N N '"N N a o 0 '� IM I tm ur to to J to w m u1 u1 L" to w ul ' o-oi i _ r oM tx G a to • • • • • p • • • • • •� '• b A tT m 'N V M �D O bi A` J•. I'C N O N r N m . � I m N r N o o .D +• m i w N' I` .C> �. 0 m It 'M. > ~,, r nm C%tft it Z A N r N ,.m;� • • r'2 a o Pm vo 90 ow Ham . C, y ; C r b 6 CO h G m= mb CL r' m ...t N r A r 30 to > \a -r m •C ;.1 .6 -C T �. , �� f'"g' na >3► DD N N G-N fA fA a- .LY.��r ZZ 2►. t y7, N!'f. C3 1, 7 r 1yqt- ns ns sa y� m S 2, 2 Mnr:j en `m N IIF fes. I9.- t O �O m 2 _ r 14 e s Vis- � �� y �_. • J Mv on 74 In r N .aC }O m M.0 f,m c IN-C2 aw -j A 7 l i ' i I: fa r r i_ _ f_ 1c 1= Ic I. • • • - • • • • = • • • • • • • • - • • • • • 1r r n n n P+ n m m m ml m m m m m @ m ml m 'm mf m m m 03 O: O Q O O O M T T.. T Tf T m T� m m .m m T T m� m T m D>Ct T T In 41 to -4 IA A A S A T� JA 7D 7c 9 :O Z Z Z n A ..Z 7D ZZ 7D - VI A O 70 �o •i a -i -4 -r A Cl n A nI n n e•+ e+ e+ cs A .:n n A 4Mnt : n A r A:Y 0 to a + . n d o r+ n o a o n n n d o n n: n n o n o 'C, •Icz Z 3 :Z 3 SI 2 2 2 Z M 2 _. Z 2 Z 2 3 2 2 2 .:-► '- �' ED m m m Ea is wa ro m m m m • m m ' .70,: b�i O a t r r •.. •. •ri •.. r. .. •.. a.+ ... r ►. ... •+ •+ r w r r -! P N A D a O d O O O m m T m T� m m m mm m m .. m -2 ♦ O + r r r • • vo O- W Ih1 2 Z 2 2 Z 2 2 Z .2 7 Z \A> b J•'. s r r •+ O O d.- n O' O o O O. O O. n O A n n A - A O 77. p D D D D > 7C Z 'X70 Z 3 m m A� 9 S f5 D D Z. T Z - Z A Z Z Z A" w••:A w ►• .:3 3 -_ S 3f 2. 2 2, 3 Z: 2 3 2 Z 3 Z 2 Z <-Q m m s > > CD .N N O O O O O N N N N 1.1 N N N� N N N ., N N N N P P P P P O O a O O; Cl O O O O O O O O O.. O O O O O - ms r I.- m m m m0 %M W •A m vw N W u W Ns W . Ir Ir N N v W W L4T 4 r r r r r o 0 0 0 0� o l0 0 0 o 0 o O o� -o 0 0 0 0 0 =_ O O�i O t0 O) a o o O O 04 0 0 O' O O oC Z-m � - � P oP or r r r ✓ r iir r r r r r r r r - r r r :r r O mts P. P ti J r r. r f✓ ✓: r r ►.� r r r r. r F- r r r r r m i 0 o a o 0 0 o r r r iti Ni H o r a b w V P w W N N N ,r F� r ✓ N r r- r, O O o O iD m 2., m .0 m r a P W Na m m .A N ri � r al W N r O� w 0 W W JN a0 C T IA w P m r m w w P P W N wl w N OI O %" m m to W O O P P N w W m W a0 O m -m A 1 -W N PI' W �N J w 1A N N . A P %A w m m - r lv S Z tT P N N r. a0 10 pi -r OI r it V� IO1 .D J r r 13� W m O O �D m A iC r m m w P O a0 a0 m N: lti P+` r V: J'I ?. Na O O m W N a0 m r O N 4 O C N N >< N .D m W r.:-. O J W 03 W -Oo. -t 30 -0 O w `-m O O� w N'. r w 0 O O .D r b O. m 1A O .0 a N •v rw A T 11 v r z: c N r r Z W W n` P ; N..: C �....f T 1't s to m CA 0 Z Z 0 fn to•"1 - CA m; m Fr I 10. s awl D r \ 1 r .1 m m 0 1 i r M f . IN, 1 m 771 ; - I , i n rn m m Im m{ Q Im m @ im m m !m m! m Is a a s lb" `a U Z. s D s s c c so� x ss s !n nI m m m� >. m s s r r r r r r r r. c -C 1 o c z a -+ z m s c m! m m m m °m m s a n p 2 r '7D. 7c s! 7 i f O rt 2 A •l O r C'1 a x m m m m m m -, -. N n Ct m • m O 2 ZI O Z 2 x O mi �D D� m r r O A D A 7,i 7p m A n2 H • • ♦ N 7 tnl G T N 2 O a Z N 7- N N N N -N NC - '"CM' M C. n r. r N •.. Y to M C'. O� b Lc 3 7f • f - A "C C C E C C '-A b 64 ♦ cr S O m L D h r Z 2 n Z • m �O Z 2 • O O O O O O .1• PNn b 2. O 3 S A D ]► a r r 7 r m r O D a D a s s D y Z O "' T S A A. a r r 5. 7 n ... a 2 `_ m s 7 11 z 7 Z''2 Z -..h'" N A to 9 r s m fn 0 2 A T m A C m C S - •t a m r < 7ft a rn� T ID 2 ti !i m D 2 Z x l m 2 Z' to x:.. XS Oi_. N A r r lb >- s D s a a - -Lt T. r ►. Z AO •+ r 7� r A 70 A A A R r p r S. m 2 L O Z r .+ r ►r m m:..2 0 m. m R m m m '' m 2 N - IN O� N O N tN N - NO O O O O N W N N N N N N m O 0 m N W N r•q to `G .O ,i' "�D LA r m N m W N O O A N: N N N N N m"-C Lt1 W m W m W W N N O m L>t +y LA m N r Pr .T Q + •OI O t W to O m v L>r : LA LA� + + + A r + � WO r LD r LAW W O O N LA0'I N Ir O! r r m O�. �r O( m m m mm m .D W •p i N N P O N &.r r: r . O tr �D P LA to >n� M N L I LA 1, Z •)aOn 1 1 m O m m .D V W -1 m O W b:( P Er Ali to P �t W W N P P P O� P P ;. f'1 na O O o r. r r r r r r r r o !~ rr 1r r r r o O o O o O a•.-" �:' W N N O F M N F •J N N,; NW M W W W 6l N N N Z. O .L .lf W W Q•0 .o O 'v W i N f W W N b N -I Pb to N C N r 1` ks d 0 O ► T N N .D, r +lA aW N O r r r O- N m w J. 1 f P +i N W m .O ,C rA O O O11 �O -4 a LA .... .- •+I T. - 4 j m m m m m m m m - -h N i t-4 o 1 0` o o o' o d K �O 1LA LA LA LA L I LA At r j O N .D l) r N ! O.� G •.Z 0 o m ~ Lj rt E 1 1I 1, n I WI i• N LA - N N < W cc -i +. W •W W + • • • • • • • • • a W P LA m m O pA m pp O ,O �G Y A m. r c5 CCD a sm 12 41 Ro A. mm h N� C7 b a N o m, m.o CL to r 3 r p s Pw to 1 N 9 r- r LA IN. .1 r m S s a+ -4 r" O g•. < +1 a r to o m ro r -�ey �• • = • • • Y• � • a• 4 • Or • �• • -• = • • -is- • • � . - o w x z x r x s s . m m m, m m m! m m `T ,m a al s a F z 2 a]►tt ,. O O O O G O O o T, a '0 V. 7A W W NnO m. m m� m m fN Ar S S S S Q ! t n 2 .'T r m m N N N CA N Ni to N rN� w N f., N a Y . w 4 a I- r C- Q O-# W W .1 W W M 2 2 = 2 t" TCF rn. fm th on • • rt r r,, s- c c c sa a 9h m A a a 9 r a a a n n n n n t+ ;s a t► ' n n n O O O rt w . rt w w . • w • +• s :.f r -z .tea m a a m a s > . a► s s s. T. s >',: m.: L a •r #u as t,� F a A, F.' w AI A "R `A A A A 77 •t' Z 2 Gt t^ A S S x ••#_ W -t W W N1 n n C c C G c Cl C C C., c C r r r: r r > S 2 S F A 7e F A Sf F F F A A =t a a a a a 2 G ac N N N to t.. r /. t.- r..t P P PO O O •0 b b '.a0 b b� •D b b .0 b "a :.b b .0 b W A A m� to tri v+ 'O O O m Q m co t coi m m m 0) m Co CD to v 1A tin .1 a O ":T A A A tiA w tm r r r r r r{ •+ r r r r f. w w w. w A O O z A A # A t A -4 v -A .a .i' �# V 4 .# m m W to W Cc T y� to to r: r r m m ;m ! m 0: .T#' tb m tb P P 0. D` ♦ ,0 b •�O I # �, # t ..2... -4 -Q V - N V r r r Us to to to to lT; to Ln Gto to to m m co m Cb -u a. O O O O O O r r r r r rE r r r`I r r r r O C O O r - O O ++ Or b b b F r H W w w W w w W I N N to N to 0 m m m cc oua b Z T w w C 'b .0 m Pka A .0 .0 & A N CD r r b W m 0+ 6 O O w w� w P 0+; .0 m +! m 1A N m W 0 v 'Q trim b ft M r r W Wt w r rr.� N W P & m W W N '4 #• O N .r+" r w w A N w A C O O r r1 r N w 4 w m m N .I P m r O to n, V A W P vt C r A w A, N ri O W !V� P V +� to m m m to ., — — L L L L L L� L L LI 4- L t L m tnJi N N A r ic • a ,y. a a o t } m m b N W N -r !m W to ,� W W Nr '.o w A r >< w y a N +2 u W w •d { • • . • • • • '• • •! • • • • •t . . r • • • i N Pa a . a r a as A a a aN Ot 1 1 tl in Cl r' � ►Oi. Z'v 7a� z' cm CA M6. N 'd 'O �y GN m Cl _ .. pa m m r O R al. ID rJ Nn' Aft r to s n «. V.d m } W m m � r, m m m m IT, m mis a o b o o Io o! o o n. n n Cs n ru is n n n n a x ar r r �c « :m .. m •n j it r* s a t: a a n O t d o O } c z a y s r c p r r r sats H r 2 Z' r H [7 2 F z 2 m m m rn • + 'H m m a m m IPA s • .E a a .. z s S A r a :a to -n a d t t :;N x 4.. H ;K.' A m HIlp to H C T fn m • a s a „ d m m o d o r m o t_ o : m s x a r, n r"�a t~ir rv' 2 C O A D. m < •+ s D 30. D m H O Q A -11 Q Q 1r < r T :r 2 7 2:. ? In H } a a a .. ., r m-, .. d en rn nn z a, n rn n x+ 2 z < r O 7o n. x m ,Z r r r m y : z •c. m SE o d C u' z z ` D b 31. H Z O s£ r } A a m 2:; w r O r. w N w w .• i. N O H O NO fr w w N ..e .a -t n o N P d :-1 i r 1 P N ata w .8 r o v 1 P P P mt ✓ r .t) W -0 O CD rD W to W W W- .N - V v� .y ♦ r N r i W to to ...tom lm O N P P0 .0 i� O d d N a W W in N w fi to m r 'A to P N w t. to W W P N W to P W O O O r O p T> } Sp O N P N H -r r d.. N yj J• N N N .:i.- N w N N 9 :w .O6 �;. T r •',: .tl .p r lri P .A b W �Dr 41 rI N V .O .O WO•. O N W .G W W N r r 0 W 0 i• O N o m a mi r .N m m 0 m r W P V a b �., N d O P .D }� N. � P m r O N O O I.s" p; 4 V W r a w m O .4 .N O 41 i` a N 6 P lb N r W w .O N w r. O N N 1n P O .0. N to N e w N Ai:` K m '^ a. w to to w vi w to a to to an 'a ca 40 d w it ;p ah ♦♦ to g, °' t o c ti a m o o i o m m o o: tAn' r C m:. r to a as 7 a`' • m, - H fl u 4 ' 4 Arn F M 4 ' N H m - mo _ v m < :J CIP p a t • i • • " • • • • = • • • • = • • • • • • ! • • �> IJ tt{ i T T T T T T T. IT T T =41 �1I T T mT T m m I m m m, m mmj J. D >._"y t. t• c a P 7o a D N N.. C� -+ 70 T n w w 7o A A m c < c 4c: a a A m !n 2 2 >, >0 1D 2 7C 7C c -+ A 2 n 2 2 = ][;:x 7t T r r, ►� N A O 2 + m + f P m m m ; m m '..m N 2 Z. i• • •.. •: N N N r >D 7 O 7D T 70 7D 77 7O • r • • • 'C1 �.. fn N . r O n A O C. D n + r . + a 1• r r ,iC til C>o 5 D m� r m C) fR a m . + a, m s r f- �- � ,r.,-4 m fft rn m r + 0 0 0 N v+ a o .- a >, 70 -, •1' x r Q � s a > s s a s m z Z ', z z t � o 7e .:C D 1 •, .+ :. 7o i++ h1 D O a 7o F C C g C C C c 7oA p O O •1 N 7e N - °Gi v+ 2 z - D D 7► D z, A >o •• D O O O=<O O :O D 7► `a a ,d i W m�{ 2 2 2 r Q ►+ ? T m m m to m m' C4 7pI %.A� iF c Q b •w s s -1m.,* 7o a z 7e W m as m `n m o 0 0 o o e p s z '1••A ;_.�1 r .- •r m m m c - 2 X r D -Z :. 2 2 CG m O' a z z z m x z m sc •-� i- N N b O :Cf N N lu.: d O N O N -i- F F F FN O O. O O ^ r•=1 f3 %K : w .O .D .D .D -.D Oa O ' Co .D r m N m d .1 N ':N .4 •1 H N ,' •1 .I 111 K .D . U U .o .D .0 N to ._ m. N .t W N & 0 m C• O 03 m r r O to U W W W P 4n w V O W W N .D .Da to .o .0 .0 O U w w L z m r r t P P 0,.. CO O y0 U W V. O .1 O. O• O. C� O• 0. 07 'O• {Py P' C.. ��m a �•. a 1 i7 I W w w. li w t: •(� r. t i Ids i w w 1 j' z„ i nO. `A r .D .0 i� ii c a s ►+ O W ? O W W -W W W : W N V' ► r m' O ► ►- •- r O V r !-. r O O •+ O O O O O 0 O P- O O O p ►s` O r U W -4 w CD W m UI-- N ..O O CD V � O W--,' W O W W .I V A N O P 1� N o w. fD V .0 0� N m 0 � N m N '� 6 P Q (n m Rr 47f N 01 V +i d O u m i• a W - l• 4A V 0 Qi Ln =I m N N A NW W i` N N Nf 0 O m V O W 0 .o .o O i` W 0l LM F-. .O O ./ 0 O� U U N O N m is W N U O O .D to ' 114 .•• - CS m m m m m m "m' .- r - .- m m m m m N cn cm VOi tOA tO1ti � (tOi' 407 9 a ' f N N. T N- N f, %D A t N N D O Al 0 .. f, U4. A N:B-,r -0 0. V p N N:,..{, N !+ O .1 O m V N p O O O O O J• �1 lA O r 9r r' i s O, 17 ;w. cl CA N V C A ,a n r r m o_ m<. mo 3 ►• o l ca `y In 31 'S • .,per.:_:- r - 's. -1. -.Im r r 11 + z C a 1 Oi + r. I < �, c5 fO nl Vi n n O Cl Cz n C; n� c 0 c:� c+ C. 0 n n n n '. n 0 O O n 7Q.. p-. DDA'. n o O O O Q O Q O O 0' O a Q O cr fn A O 2 ' 2 z 2 Z 2 2 2 2 Z - 2 2 2. Z Z Z" Z 2 'T,2 2 '2 2 - Z.;'Z - AS; m m fri 'm m rr m m mfr.., m m m m m "In; m m In m m m "m m' fWl In m 70 'F 7o A 7n A !D b A p S T ZI 7o T 70:' T T" b A T S m m m. A •. b•1 m rn m.. m m m - m In m In m m m m in m m m m m s >�`� f!�to A;' S T. T S S S S 5.. 7 S S S •1:., ffn-,'. m R m m m m':. fi': m -m. m m m m m m m m m'�• m m m m m m f m Q=4' �s�-��s�?. .• .� f Q :. •s c" ID z 0 0 O b O O a O O 0 O a I! a l 0 Gb O O O O o a D W W W W W WWW W W W W W W W W W WW W'.- WO. OW W Yrm f=C m m m m m m m m m m m m m Co m m 'D uin m %A m " m t . i 00 000OO000 OOOOOOOOoOOOOOOODC.; Am V u QN .I J H N N V .l V .1 N K ./ •I Qf " -1 I 1 11 1 ! 1 I . I 1� i 1 li. I 1 1 1 1 I 1 i 1 1 1 1 2' •1•.- o c o b O b 0 0 0 o o of o 0 0" o 0 0 0 0 0 0 0 0 0 0 b io 0 a a c 0 a a o 0 0 0 0 ""o o Ir a c a a to a a a m a r s r wl rw W N N r J.. ►- m Z' on W N N f•+ r y W N N ✓ W W Vt O .ii O O ♦ r m m N iD P O� .J �1 O y W W o, O• O- M .D 0 O O N N �D N I- P Ir d u+ O v' O O A r N D• - W O O O Co r W W W W. D� to ✓ i• N i6 rD C ►+�: >": 1' 3` -✓ ►- A O, to ✓ to m m N N N m f!. O, CD m r io 40 W P fA =O O W Nb %D Co m %a :O �D m. W N ►� O 1 W A W ".H m i� �.1.. .1 �I i0' P m m m m m m m m. " m m m �m m m m m m m m M: m m m m m rn m m N N'` N \. i C +1 1 m. in Q. i s r.. 7 m s. - r t11. 3 OVA ill _ GIlb In Inr, .;, N r ' f - w cal._ p` W;�✓ O •.+ •+ Y r Y to ✓ r'. Y Y'.x Y W W. O a ?. 16 ..�.1 N'A O,� O� O� P a--"P P R V lei N N. N t71 m m .D r to C a • • s • f • • • - • • i' • • P • • • •' • • a • t' ! w �cl , D. m ft P m' m m m m m O m m t .I .1 .J V O O O O 1 .I m a N O O a O b 0 ♦� O O 1� J fN N N N O b p h -C 4 p 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i l l 1 1 1 1 1 r o Cl. C, 0 0 0 a c n n j0 C+ 0 a n' C, n c h ci c- on c. Cl Ct n c) n n Cl O- o n n o n m Cl s s s�..s a b. IN. a s s s s A. s a 2. 2 2 2 z 2 2 2 2 2 2 O -1 �" -el -4 -1 A 7D '= A A A = A A A A ' )1* N N N N N N N N N`;N N M A = A� = A O O O O O O O O O N n O D. a a > D D > -..a a 3b 3w G m Im m�. .m m 2 'Y' 2 2 2 . 2 2'� 2 2 n Z r r r r r r r r r ` r r s r i r r r r m IF' m m m m m m m m %cs 'o es M m m to m m m m m Iti m z m m m m m rn m m m m m mm •-m y to to N to to N N N r L r r r r r •t -t -t -1 •} s a D D a >- a > >•,` C O 4 «. r L: w S S ? :a 'T r -r r r r r T r r r -r- Z N:- N N N N m',.m m ..m m m m-':m m :':D.^W m1 •'.'. c - c c c < c c < < t to z > a a s a r r r r r r r r' r r •;s ';��-s ,'` 2 2 2 2 2 i 2 2 z -2 c Itm m m m. m -1•-t1 , 31. Ir F F Y F ►- F F F F....F r N N N� VW O O - o b O b O O al � Co Co m m m m 0 m m . 0 r HI -t -1 -1 .N -1 UjW W W W w W w W w m< O tr r Jr. .A -1 +! 1 r r t r 0 m Co 0 Co m 0 0 m 11" . H N N N N N N N N N a � O, P ?' O O W w N w W M - W %A =�S wW W W W Vw� aW N to7� 4As 1• A DW tO O O. O O O- O O Cr- Am � f If ,1 1 1 It 1 I 1 I tl I t w t �I... �I �f N �i -. y �l �2.' IZ.0. O. O O O O 0 O0 O. O b' OI OO• ai O tT O O O C O O O O O O m t1 O O O dm O O O O O O r Oi r r ►i O O O D. O �Q1 P Q o O O Gp O r, tD m 0 CO m m V -1 V -I F O F F OI ;a 40 4W •A V: W o O m v N W O� m J tT Oa OO a W 1A 'R N P r 1` "r tT P ►� IA .C: 0 O N, N 0� 0 W N -1 - -1 -1 -1 N 'a tp ¢. 4 P! %a v m P O P W W W W "Q W N C)' Vii to -mi o G A. r 1441 •- -i -1; U 10 Lu r r i` N N N N N r D 1` ew -S vt f N i m N; to I o W N j Co w w N r o .o v a m .. I I M M m m T m m m m m m ►. > a a > a m m m m m' m m m m H. m w i A IA S f s O r c' ✓ CD N : W r : N N W: W W i• Wlk > a C N. V N N P.. o a.. .A D W._.V r•. z 110 t t 1 1 ! t 1 1 1 1 tt.• t z ` = 6 p. m . 1- > N F A -' fQ Inn r. . s as m r u •e ie V AC �ymj�j, ;�.�. A 20 In -.. 0 r, 0 0 � ks tr • f - a a . a • CC �;..:0p CD p 0. . 0 0 M. m 1 a _ .. i- f I- t-- s _ 1- = - I J t- I. 1- rv� 1_T• • • • • • _ : • • • • • • •= • • _L .• .•I x s x s 1s s s . n n n o nI n In n n n n n lc n n nl n n n O c r _r c s s n T T m T T yn T •�1...'.h h •h. �� �.., m '• < N N N N N -N N N Uh0 -� •_• c c c c c z • s a a s a s s. a c . .. fn A • • . f A b gymm', N N �., N N N _= N TCA ' x C b B...O o G 6. D • CA T H i' zi,•' m.:'m m' T m r <. A T' T T T ZI T ♦ Cs • • i' • - A: p y H. N N H (A N N =r`In0 D .3. s D i f D y'N AQI'.. F .2x 2 O m2. 2 2 2.-2 m rr rrQiWmy, .- «. m z F A c+ n to to N to to b Cf N►►►�yyy' ti m 10. T m. m m m. m m O O O O O O OI yt0• L `+.. F F i. V V N N O O ..O O, O O O V.. O r V F •. 1.. i. `. 1. N r� 6 m m m m m m V1m r �o �O �O :b O 0 m m m m m m m m w r m A r r� a s r ♦ r ♦ A J- s P P W r ► Y r r N O N. N N N N N N - W � {y N N C A m . 1 y� 1 1 1 1 1 1 2 y•O., ` .. P P P P Q •- �D W m m �m m� m m m. N .O �O O O O O O O O Of N O O Th O C O O O Y V •- r O O oO O �.+ r V r ►- V Y O O O r O r ✓;i �1 V P F N h N N O- O O O � IV � Y F V O �D t lf� Y W O O W m �C: �•1 Y .O: N PI O �O r. lA .0 -i0 W O W m m O NI m N W m J t1t CD P ►. 1T m N W. P m., rte. n ' m m m m m m m m m m , O O O O I p H U }}D IQ 2 lT V1 1i1 N m C 1 '1 N N N N N .11 j,' W N w ?.: m m c: O OO O b� N • :N 10 P, N W N 0 0 1 0 0 0 .o F{ s. i ht- r, c A b 41 m_ ID r. D a a m to b A d O d FT e m CI o A CmA Ti .:.0 N y o_ C sb 3 m rl m'_ ra Na m s m f �a 02 to r le � � 1- - I_ •I i I Ir mm. r = 7n ..A A A F A A A A DDC't D 7C �1 •-1 G Z 2 r r r. r D 9. O 6 r N L.. C C C C { C t C Nn6 2 N -.4 N T O a O O r O Z F m m. m m m m m, m m m cl n elm-1 O O 2 m N Z t t`-Z O 2 •+ - 9 K t < < < < C . T C 9 r 7 O O = r r { O n ; r r fjr b 'e F N 511: r # Z to D !i F h d D D b c D C- N N x r n A -D r A r D b m m m m m m m m f P-to n - m K K D C r r r' r r r r r pG tN r r 0 r '.O OQO F 2 D r .-pi m mS SS S 5 = 2 2 O �/NNT-I p::: N < <. N -1 2 C C C ti Ct r" �, a+ .. r• o. 9 .n f x -t N N N v DA x = r r i m n ee N z x r a .o se b N F ►• N r N N N N N O N N N N ► N u r F• M H /-� F ► Y+ r t•1 N r .D .D .D r �1 r r ►• r N t m ml �O 0 P ? 6f tD O m m m to tb T< O O r V V. S ^I W P co m m I r A tD P'. V p W pW W Wp W pW W W pW C F T N r N N P N N W Y~i. W N P I W .I t`j r 1 1 1 1 OI 1 OI pl t 2 -i n - W V V V V r t9 .O O OO r P P .O O b tb lO P P P P P P : P P f111; r r o O r r G O o .0 o •^ •+ o r r - r �••i r p o o o fl O" O o Or 40 :1 &. V IA V- W W N' r P O m P A- O m r N /G �D P :N to < 9t N W �t N N i• W r P m V O O N W. rl z �D �1 "r r O N m N to p W r O r' O .0-' N N tr A �D O ►te r r -4 N O w O r Nt m CD Z a m A to P P .O b in to t1 C - rl W O m P N P H f.: m m. m M m m m m -mm CA p O yt N N v 0 D m O u z N N _ ,D • < :_ • • •� • ,0 _ •P ID O P ♦b:. p N m W ►- N D< Alt O O SS ap.:pO O 'Op' O r O•' I � � 1 1 1 . C O a. jo _ r 1„ ej z< Y> on- 3C A�• _ • �D _W Q AT N m 1 !� 1 v. nC 9 fIC O '.O N.I A,b N n C 1b A Z H N m.o 0w m w .1 N m •�:; ym t - i - -C y e D 3. 1 O r < r r r r r rf r it r r r r r Ir r r . r r r r r� �c x c.. ;c- f- m m m m m m m m m f" m m fm fn - m m my m D s n T ?� ^ m m!. C! Q C1 n 0 Q In Q in .":O..O 0 O.. f:+ n m m mi m. i 2� 20 m rn`; 2 Z -s a es ,. m m m T m m fn m m M T m T m •. {{'� iy '� m rn m Z m 0 T m ""N C"W"Z w y w O O L) A O Q o 1'i O O O n O n n ..'a a a t► ? w - r r to �A p:'Ci O O-•1 A �o 7o �o a 70 7D A 7D 'A." A A x m = z - '? Y Z . . "t . m • • ..0 Tca - ftl to m RD to rn m rn to T{n m rn m Z Z Y 2 • Z s > C- C- C- L O C •+ T In c c a (P WA n yc of r -5 r r CC r z It r s = v r — r r .. t4 m "n b i s s..2 � a 1► >u a 2. a a i,» > a .a a s a s n X at s = .. o .. .» c Y Y :.•t =iu a0.to r >r r r r r r r r r r I r r r x x m s m n - m m a.: m rn'."'o s W m� H ••i .i. �i. y m 1 < m ;o m it -• m M w m r ♦. ,.T 73 l n a Ih m m •f. �n m m m m m T m) m m rn m T m T 70 r r' T 'T. T ►!on fi i - a m m m �►C r r r 6. ii- i- r *+ r r Q a F+ N C N N f 4 .0 .b .b .0 N N N INA O N m< Q Q O Q O O Q O Q Q : o OI O O O -1T - N V V V -4 •.i .-4 V V -t.. V -4 A I. .k +a N W r O O O b• P =.x � W W W W W W CWii Ski+ tWa� + V. : ; � i. i•1�i�i-T~ • • • ' • • • • _ • • • •= • • • •- i • ! • • �� t 1 o z z �tn m T m m nt m mz annZr,:!' zn 2 i z z z z z m m o s mH coc a o = � z crc a s sp ta m - th I7c x 7� X tP` x o z I" Irm z z z x € + > , ayn z m s s w z _ z z 2 O ' a a s s s a •42 i.s a In x A A ? D f C A > > A' m rn « m t H al en 3;- 9 V m A F - p a r r r r r :.r r O, wTN m m f- i 2 2t O 'f7 r': r m� O O <. < i"I.r m T kl T. T .IT f 7o A A7o A V<O r r r 7 z p r o 30 }. N N N N N W N ►- As. ►- N i- i N 1u r !v i r �O �O m N O 1D .O �O d) Q .O +C m w P P N ..1 N N r r •• .D p v P .� NI ►~ rl m m m 12 is tu w .Okm p. W W W W W V •~ �t N O O O O O O N a Wtoy w w N i �. 4' :, }. i.� ►+ � v� to .c .o w � W N r r' .t y O r O O r r O r r O: r O' O O ►' r r"... r ►" r ►' Q O O �+- O r- C O m m N N 0 .1) m tr P In d Go to 'Co. V . r to �D N O N +v .N_ N V r r u r O -1 u �1I d W u W W J a y N �t).` m r P .•. P; W N- V r P ? N .O u m v m- 10. r r til �O A m• Q°.' iC- C m m m m T m m y` 13 uo tx m w VI v Z co • • • �, to iti� s •, �Nku ! , N O Q 1 , r- w a r r fr 14 •CD mo ,� � L� oa mm c � i li•: � '� 'j ! Oj: Oj t c of r - � s c > p In m m t .1 v A_ TA i0 yy ' > 1 r m r' = 7 71 #- 11v v o fo o� o' o Q ' o, ,O c, o `Q Q` o o INN A 7D , s. A o In n !1 er. C11 o n n > a .. pn n n 7a. m A m 7" -4 Q � C m -m m mj m m m S S r c t � ..� r b 2 Cl - �s S�t1 a N b to 2 jm m ev N A p A A A A O- O O c•m n r r n m m N n Q O O O N 0 O ' n n O - d O O O O O D. D Q r Z S N T m..a m a s z s a s Q s s s > > s > z : .. aD r p30 F 0 e C c c� .i v 6 7D A A 2 A A o x 0 Q a ok a o n z z - o - r r x z •. .� it r. r ... r r z 2 s Z S =� S _ _ m m m . cp r > > s m Z , G n n n ;< a a n n 2 , Z z z� a a Z 7. a z to i„ b 2 m m c- c t N 11 A 2 m m 9 - 0 to •'.D @ @ @ tai @ m. @ 9 A A A f1 !n N s > n z z o o r IN (Al Nj N +N Ny N N r N N N N r kv r F r 1 10 %D 0 r P 01 m CO F .A F J-, F J, Ft m. m m .D N m �0 F �0 1D A m• m� N tT N m .0 �D N N w NI ln� � to D� P P r r r N O O N N r 1+ r r r r N N r O P m N �D W m N =2 N N W O�D N N r r .t `.epi I�Ct .Crl V l�Ct OWN v W N. pW ym� H� .D y. 111 N G. Fm ,W 1 W 1 tr. 1n 1 O O i i 1 1 1 F 1 I 1 1 to �I 1 I It D1 �^ �t P = 2y.` �t►O. N @ P P -.IP P� P P P r ►- �0 O V �D N r m O O O O O O O O O , C O O p O o O O R -m V �I v :1 D O O N N o h r N N W O W' w w to N O W F ► r .D � ,D P m1 m E. O ► N .D w to O 0 .D A <1' 'D do.), N N N @. N -1P - �O @ N• .0 .0� N i• PI O. O J• ! N N. 0. N � : N m O-� NT I- r r �I �! J r r �D O O F @ 01 W w W O O m b v r : N O; ti- on ►A t17 tR N .D N m o N. N- W to F w m �m d W N r •1` jP N P 0 P 'to U7 J-1 .N N N� F !W .O O O .0 H1 D �D O +1 fll•, r. N i! It N N N yt• N. to w � � O.. to � c. 0 O p N D .N IN N N. N. N 417 ::.►, 7 w ,., J «; 41 41O• : N," N s•� m N �l .91 C; m tr �., r r. a o c o o �f p N 'm 1n N m o W o : N o- .o� o a P po •' _ o n r •zi .s z m =h s s. @ , w m M2: N G F i -4 N a z; m mo r. 3 r o C m f r to a S ; c. i 4m $ 1 e • • • = • • • • - • �• • • » • • • I • = i • t • y m a} ro is al y s a a €�.+ �c� ro 'ro ro ro s roe ro ro ro 'c }ro � v ro ro , I •. n A n nn m -nr 90}} 2% h n A L1 M •.. - T m 1M m T m s r r 2 O w m CD :.�O n T s m m.. r r - r - r r A" t7 -i -4 M .t A ;a D a c7 m m lil O O Q: N to 70 a a a 77:.: x r m.. m m m X /n N .. N 2� m.. 70 a ,717 C • •.. ►. +► r r '_Z Z r A m s f D Gi X7 �-i -1 -i -i G a O m m (n -: T m m : m r 7K :ie z R- Z a7 O O.• <. m a • to n O O C �c m mfi T ♦ • • Z 2 Z m 111 . �7 z � . ♦ � to 'z z � X m • > mc- c ..N a m 2 A :Y P(/7h m -1 ]D r r r F N t z a n Y s a m. m G r... r r a . 2. ♦ 'O N N X O T m T K m 2 s = d O O... a .• -i C. C <. O O O -Z Z a Y m m m m 1- ti rn to 7n r to ., 2 X r r r r r -C K d m m m m m m2 C O O a A :11ri' m m m m V H N i+ N N NI. N. O N N lu N whl N t11 N N M" N R7 k I- W W v V N N to fi in In. O m m m m m: mCD #Ato O O O O W 10 <n <n P r m m C6 - v O' O y N 111 N r r r k", In 1a 'a -a f, t77 '11 �a �a �a fi v v +.1. ►- fi 1 �O W W O O Q O in In W V r O y N N N m fi 1J v W •tl r V r 0�:. P W m 17• v 177 G ,ilt m ' U to a' 1 C m m N v m : W y O O O T I C 1 I 1 m 1 1 t t 111,1 (fi !fi 1 ! ! 2- •t++ fi b N �A O O r !- r r V r r 0 �► +- 6 r r� r_ O O O C O r r r r V O r Or r 6 .n 1* r r O Ln •- t D V .a P m r +6 fi r n �p v tr to j- 1%71 � ' 1�1 N �a v %A u y V F O �a r m W .a v vi Q 'a P '40. .6 W N u m - W W O y m m r C W a W 1r O a W O N aC fi W m y fi "-N N v A 17 .l +a 177 +I �•', m %a O a` tT O a: N W O C W fi r h y m P a u C O 7T I- •- N CO, O fi %D to .a N r P m Cm m N m m !' m W vD %A -fi to T. m m m m m :m m m m m m m jr m '. m m A - m w K s� O o �a b tT m O N M v �D WW VP •+ m W31- • • • ♦ • • • a - • • •. ,♦ s a • s ...• m t w N o y- P N w . O O r -�7411 N h X lit Y r `r z ro v7 xx 4c c. A. r" r to m In CIA N+1 ellb 7a of ab m -4 to o r ro r R S cr ma ? , N N N to Art N N- N N N N ,N N to f N NI N EN N N IlAlA N. aN Ni N NLA n n n E a 9 Z T�t 2 -«. 3 2 S SI S S S� :-r S D > 1 i s s lb " C. C_ C_ T T. O ►+ « r m T m 2 = r r r r r s>n i yy.: D Q O -t N Q D C C C C C < >;, a l-1 w D D > D X. ,Nnio m T S S m. O a a - a m m m . • 2 N N N N N n2 T m 1 D )• D D CJ O Q1 N i N ,• r L D F z z N N C 7 Z S h .a A 'D•,7C S .0 ,91Cp m a m m -n mm > Z�, T m ' D D S C L r .r r m t9 m m m- m a m C- C- C- C- >- ` L ' PN:n t ' -+.. -+ m T m 2 z D r m m m m m a D -i --1 r{. •'n N IA O C� T ��n•1 T to IA N G - :.W CA G -.N CA -;.�1 N 21.O► m to 7c A� F A N N N t L.. L r : C C G. G G "'..0.,;;W m'1 . 7C 7C x > D r in:' i .+ t.... N N CA N N D > ? m S. D > L L L 2 S r r 2 m x I .1•+n 7► a ar r 2 t 4c ,d s F r r O O h L+ •+ F O O N M N N� b H N N N •+ i+ N - ►- •+ �� r"./ ' W W W m K t @ S m 0 O m @ O P W W W u W 1r a T r r r d d m @ W W O U d d d P P P e, a: P 10 @ m m N N W W W 0' ut OA W to. P•O l f f 1 I 1 t l 1 -iw- N N N P P N N O @ d N NI N N @ @ m W W W P lG ..l -1 -I �t .t 0c O O O r r r H. p O •- Or W W W W N r fr w 1- N IN W� N N h b b h F O 2F h F b d (O41',' N N F O w V P r m 1a O� W r 4 A. ♦ r d V N N 'I:tA to to •- j`.. N P W r r N W W W + O I•.. N P W %a P m r r N N W 3 N N i 44 P P V N A O P O w N m A. O %a b d b O W N w t1• A O@ P� b< W WI N �! N �1 W F+ - b N 1G w N r n C Cl N @ V 0, J1, W @ W A O m « w In m m m m I X ►+ ►- •+ « ►. m m m m m T ..m N hN �h H t- 0 O ( O O A \ I s I1t z ao N i io c O O A_ N N,' O - O m W W -C N N P O O V C3 a O cp O N N,-O'`-'b m a� r T' _ 1 t A s r- s' In. S , r, a+ G a m p N _A m m 3D In - co P V l N>o W a co M a j r ►- 1 N N N N �N N N IN N N N 4A N iN N� N �y N N yl N IN ts� N N y p n n O'. A f+ A A n p n A n 1{A n. n n m n A n n c',c c c� r Z c c c c c c c c c- c c c c c c c c !n A A x 7D m e'O ynn 2 .. m m m m m m m Ih Ie b+ m m m m M M m m m m m N N N N N N N ,.N N N' N N to y N N N N '.N y r • r r r �. r •.. • • r r � • • • r •.,. r • • • r `4 0H T T T T T T T T T T T ZI T., T T TI T v T :' T T T T S A 7D 7C 7C F 7o A A :u SJ JC m A ! D D b n D D D D D D DD D D D f S 2 '2. 2 2 2 2 2 .2 2 Z 2 2 2 2 2 2 2 2 ' 2 2,. 2 2 2 O? W m rt 7c 7c 7< x 7c 7C- 7c 7c 7C. 7c 2 7C 7i 7c 7c 7C 7c 7c •7[ 7c 7c St 1► 4 C. LL i -"L L C. L L L t- 7Lcf` i L L L L L L C. t L L .y rr 1T D D D D D D D D D A >I D D D D D D 3. D D s D D <.p S 3 2 S 2 2 S 3 S 2; 3 2 3 S 2 = _ _ _ 2 _ = Z to to N tw ►- 1- L i. H r � r 4,'" :y CD 1T it CO w to: W Vt w to In IA 0 N N' N v to N to W w- W N " M.4, +�. m m m W m m m CO CO m CO m CO m m mm CD m. m m mm Co m- m m t- •r •+ ♦- m r •+- r F- •,+ •- Y H r r r.. ft W » r H H H •- r Z j- a m- m m m m m m ' m m m m m m m m m m m m-� m m m. m as am' m r r r r r r r r r r 1 r r r r a r r a r r r r r .•e fa N N 0 0 0 0 0 0 ! 0 0 0 0 a o c 0 m m m m N P P P a e cA in to r r r r r a w ww w z: et1 N r r N r d •D. .0 •A N m m u r N O O O� O O O m m m m 1 C 4n r m N %a -D N O O r .. O P O m to L" ta W w W W w to to ,'A ut P ,n- y T' �Q N L.* -d 0 F- In 4C .O %L" m O N - V m N N N N N N: U N U is N » c0 m a, N 1: R to tT to m N .0 r D� -h O O O O O W N W N r CV !'. N N .D tT. .0 r !-. O u m -1 W! O cA O Q to r W N m P W m !![: •.. i !!! Ai m m m m m m m in m m. m mi m m m� m m m- m m m m m ' m m m in - N O" m C: N O 1 9 ►"' m N H N -N N�_aoLU NJ ►- ►- �.A m N w': N O. s. W P P P O� d) r ►- to r r v.' r .►+ m W .'K'> O W W' v F- b. •- m =m O ..i N tr P .- gyp' P N P P P P �a O, O .1 to !t• >P .1 1 1 t 1 I t,• l 11 1 1 i 1 I 1 - 1 1 1. 1 I 1 1 1 .1 1 1 T ` f- A 1t1 dt � C m s - m m a v� . Mm mR N In DC. m= mN, D r Ob t= m ft ,Mr . 7 r `31- lb 1 N in a I co i • ;t ; ix ' f { N N N jN NW iN N #A ICA N IN N' N N {/:€ N N Nj N ',N Teti U N N n nA n 'b n A n a� D t[r n n •'i n - A n A — +`^t A - n v DC C C C G C C G C C C C jC C C G C CC C C IC C C. C C >Dts '� H H: H'. H O.. H a. � r H M H H ► H H H r I MM H N!'9O F F O m m tet to m m m m tn- m rr� m m m m fl+ m m- fi on m N N CZr T C m 't's,�is Ci••1 N N N N N N ; tC T T T: T T T T T T T TI T T Tt T I'n -T 'li ?I T' +'R T `>r, P-N A A A m z FA 'F S 7i JC S S A S A ,Z?"%. Q I- D A D D A 3W D D ! D D' > D D D D D V. D D. D D > y D ...y,7�A'.N..'AN 2 z z Z 2 2 2 2 z z Z1 z z z 2 z 2 2z 2z 2 2 z2 2.`'0.:::.WITI•� H X T. T. 7t T. x X x x 7c 7[ x X R x X .'AC 9c R 7[ R x x R 2t x "'.Q' m L- C- L 4 L L L LI L L. •,. G. L L t L L L. 4 4 4 L L •:y i n @ D D D a D a a D D D a� a a D, > A a > A a > A a > D D <.O X Z Z Z 2 2' Z Z 2 �Z 2( Z 2 Z Z- Z Z 2 Z Z Z 'x 2 D C to z N H r i-+ iw t- i-• i.- %A CO % W v:r i- i� W LI i► }. �, i� :.. w r r " y -V CC 0 N CD m m w lAl. w tb CO to �m %ffiimitn M- N: alt to to N/ til tr w In w w m i d a Po � 'd Gi to COto ¢ Qy' m OP Ifo m to d m m ttl m - W Ib - t r r r r. r r r r •+ r r; r r r� r r r r r r r r r r r. Ir s W m m m. m m m CO m m Ib m; m mm oa m a O m CO m w m m- m m c at m r r r r y a r r r. r r a p a r + r t ► ra . Ho :z}' ira At' N N N M w+ : f+" O 01 O d 4i {O W d IQ r .II V 01 P N to 1` i` G W V Go 1.. W t7s; u w .ti" ..6 N N N V r � V : V O O W .i^ P r 4: W N N --4 N .O .t. us 4-1 I w N N N O O• .A F N W .� 40 N O t_tl m m m m Im m m m m m er mm m a m m m m m m� m m m m m m u I 1 � N Ck I E 1 � C E I W N N r •+. W P N N N N r Nf W 4, N N w P ,1 d W N ,1 V lit m d O d O to r N O Ocar Oo YI •J .D A S • a • • • • - • ♦ -• • • • • •1 r ♦ • • - • • • • -• • fWJ W d O" O .N', V - N E !R k tRll H . r. r. z. l"N c z n m•. s AD . in O C > .16 YI N r @s `� p •..'d N IN r m> G < V A d e r it = - - - - i N N �N 4, ..IA IN w /n N r. S jv t O 2 Tr rn I> r!. -i -1 O V -• ./' 7� ..f -+1 'r .. O Z �< 2; 2 A 70 a b b O Q A 0 T 2 O r tlj p p O' O 2 2 2 z 2 2 2 to A Q:^ p F 70 2 2 2' .2 :Jt: D r O �1. C C C C C N N N , -/ -� - " " A 2` 'N N • r • >r N m 71r h•I 4 'O y V O O O : O O O O O 0 0 0 r - (.S C� p r •. • a + . + •- . 2.. 2 2 z z z 2 z C 1tCR. !R 10 C: fi T R1� O M .Z. S - to ''T -1y' -n .n . a . a • . • a bl-1 > r r 'w m m 70 'r 2 O m r r r r r m m 7J m m O n p O T. r N m O O 0 O O r,- r r- 2 2 T $A -C -C -C K: 1 at m m r r r r r r Zf N m A 2 2 r r r r •, A ? N O O O O C W m o m z m r t- r r rLn YS O m m rn m m fn m Ir s a ..p' m m m m s _ T m m m m m m C5-_ 1 r r r >c N O O .C O O O - •- N N N f-i O a O O O �i '+ i- N N N N W N P r�•l i I- r t- W W W W N d N d NI 6n U V. N - w 1�`OO+III �O �O �O. V V V V V CD P P N N N N O _1 O N V N N N N N A i O O O O"O O 11 ' m to N P P P a d N' W to ri d .O .O d d N W !-� r W W WI W ..,} P d •- Wl P P P 1, P F ► W Z V �f N N N N N v Ii N /'1 P P P P P /lc m m m m m m m m r+O 1 1 1 1 1 1 ! 1 1 1 fi 1� 1 1 I� 1 1 ! t 1 1 1 f 1 1 1 1,71 r UI .D I.O .Gi d d 1y ,� O 1� U; U U W ltl U T OrUh.-O1 VNU►U.O+ OrPOm r �r NO rP •r+ _r. Ir r�lr+ Ur• III •W- r.0i ►y1 - rO OO mOt} pP O O O OOr O r•AC-.' p�Tt ArNLA N O O 0 N N N N 0 :J 41 V 2 W W O w O iIA IO U� N 0fN N •J W O M d . C o Gw 0 0 P, Q fA M', d W ) U P -/ NAl 0 a' drW P N •- d N d p O P m mW d d P N. 4j` NLA �. `- r. N W µ l +rj S O m". .l' Ut .1 m •. m m m m m m m: I m T m` m m m m: m ml T m m m m m m II N A. z W C 111! lift W N k N N f r W V N mm m m-: la' W P:. r � m... d ': d O• W :.N. i O 4: :" N Q P S N •. . m -O .► N .� --. O• W O OO d .0 O 11 - O tT N N N CA 2 2 i m a ' i^ r. I - M 2, C' 20 f z m r > m. .. m O1 a m R p m x A to 2.12 d -m ij r r i S i Is ;: I= la 1- I= IS I, 1 1_ 1� IN_ I= xIr r r Iz s s Iz z z it rj s jr zr �z s s �z r r. P&A fn x xI -+ u� �c �c m Am m �0 2 z z r z rs N n rs m m mm is: m m m < m m m Q ^ F . m r m m m m m m m n z •1 w — .1 a V V :...1 • • A A Z V �'1 •• --1 j`. T TI S. N ♦ • • s �1 �/ C T C'F • • • • • • • • . .• .� . • • r • • b 0.. A SI A D • O !4 w t C. 7b C `b b w O m m >• m n C a S X. C's Cl D D ,D - D D D - D t .DI • . D' H m m m m t F m S t m z r r Z, \. 'O < t ae < Y cC < r 0.. tf - 2 en 2 2 r i.. m M. .�� N A CA w ►. •.. •,r '. .• t+ w r O:':. Z 2 r 7C A F N- 2 z' :O W m-4 O_. O O O O O O O O O •+ o C1 D D C... to r m 2 1 111'- 2 2 s s a m m x x tr - < o o D s •Im r x c) Jb D D D a a s s z z ! x x r r r < .- s w x Q ' 0 n <Q .c m m s 9 m 7c F < 2 2 D D Das.Z ar F+ •- 1✓ tr •- h N b N N' a O Y O O •- N O N N N N N r ri N U O r P r U .O .O aa m C N W N N N m .o• .o N LIM Co 10 .o N v V V V V V V ¢ .0 V V) V N NI N N N 0 O O V Om 1n W W __ V. -I V -.J V V V .r .O 0 V V .O a• m Co .1 +J N A 1� .O l W W WC A m W WW W r a• r t -O O i W �O �0 N r ►•O a 1 1 r 1 1 t r t t r 1 r r 1 1 r t 1 t 1 1 1 r r z. •I r. r •- r r r rIII1111I r U O• N U N U m W W W r O N OP4 U 0 0 r. O O O O O� O O r O r r O r r 0 O O r r O r ► r O O ►� Q r b 0 0 0 W N N m r • O V P .0 N N 10 N W' V P O .O W .0 tT S w �N N r U W .t lu m U O 0• N N r b A r T N W O O O - 0 .0 O N ►- M 0` m N r N O .0 N .0 r 4 r O N m 01 r r r .o .D r r .0 O W .0 r N r W. v m O 111111W ♦i. P O W N �1 A V W .� @ .6 O N •/ .O r p N ..m - A . m m R m �m m m rs m m m m m fn m m m m m m m m H N N N I O O O i tTl N 0 lo m I! N N. ? r c cu m co N 'O N N w W r``.�N W , W W r pa, -4,: , IT N D . m r 10 W O a• N tR V r CD CP, : r v. ..0 r•. 0� p K N N-. O a O C•aW -O O O N N N O V to O O O O W 0 m is, - s: , m m. 'O r U ."m - a a+ o en r Fm On f N V '.. c >a s o m= mpj • r r 0 O IM fo N ,.c •...L N'.0 S a l a w %nO O m � r r <. -;.; i t , K� K +1 O 0 n b' i0 Q O n n O O bi. a o m n - n Cl n n 7 m 2 z 2 IZ 2 2! 2 2 2 2 z -:' 7 2 0 a o 0 a: n c n to Cl. r @. @ @ @ @ @ @ @ @ @ m @ @ @ @ m m @ . N :r 'r r rr rr-- r r rr r r r r rr r - r + z -1 ti CTCF O C O + . >, 11• h 09 n m O O O O O O O O O O O O O O O O O O O 2 F S O O > 'P 0 n b b m b b b b b b b 9 b b b b ! b 9 fFi O •<. K O }'W 1FII y a. a s a a s s a > In a s s srr a r x z x x x zz x In m m m m m m m m m m m. In m m m m rri m 0 O O O O O O D O Off{ o O O(( b O C o O o C o aI.P v w & N 0, N 0 v1 N w us w of w N N w r r r r 11 CD P P A P P P. �w P Ot P P P P P P. w P P N P: W V v =_ @ @ @ Ol 67 6 @ @ m @ C. Ct @ 6t @ @ w m r O V V V V V V V V V V V V 1 1 fv N M- r ►- r 1+ r r r O� O O O O O O -O O a r F ► O O O O O �D �6. b .O > @ V O b SS N ►: C F O' 2 T i •- O b@ O ►+ ►+ @I G N r ,N r P N O b A O ► < T N i` N W @ r' P N �p. ► @ O P P V W W @ N .Q W O O. N m 1t1 r w O+ W O r !� UI r N r r @ P .D N A .[ lA V N i @- O P �O a OI N W V' V V+ O r P O i` V V Y' .i w m' m. R m m m m m mt m m m m m R m ''m m m '.:m In m i N cc \. y' O b NN • 1 Im 1 1 @ N r N r �,,, N.,,r r N 'F N k A .1 F - @ @ V .GI W J W."::1• 1• iO O40 < N W D O G O W W W A 03 At.N .1 V O O P O N P + @ P O O O. O r P 1 ths A Z, O; h.' r Az, r N m c 7 P h 7 1 r �•,, c ,W v en .i el N y In ./ c s� m3 MID r � � o of oy">yF s a N wq Nq n • S I 1 Vm � < v 3 •� 1 - im r- m w 1 r W •l- I>t-t•l-t i> • a • • • • • • • • • = s • t •-a • • wr 1..� CA Ul:. to N UA fA iN t'T c= .�, ►• Pc lr,.. =2 zz zzzzz s a�nn Inmmm mm fnmH 2 o moi�'+.-n-wC'-• ,*3'°•,,,�r O O Q O G O Ct Q is T DAD} n D n i Es`'� t` w a c A m aim AA , r ue o Zn Awn -zf _ .Mi �5Y ♦ �" ` Lj\ h Li 0t I u77 ^ - k . s h Nt; r T M � f � to - Y a fn.4 Fr Ck ro low kn 93 a � o r N a o r , " ! _ .a C1 in n:' n in f1 s �O ¢;. G m Cr C7 ;`Q m I I " 's 7o n as �m cot m`" �am s, m �m mi a a a FA m m a a n b! z. ;o m 1n 2 a �! C O m a z z! a n .a z ',z 7. = .z z, 2 n! 7R o 1 m ti z z nz. x; -1 IO O) 1• m Z -~i � fA -: .Ny UI. O CQ1�' a+ or is v o m T . z w m n acs.. i n c+; a Cn a lu1 r < o Iz z! w rn F �! F -, o e_ er !� m Im m+ .- r I !x r o r. r o o! n � 2 N Q.; in n� T T TI m fm T m D m 2 T C4 i ! m jm mi D m m s al. C 't LI L t_ LI �Cm'ID /n tn, .. z z m -m v J m z Ia 2i O �•_.. .r. Z �0 AAf i yMet N �► N O �N Q O. fN N, O A Oi Q O O O. N.- O A rO- ..N N r r N ry y !r V P O P A .C� ti. I0 m .G d .Di 10 �.0 .O .D 0� 1 J J P O• m m y A P TK<;' W t0 N) m N 371 D O -ta: nO d r P! 91 O N .JI N Ir N W r r -J V J J ..1 J '.J - U tr .6 0.. m m l71` O .O O U r W W": O. m O C• ` P NI P.. P P 4 Q O O0� O W N u ? Ln r y y: W to N I yO O111. ! 1 ,1 -I t Z,. X10,. O I.A r m NI r .O N N N' N iN M, N m O" W .1 r to P r ,r •.. j r rj O ►+ r r O t !O r I D O r W+ t �►- M W O O O .p .n'' C• !m m+ m M W N N r So r 4 r Nr V �.a r1 r P A! a- �.O y O d O! J. •W N. N t71 N O � O .6 1a d N 1p y Itlf -7 P IN N! . !i O d N... C• V i Pf r O N r W r. O d- W .O tx W m y l• O 7+" y ,: t!1 m a! v & I LA to` •D N 67 m N tai P .O aD V to y N P W t71 N P im rl w �im O' r Ia 41 4. Ir O tr N m� m m. im mi T• m T m.'. rn �+ 1I f IO O O O Oa M N N A # a 0 t>, u t>, o 3>, o r j • • • • {• • lU IN Pj <A {O O O A W W N d to 1• u W 9Y N of W (N rl Wd n—C +c J r r �o o1 - m N CT r tY. m 3' 1 � 0 M Cr r 13 a In O` N 47 t7 7a :0m nano a.;r a In Imi1-Fi m r In r 1 r a = N o �. m.D o a rz a ol Co a � o 1 I i s x x- x ,n C', o �I a Io o' 0 �a r>� c+ n n� s .a n' s p AI D p p O A m, m D N, r 10 CI O II of D Ib c T O D T ;S r! r ;! < p 'K Ni w lio 70, S a m, r Z =� m iN <' T iT r a N T ADH A ;2 r m 1'm O m it -• �z 2. z i. r; .. D T A r z -� 2I Iona +' Af -x < n: a m : fn: A Ai 2 . y Q f, p +, s rn' C1 Z ( Z i LA v'j T +I A 2 to S. D T m' >w aE [7 G •+I C SCA:: m �[ A `� x 1< 70! n A A, m O ►. m A :.. r t� D t{ -p O 1r L [7 to a= a-1 z -a le e r 2 T -i ►1 G �m = Z . N A m r .r. e+ s s z, a o z v. a ac s s w. trni/ ;3W •r..' N 2 p m Q W T N.'' c n s c a r m jo r. z 1= n w m s m e' a s c r m z m., s i a 2 �z m 3 nI r !r 77f Z , OI r �. m ;< 2 a z 2 -J-gr ' of r s. c _ m z z /n c - Is zi I 1 0 n 1- r rn til rn. z z sc. O (•.- n,l Q N Cl O J I� P{ 1@ ►-:1 O O GO- V NI.. O IN OI ►�' r. N N N N O O O N r ►+) r J (. !� O J V d6 to LA U m A A 1.- O J O m C r N� O J N aw Q O d. O A N D lrI flit O d O. pj P: Ptv OD A 114U' AI A iJ L. MQ• W ►J-I ? .l,1 A - W N b b N' P A l0 Z.x a A db 94 W ( i m el f N IN QI •- ,N r) W N N N �.. Nf N. N rrl Fj N 1-j N W N ra N N- Or:-- O G+ tT r •- U V �O Ol u O u� to O m ' O� w+ P W O C LA U U ! ZI N V 10 .0 J P ml !0 s N P- P:-. N W U. tT m m d ? O <A O A. r C LA L, P O- N m,. . >n _to A Jl W a D O' m NI •- - P O1 N-. A Q O - W J ' 0 .J� ►.. M . AL W O ID %A r 5 •1D- r Wf k '. Q O en �D A A .n ►+',..W P P1 ! )` @ C+r.. m ASI 6- J- %A -1. I ( m LN'L O Io f0 OfOO C� O O` O lT �,w ,AI ,w ,A ,A ,w tT� LA G Lm ;w ,A li u ,A ,A :U .w .A :,A ,A Vo 1 i I I I ( sm iI I Q N i N IA A ►-I N ►+ N 1- e- W O CD a P% : �O11 - : :i r A Q�-. �1 WI LA - O P Ln : to q J z f A, N A O t set ! 1 t 4 A r- ►.r A+C sa _ m m r r. In H a rz Tm � nb umNi� i` ro rx o - b O J J m M a ''Q Ns s -4f vR tr t ,- � I a I { 3 Ig S jS Si r ,r rr `x L L L L. L �O t�� i m� r. 'z Z� z Z Z; zl �a s h O _ N S r m .+ -i �N . N �m 7l- 7C m m! v m 2. A {T TI A n O �+ ml m N tn� N. jn m' m N + N m r r m1 Ax 7 A v m + A m T D Q'" OC-1 N C-11x K a • .0 < F m, ;Ia 2.. m . + Ln a TZD �? L. L a'a L D WN r m; m IA A� r O V. a 1 2 az P:Nn m a b' K 2' L N m ,m T� ZS C ml . N r r m, r a z m m - a r A a� •+ c m Z n .- T:, T m a. d m. D t A rI 3 A 2 2 Q -♦ W A N K N m N m� N a m tz r D' r. 'O x .S s Q m m m 2 -4, r. rl N IS n' Q r of f S Z O D m 2 r D n a r l. .12 T m 2 'Q A n' D D m 'alT 2 OO a r m f a T 2 a T Q 2 2� 2 > > r r S A r A CO 3 r r t II O •1 O.; V r N N 'O f N V r �O O wa N H N N 'N O r.:V N rm"-1 j �O h all. r ar �O m O WO P m m r PI al m P P N r -1 u P P A T< ` U O N N l6 P VI W m l P O' O W N V .b. to Y r N N A m CA RI NA Yn t PI ? l O tp tr W O r W P m ai al N � O .O m m r S}' P. al m W t Ci N m to W al- ai m� N .E J v N O 'P P t V N W C Dm N. V al N th P ID w W O m; m N .O O. P to U W H - 1 I Ij 1 1 1 1 I 1 1 1 I• / 1 t 1 I 1{ 1 1 1 l 1 i 1 1 1 2•- -ir '.r P P 1.•� W N N ./ P r P P P >DP- ID T A f F �� r r r «. r � � ►. r � r V r rr r r r r '. O r r w N N N; N N N N N' N w Ni W N •. N N r- N N N :.N h- 2 71 W +P V) O W -b tr .D ID O'. IP r. O �W Oj W tP rt IO N O P N N r O P < mN ID O r m � O m `C r O Oi d r to tit. P N N f W d W O A r Off. N m ID �O ID W N u m N lA N �NO. d O ID to r P D P O y W J Pis al N W P ta! m to r7 N O w r r A O OI O A r, N lea -J! r �r OI� �e+ m +_j m r A N r O-, N w M 1� m ms.. r. N 'N N IN NI N N N N �N I N N M N NN N N N N h CA O N I O O O O O O O O O ' fO OJ O O O O O O O O O \. I to .a to Itn lrl w u, m to ,�n li lul w w M t7tC w to In w Itr. to o, x I �. N •- r A" N A Z 1 :.: to CO :-W O- v m O ,f` • • • .1 m w P O W r to : N N ice" N N t l m P A O P � }. 1+ P N N D -O N PN 0 . I ..t m 0 I r � N A nm m to r r y m_H NIon ' al r PI m0 Y, •; # r Z' . OA I � r .. O4 oo no ARD O 0 N to-{ n s N j of— C O D r I-3C o '; ..m o 1 a \Q n I n e 1 2 $ i c J =` r w K 1 I j i 4 '6 .d SE7C x �2 ?�.. Z �2 Si 2 m a Ki C it ID O 1m DI a !a s` D lm Ki t n n, r n n n n• p D Dl 7 �O D; r �n r. A j� Kj { !-d 9' r �S r; r Ix A: •f �r rl 7c ;n n K { {I D aes 1j r X n -s m 2i 2 M. 7c: x lZ mi T. Im m n. r m� -+ r r in Lm (R; �yl Ir y� T IT m: m (N m T • . T IO Ni N 2 2 2: m 2. - 2 mj • �I D !� �� +A �• • • A 2 . i . O O T 3� ftS'- 2 Z r, • ; O 'O Q.r a s + Eo a O ` C nC9 • X r• C,. im 7C; A O n' �• n� n- • r • m! 1 > D D� "D $Im f,7 N ►+ + L { • n 2 2 2 2 "A O�1 Dj O T' D D D D N to D • • r r+l D P N'n +D r. C �m SI x... A A A r pi A D a C- n co 3 m m m+ 2 \ d D.' r r -r m CD ,C O m ♦-. n t r r rf �•e, WO Atn n [ -1: 11II-1 C7! N �i 2 2 ! D r T 111 m T O 07 N 3 10 r O T•1 ' M =� m. 'r I ml x� -S m' r m < < r r m N� 2 D A Z 2 ZI A \n>2 I T 2! 2 Z. Z 2 } rE r - r r 'm S r -w A Cs ._ x x! m 3 -j M,-+ O! ' 3 rl S r r - m m D T• T -r 1 le I p r { 2 ' ! j u: A s n [9 i m z 2 .1..17 ! I Sn a t s; r { •. m x -1 r. m 2 O i n I. r-: N r� •.-. r N N r N! r N N N O O O 0 7 r�i d' 0- d -J -.1 N N .I m N d d d� d d dl m 1 P N O) 4b 'P Q P N W) -J A r .p •+ r tt m UI :.W d W W W W -n ... d1 1, d1 d m dl A W W "W W W P P N V en v W A d d d - Z 2 ♦- 'n NI. W W W m ! � N t1 -1R T O P C2 Fl- CD m a PW P PLon, C A m r p jl 1 1 1 1 A 1 1 1 11 1.' 1 1 tlt - 1 1 / 1 I ! 1 If 1 1 1 Z H•+ W Jf L'ij a P v� O - O W tfr !IN r, r .� of •i - 1� .PI O.". A d P - fi •Il O O O� T,D r r r -r r r' r •- r •.. r rt r r r •. r ►. r r r r r r O r "r N O O OO In 0 W NI W W ►- N N. �t� N N O N NE N M N U- O r N N tr 0= O- O W � W� UI. ff' . W 0. m W y O V W W WI .1• m m Z ml m" 0 .DE -.9. W y v a CM N W r 1+, W O. W W O ,f P '•-.. A N d r O P PI 9b, N r A, •- r`` r .w P O� d d d r O CD d to W O +.t 'n y W dl W tr Wt A r A" N N t : .O W is N .O CC 1!1 m N O a N m d dj 'm. m m my N N N N N N N N N '0" W I O O clI O' O; O O� O O Oj p p O O O O O O O O O O O 6 \ w W LM W W' 'tr to cT W I.Xi W W W W W to U W W W W W W to 't7,0 I 11 1 1 Mrn r r l ri W N N r�. •+ r r C. �. r v .hl...r aj •. W" m CD d V .O: N to W" �W W -J .i -:W � O• .Olr 0• 2 W W r W O' P P N .1 P r a P P m o a r N N o a r o- o r o r a ul 17 i 1 s • � � i O {�' 4 a r { C 1n 1 m' x > l f T! i' j A:{ e M- .D N or N m( Cno A T tiQ nQ. A-• mA;; m f- C3-1 C Q 3, _ FS mN m.o., lz V M' f;: r b I 1 1 ID b' D Ib C' J !~ rt N.cF ;N Ny N IN Ni N !jN N' N `N NI N N N! �p..,A j 1 O �� D: C �+ CF Ea A. 13 2 2 ;S 2� S JD D' C a •.I m C Ci Nr A+ O Le. <� 2 �•. �- it r• 7w., a; O Q [: A 7:z C >, �m r ?n r O t7 Z C. IC O� ", A S S C 2 tT D fiD O+ +1 .fes m; Z s. Y c + 2 N �-t 7Cii 2 fm Ar R .z +~ C r �T A 7G < A ♦ T Lf L C r� Ir f7� b b bf � " � y4` L.. s pl r N CA Yr� N N m nl T 1«+ : r r ri t .c < 2 T It ►� N �r 7ej m T m, ID ID S� T m 2 r W A nN. G 9 Z C b r r N m a r A m mf S r r O F t m m 17o I ,r r I m r- _.D b 2.. N C 70- ff b.. ; T [ 3� eZ. D i lR° + G T b D Ilttb r O: A A Z '. T Z .J m b r t1 f0 DI m i i 7r •.. T O C 2 2 J•+A.: r z <o: I z m x z N N a N N A� N O N N H r� O O O r •- N� -N N r+ N N N O n f. fm'^�.. m im W A �A Nf A_ •- Lr� A. O U� 4 :"O O".D A UI �: J 7# U' ►- �• h W A 'il /Tl t' W }ID A� ID V mi N .Q A W W U; ID m b :A A �6f A LA N A A A 'tr N - •r=.: A A � W : •+ d, W W b �O ID W' N N ,.., 1 1 1 4 1 1 1. 1 1 f i, i1 1++ 1 1 17 J J N� N N ►- rl: �p �C' U A O V Wf r r ►-. O \w m N N .OI ID m mp Nf: N NI N'''N d G. N k Af W. ►. :Z:, : �•..... -O CilN 1- w. N .G O N N V� N".. N •. N -'N N' �. •.. !'�` •+ O r� H r N ►... I.. w+' 1.+ (}e.. H N ID O r• J '+ U m r O O .O N. N N N N N N. N N •+.. N..,. h� Jy. pr,'. •"' r J -A �tr 7�I W w O �! �m Ai J �J J W.. W tr P O W O: -t+ !_ST A P J m �p� OA ID N O H� !+ •+ A "O ✓r O� p P +/ 117 r U 'IDU N J 6� N m Am .p V P ►� A O w .: 71 J P W, IN a-! ►+ O U A: J W .o O T-- �.. m m a n \Oi7 U m Q a o .� f mU W Lo_.0 N aIU N W •' • 7: w J a ttl J .. to m A I O V SIO N N �m �6 • ; • • '•- • • • • ', ID %Pl. ID m 1 r J tr Y V ti P a< cl- x I ` A t T a zv . N ►- 1"'..H � IN r wY r z IA, x, b0 --IOid Ovt (A-4 CA :CCF D I mZ mb a ro ND tr oC2 f r L>i i I I r � "•1 - I C i0 nr- r �+: r S SJ S" IS T( a ;a b; a �r 1..1 .O S N n, 2 i2 r'. r r r .r r• r �r r- O IG'f Cf, a D n 'i -4I t A 1-4 O', 'm r; r I•-1 m m rtm-4 ' r it ri ? ►r r11 N n Q. D D a s m a'a D a D C - a• ( m CA? m;� T r. ;m mi ` m m r. .+ m` F r r ni N _4 CA U1 K N N�IJN N N N.? .r( . .'4 T a� D •E r . K N 7i I r r C)' O O J� K N V:�N N N 14A(A t/"N a i N I r • i• x E. • r . I C: 'ACA. -�r�-.rl�-r 'r►+r r t/ t < 2', N N. -s -a{t4 M 7 ti M r r a 2 b C>A C��A C1 nIA ( T': Y �^ . -• �T Si S S S m T T N K H z2zI2zZ�z.2z'z►- K. m a� ... :11 o o [3 f'1 n r. r a� n D a m' C) n -IMM m,n+m m;m ff.In j m r rx .: z- t3: n a C O &CI Oa6 O O, I 9: Z r:. r i 2 a a s a a N. N x r m m -1 W=w to z W K K N KI b- m z�. r b D T-4' +- Co I E x m - O O C/ G O -4 rt O Lm J rm.n,. j D a sabaF 1 O d ED;J P v�a W A r t �2 j I+ m K N K K� 5 '.� to m mm m m r �A O r r O "O O O O� N N N N r b.- to N ur. to O, W O 0 O '"T ' I r • J`. d s �+ O- OP as OP L -0 P J O O t E r r J� w - 0 a A O+ W oo� _b � _ a' W O O O 0 0 N N d N C P C ►+0�. lP u mC%n' { N :ir N: r NNN N N Nr r N.. N N N. N N 11P Ot �o'. (d O� %A.. r O O. m mt 0. O. 0� r 0 O C, 'R N- O O WI J w ,O N �0 1� J'. J O r - N N O KT' f � • W: str •- ) O- IP K( m m W O P a b !W m l r J A m 1A P W N .D �1 P W m n` N I Q N; ty , t �p -.1 ✓M' N NN N �N N N. N N N N N N. a io o; to jo 0 0 o c o 0 0� o. o 0 0 -o o ' r! ,A...,N leI ,A Iv" w, u IA .A to ui w ul w: u IA u 'ro O r -. IN JE N r r O d J w w d r 0 J J �r d Z ' • • • ; t • • • • • • • • • • • • •e • UI m P m N:. W r "1Ap.r P ►+ d IA:,P -C W to to N. W - W m O,' r m dP P Nr N d m r C b t K A A< 2c+1 Y m:;m m►. c CA �F A m tft-i- of- a O Mir -4 ru n r. O �+m O 1 a0 -J-j 3 _ to•-. � . cl ro 10, ..a -jm K mo Q I o ►. 4 P 11'.wc 3.� In -th-- Board of of apai 8$48 PAcf:259. Contra Costa County, State of California CV.,"n.COSTa MUf1iY...';*Zr:;U:MOG.PLRtt&SPM PROL duly 19 19 FUSUC INUM car. 77 F-CCCP,OS SECTION fn the Matter of Approving Deferred Improvement Agement for Subdivision 94-76, Walaur Creek area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with GENE L. HORTAROTTT, et al, permitting the:defeiment`of construction of permanent improvements. This agreement supersedes..a prior deferred improvement agreement recorded lurch 21, 1977 in Book 8250 of Official Records at Page 290,. Contra Costa County Records, that was required as a condition of approval for Subdivision HS 194-76, Walnut Creek area. - PASSED by the Board on July 19, 1977. jr OF ClK'ITRA-Cl15iA COM rAUC, 3 Isr C6IRACCOO iA Cv'ti Y RcCORDS, 3. R. CL-SON COL.4TY PICORDER FEIN OFFT t 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board-of SupeMsors on the data aforesaid. f Witness iny land and the Seal of the Board of Originating Department: P6 (LD) Supervisors affixed this Totday of T.,:3. ., I971-- cc: Recorder (via P.W.) Public Works Director J. R. OLSSON, Clerk Director of Planning County,Assessor By U � � Deputy Clerk Gene L. Hortarotti N.Ypus �A' 2970 Cherry Lane X11 AY1TqV Walnut Creek, CA H-213176 is. lecorded at the request of: CoN k COSTA COUN.Ty cep 8448 FAcE260 Road a- 6 Co.Rd.NThis box for exclusive use of Recorder hi.a No. AssessorIMPROVEMENT AGREEMM (Project: Sub_ Mg 194-76 1_ PARTIES. Effective on "1*6-L-y(Q_1177 , the\Coun�i of Contra Costa, hereinafter referred to as "County" and % ME L. MORTAROTTI, GENE MORTAROTTI and NANCY P. MORTAROTTI hereinafter referred to as "Owner" mutually agree and promise as follows: 2. PURPOSE. Owner desires to develop the property he owns as described in Exhibit "A" attached hereto and wishes to deter construction of permanent improvements, and County agrees to such deferment if Owner constructs improvements as herein promised. 3. AGREEMENT BINDING OA' SUCCESSORS 0 MMEREST. This agreement is an instrument affecting the title or possession of the real property described in Exhibit "A". All the terms, covenants and conditions herein imposed shallbe binding upon and inure to the benefit of the successors in interest of Owner_ Upon the sale or division of the property described in Exhibit "A" the teras of this agreement shall apply separately to each parcel, and the owner of each parcel shall succeed co the obligations imposed on Owner b7 this agreement. Upon annexation to any City, Owner shall fulfill all the teras of this agree- ment upon demand by such city as though Owner had contracted with: such city orig-nally.- Any annexing city shall have all the rights of a third party beneficiary. 4. STREET AND DRAINAGE IMPROVNTS. A. The improvements set forth in this section may be deferred by Owner and shall be constructed when required in the manner set forth in this agreement. The deferred improvements required by County Department of Public 'Works are generally described on Exhibit "B" attached hereto. B. When the County Public Works Director determines that there is no further reason to defer construction of the improvements because their construction is necessary for the public health and safety and/or a necessary prerequisite to the orderly development of the surrounding area, he shall notify Owner in writing to commence their installation and construction. The notice shall be mailed to the current owner or owners of the land _ as shown on the latest adopted County Assessment roll. The notice shall describe the work to be done by owners, the time within which the work shall commence and the time within which the work shall be completed. All or any portion of said improvements may be required at a specified time. Each owner shall participate on a pro rata basis in the cost of the improvements to be installed. If Owner is obligated to pay a pro rata share of a cost of of a facility provided by others, the notice shall include the amount to be paid and the time when payment rust be made. 5. PERFORMANCE OF THE WORK. Owner shall perform the work and make the payments required by County as set forth herein or as modified by the Board of Supe"W& shall cause plans and specifications for the improvements to be prepared by� persons legally qualified to do the work and to submit said improvement plans and specifica- tions for approval prior to commencement of the work described in the notice and to pay County inspec- tion fees. The work shall be done in accordance with County standards in effect at the time improvement plans are submitted for approval. Owner agrees to commence and complete the work within the time specified in the notice gi,:en by the Director of Public Works and to notify the County at least 48 hours prior to start of work. In the event Owner fails to constrict any improvements required under this agreement, County may, at its option, do the work and collect all the costs from Owner. If County sues to compel performance of this agreement or recover the cost of completing the improvements, Owner shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. Permission to enter onto the property of Owner is granted to County or its contractor as may be necessary to construct such improvements. 6. JOINT CDOPERATIVE PL45. Owner agrees to cooperate upon notice by County with other property owners, the County, and other public agencies to provide the improve- ments set forth herein under a joint cooperative plan including the formation of a local improvement district, if this method is feasible to secure the installation and construction of the improvements. 7. REVIEW OF REQUI'REME S. if Gwner disagrees s,rzh the re:r.i.emeats set forth in any notice to commence installation of improvements he shall, within 50 days of the date the notice was mailed, request a review of the requirements by the Board of Supervisors of County. The decision of this Board shall be binding upon both County and Owner. S. ACCEPTANCE OF IMPROMIRM. County agrees to accept those improvements specified in Exhibit "B" which are constructed and completed in accordance with County standards and requirements and are installed within rights of way or easements dedicated and accepted by resolution of the Board of Supervisors. Owner agrees to provide any necessary temporary drainage facilities, access road or other required improvements, to assume responsibility for the proper functioning thereof, to submit plans to the appropriate County agency for review, if required, and to maintain said improvements and facilities in a manner which will preclude any hazard to life or health or damage. to adjoining property. 9. BONDS. Prior to approval of improvement plans by the County, Owner may be required to execute and deliver to the County a faithful performance bond and a labor and materials bond in an amount and form acceptable to County to be released by the Board of Supervisors in whole or in part upon completion of the work required and payment of all persons furnishing labor and materials in the performance of the work. 10. INSURANCE. Owner shall maintain, or shall require any contractor engaged to perform the work to maintain, at all times during the performance of the work called for herein, a separate policy of insurance in a form and amount acceptable to County. ll. INDaNITY. The Owner shall assume the defense and indemnify and save harmless the County, its officers, agents and employees, from every expense, liability or payment-by reason of injury (including death) to persons or damage to property suffered through any act or omission, including passive negligence or act of negligence, or both, of the Developer, his employees, agents, contractors, subcontractors, or anyone directly or indirectly employed by either of them, or arising in any way from the work called for by this agreement, on any part of the premises, including those matters arising out of the deferment of permanent drainage facilities or the adequacy, safety, use or nonuse of temporary drainage facilities, the performance or nonperformance of the'work. This provision shall not be deemed to require the Owner to indemnify the County against the -2- ao33 t Bov 8448 wGE262 liability fnr damage arising from the sole negligence or willful misconduct of the Cat+aty yr its agents, servants, or independent contractors who are directly responsible to the County. 12. This deferred improvement agreement shall supersede the previous deferred improvement agreement recorded March 22, 1977 in Book 8250 of Official Records at page 290, Contra Costa County Records. COUNTY OF CONTRA COSTA OWtt �J V£RNONCLIN Pub G Director nL. Mortarot ';iC4 j Mortar tti 10 i1 Gine , Deputy nc M-rtarotti R$COM?1EbiDED FOR APPROVAL: By NOTE: This document is be acknowledged %sf)(tint Publi .corks Director with signatures as they appear on deed of title FORM APPROVED: JO1W B. CLAUSEN. County Counsel FOR.'!APPRWED je•.1.lIt C Con sN STATE OF CALIFORNIA Co..., an f CA as On ekit_e�Q y of cls 1•� t.tlu yew ou tkorarand nine J.axidrad and _/ befort me,_1.2t.Q[at.. seLi -/'----- a NotaryPubfic in and for tke County of y C4 rS as state of CaCfomr .,rrsidiw9 tktrenr, t• duty e...iuiened Aad mom,lersonday attearrd� L duarAnroW 4 .9ga 4A.,e.-41-ria ,r��.` C['"'SC._aLS�:� LYS1 �•• I+. rfar•�n reFff". =�•_...a _ kwasa i tome to be Me jrrton.+mkosr naar S • ��ttr3td toter within inttrarnrnl NOTARY ;3LCZ tc- cCv:+ry OF cC,4T;ZA A::'- and aeknosledged tome tbaL.Jie-y-ðe sant. v++us:,fu:suu::;+usu:s:usu+unsurur+ew:sst++i LY IJITNEss IPHEREOF I�k+art kerenwo set my kand and aff+red my gjkW seal in tAt_Sr�t�_C�anty afyO�flA._�aS'}�_�G4t dcy ccd ytw in tkir rrrtif«cs:r f+► a. ctsrittr2 r 1` ,.5 C�L(aL0 IQ3�� �Cetur Pul:�e is and Couper•t..L.O�t f'Y' ia-e'f•y� ,.■UTILITY LI-It re....o.ea.aoeSate or Gid.rna re4 I jrg7 Hr Cammixion Er�irc+lY 3fl��8448 PAGE-263 EMBIT Subdivision MS � shova as:Parcels "B" and 'g` oa Parcel Hag filed All that land being -, _ e 3 Contra Costa County Hatch 21, 1977"`3a,Book� of Parcels at Oa8 nXw } i .* }�H y+�"'a�.ar' i, *.7'"" �. t ,r"s"t vta �rr�a NINE,. �"x.�- <s `� �a �. r *' r en 25` I ; ,x7r. . �.at�� T� h 3i ,�>h. � � '�,°�z•'-' `�': '� fx't-"Ts'�w �r '' �y'�'�" �r�i��'T�f�'# .°'-. � t, t r .r�t:tv";''.r� �J�k?a 7 +,e�s2a •�- �`.�w,,',y�is-'"y`,�" 'm;x...�.c^' s r.�"�.-`�» ' ` yM ^# aux �' sour' ��r i• .F�,`'.: '*. A .ns' Ows Evil oil # ," a r ' �"*.�.raLx ;a s"p`"*r"F �.y. nP ` x.7°"Y9 ry 41' aF' -'•^ y x "F.le F. M � a "y$z�+,�?..v c "':t tt •`"r F 7..r} ".{t� � a -'v�s4,C3',�� �p �rs+i sr +kv. '" h^.v t ' C 'S. emu '.✓! 7# b ^�,'iwH' • ,« f ��'q'�^''F Y ja "` .sem�r� ��'�-y,}r ix�� ,� "� s�. Y t t; r PACE264 FY111SLT age. Subdivision MS 194-76 I Improvements required by Contra Costa County Public Works-Department along thefrontageof Parcel 148-160-023 and 148-160-025 as described.in Exhibit nA". I. construct curb, necessary longitudinal drainage, and pavement widening oiv Cherry Lane. Tic face of the curb shall;be located 19 feet from the c-nterline of the.street_ The curb alignment may be adjusted to protect-the existing oak trees within the right of way. Should the trees conflict with the travelled xray of the road way they shall be , removed. 2. Temporary conforms for paving and drainage as may be necessary at the time of construction. 3. Install two street lights on Cherry Lane. - The location of the lights will be determined by the Traffic Engineer. This property shall be ' annexed,to County Service Area L-42" foc.the'maintenance and operation of the street lights. 4. Utility distribution services shall be tnstalled.underground. 5. Submit improvement plans to the Public Works Department, Land Development Division for review; execute a Subdivision,Agreement with Contra:Costa County to guarantee the construction of the improvements and installation of the street Lights; post the bond required by the Agreement and pay. an inspection fee and applicable lighting fee. Overall curh grade plans will be prepared,by the Public Works:Department for use by the applicant in the preparation of specific improvement plans. II. Relocation of Utilities Any necessary relocation of utility facilities shall be the responsibility_ of the owner or his agent. III. County's Responsibility County furnished engineering will consist of preliminary design and establishment of street grades and drainage and one staking of curb line grade. Any replavement of curb stakes wilt. be at the expense of.the owner. The construction of the above deferred improvements shall begin as outlined in Item 4B of the Agreement when any of the following occur: 1. Publir forks presents to the Planning Commission for their review and approval at a public hearing, factual information that frontage improvements-and street lights are necessary (all interested patties to,be notified of,the hearing). 00376 F . { � �8448 ma265 2. 'Cherry Lane is constructed to its ultimate planned width by the County or`by,an-Assessment.District. 3. Frontage improvements are,constructed adjacent to.;the subject property., - v - fia #t awe^ ` �' LF °qui}.. h tS ax- >A J'3�e'S� w'rl' '1.' g e '• ,fir sA. v,; a A milt F >kqapT fk Mx� Yx. '� � y� a a ,*� '� Ts�h fix.. -ffi�'i`•'n E�4' k"�.�a a �� bF ^fi,'.xiq.r`°"� r �, 00 HI wo c.a-a � �n .'fir '.. '�' •,'.�,v g" r xr '" c.'r'd" ` s ..�,3i^L f 3 ys�{ $ p44 ,a Nat A �e ,���x'�m"`tea- �,�a. �t '»-!f T.rK�N yr ,' u y o =i a' % .r�' '�"s.m>r'aa a n.. ;:` �'*� <y'' r ai�,a`t�ze a.. i� .A..F�Qirrt t'•C F etaf . � �'k "`_'" ...3 f'a't-?J*I' s+r^i ,f• 7 z, ` . ±`�w'q` af `T - .""�: '� ,, zs (r xi nM Y rr 00I In the Board of Supervisors of Contra Costa County, State of California July 19 ,1977 ; In the Matter of Extension of Contract with Los Medanos Community hospital District to August 31, 1977. On the recommendation of the County Administrator and the Director, Human Resources Agency, IT IS BY THE BOARD ORDERED that extension of the contract with Los Medanos Community Hospital District to provide continued transportation services to the Pittsburg and West Pittsburg area is HEREBY APPROVED for the period August 1, 1977 through August 31, 1977 for an amount not to exceed $1350, and the Chairman is AUTHORIZED to execute the contract when negotiations have been completed and the document has been signed by the appropriate official of the District. PASSED by the Board on July 19. 1977. 1 hereby certify that the foregoing Is a true and carred 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 SupeWtsors Medical Director affixed this l9th day of July . 1977 Contracts Administrator Los Medanos Hospital District County Administrator J. R. OLSSON, Clerk County Auditor-Controller B Deputy Clerk Maxine M. Neqteld7 00,178 H-244f77ism . EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) p s Numbe2 e 3 01 - 1 1. Contract Identification. Number: 28-301 Department: Human Resources Agency Subject: Purchase of Los Medanos Community Hospital District Minibus Services for three (3) months in the Pittsburg/Hest Pittsburg area Effective Date: May 1, 1977 2. Parties. The County of Contra Costa, California (County) for its Department named he above, and tfollowing named Contractor mutually agree and promise as follows: Contractor: LOS MED6NOS COMMUNITY HOSPITAL DISTRICT Capacity: Public Agency Address: 550 School Street, Pittsburg, California 94565 3. Extension of Term. The term of the above described contract between the parties hereto is hereby extended from August 1. 1977 to Auplst 31, 1977 .unless' sooner terminated as provided in said contract. 4. PaNmeat Limit. As to the extended term of the contract, the maximum amount payable. by the County is increased by the following amount $ 1.350 which shall be payable on August 10, 1977. 5. Other Provisions. As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatc:res.These signatures attest the parties' agreement hereto. COUM QWC `LIRA COSTA. CALIORNIA CONTRACTOR N. Ba�q�ys By ' Chairman, Board of Supervisors LALTMd President. LMCH Board of Directors.. (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) - �J'�f State of California ) B��.� srti�� G� County of Contra Costa ),.ss. , Deputy ACFG`TOWLEDGEMENT (CC=1190.1) The person signing above for Contractor Recommended by Human Resources Agency known to me in those itidivi dual and business capacities,acknowledged ppeared CCC{{{ before me today and acknowledged that By he/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: HRA Contracts Administrator - Dated: July 29, 1971 BY Designee nary Galindo No OFFIC SEAL ` MAR lINltO nA..,^ .- pLL[}IYkIK--Cfllf[[M� (l_i-!y Microfilmed with board order co[uR�cosr,coUUTY w Ce...ae.[.Yn i.rb s.LIM In the Board of Supervisors of Contra Costa County, State of California July 19 .1977 In the Matter of Extension of Contract with Los Medanos Community Hospital District to August 31, 1977. On the recommendation of the County Administritor and'the ` Director, Human Resources Agency, IT IS BY THE BOARD ORDERED: ` that extension of the contract with Los Medanos Community Hospital District to provide continued transportation services to the Pittsburg and Best Pittsburg area is HEREBY APPROVED for the period August 1, 1977 through August 31, 1977 for an amount not to exceed $1350, and the Chairman is AUTHORIZED to execute the contract when negotiations have been completed and.the document has been signed by the appropriate official of the District. PASSED by the Board on July 19,1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources Witness my hand and the Seal of the Board of Agency Supervisors Medical Director affixed this 19th day of' July 19= Contracts Administrator tyros Medanos Hospital District County Administrator I R. OLSSON, Clerk County Auditor-Controller BY Deputy Clerk e M. i eld q 00380 H-24 4M Isen ... -.,. ^ft-.:int• In the Board of Supervisors of Contra Costa County, State of California July 19 ,;19 77 In the Matter of Rental Agreement 981 Castle Rock Road Walnut Creek IT IS BY THE BOARD ORDERED that the Rental Agreement with Blaik J Musolf and Nancy Cutshall, dated July 8, 1977, for rental of County-owned property at 981 Castle Rock Road, Walnut Creek is APPROVED, and the Pablic Works Director is AUTHORIZED to sign the Agreement on behalf of the County. The Agreement is on a month to month "as is" basis at a monthly rate of $400.00, effective August 1, 1977 PASSED by the Board on July 19, 1977. r f t x ra } 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 aforesoid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Real Property Divisior� affixed thajqthday of July 197j_ cc: County Auditor—Controller County Administrator J. R. OLSSON, Clerk gy POxv .Deputy Clerk ' N. Pous 000 H-24 3/76 15m - In the Board of Supervisors of Contra Costa County, State of California July 19 19 77 in the Matter of Approval of Medical Services Renewal Contract t26-004-4 The Board having autlorized the Director, $Sanaa or his designee, to conduct contract negotiations with the below-named contractor, IT IS BY THE BOARD ORDERED that its Chairman is execute Contract #26-004-4 with Katharine B. Robertson to provide elect to: myographic services to County Medical Services for the a provide electro- through June 30,1978s not to exceed a cost of $9,240. period July i' 1977 PASSED BY THE BOARD on July 19, 197'x. 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 Wdnm my hand and the Seal of the Board of Attn: Contracts A Grants Unit Supervise- cc: County Administrator affixed this 19 ay of July 19 County Auditor-Controller IZ County Medical Services Contractor J. R. OLSSON;Clerk By Deputy Clerk ffaxlne X. Neufel EH.dg 00-11W H-24 3/76 15m Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2(�" -00 4 d i Department: Medical Services Subject: Electromyograph 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: KATH•ARINE B. ROBERTSON Capacity: An individual Address: 2925 Monument Boulevard, #129, Concord, California 94520 3. Term. The effective date of this Contract is July 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 9,240 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference, and Attachment 1, Prepaid Health Plan Subcontract Requirements, attached hereto and 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: Not Applicable 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code 31000. 10. Signatures. These signatures attest the parties' agreement hereto: CORN OF NT STA CALIFORNIA CONTRAC aChaj7zx�mznBo—ard I . m Bog e9S.Bi1whNY of Su s J& (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) County of Contra Costa ) sr. Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recomme ded by Department known to me in those individual and business capacities, personally appeared ,106"' Z, C_ 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: C.fi[/.t.L %7 7/FMM - .. DeputyX 71 Deputy County Clerk NRA Contracts Admi for � � ELIZAB'I:-I P. HUTCHINS DEPUTY Cc;;rm CLERK X83 (A-4617 REV 6/76) Contra Costa County,California Waofilmel with 6oaril or8er Contra Costa County Standard Form PAYMENT PROVISIONS (Fee" Basis Contracts) Humber 2G -0d4 - 4 1. Payment Amounts. Subject to the Payment-Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee:: [Check one alternative only.] ( ] a. $ monthly, or [g] b. $ 10.00 per unit, as defined in the"Service,Plan, or [ ] c. $ after completion of all obligations aad conditions herein and as full compgnsation for all services, work, and,expenses, provided or incurred by Contractor_hereunder. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made onCounty,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 Contractor's performance, in whole or in part, either has not been carried out or is - insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations:under;this Contract. -V11t70� (A-4619 REV 6/76) f SERVICE PLAN A Number 26 -004 `� The Contractor represents that she is a qualified professional electromyographic technician and will continue to be so qualified and eligible throughout the term of this Contract. The Contractor shall provide electromyographic services for the County Medical Services, which shall include executing and reading electromyographic (EMG) examinations. Contractor will provide service at times and in the manner to best serve County Medical Services. A unit for payment purposes, as referenced in the Payment Provisions, paragraph 1, Payment Amounts, is one hour of electromyographic services. SPECIAL CONDITIONS Paragraph 19, Insurance, of the General Conditions is modified as follows: "19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements: a. Liability Insurance. The Contractor shall provide: (1) A policy of comprehensive liability insurance coverage for owned and non-owned automobiles naming the County and its officers and employees as additional insureds, with the following minimum ]Limits: $25,000 for each person and $50,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease, from any one accident or occurrence, and $10,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. .(2) A policy of contractual professional liability insurance against errors or omissions performed in the practice of Contractor's profession, with limits of $200,000 for each claim and $600,000 aggregate during the policy period, naming Contra Costa County Hospital as additional insured. b. Additional Provisions. The policies shall include a provision for ten (10) 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." Initials: Cont actor County Dept. 00000 Contract Numbe*fmr 6 -o 0 4 - Q _ _ Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIR LENTS Pursuant to State Department of Health/County Contract 076-56983 (County 029-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article %I Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract 076-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract 076-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved- (A-4632 New 3/77) -1- 00386 PREPAID HEALTH PLAN SUBCONTRACT REgunmsNTS 12. Contractor will notify the-Department of=Henith�and"Commissiouer of-Corporations- in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Mail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health - 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor eaters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract #76-56983, Article %I, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not-make assignment and/or delegation of this subcontract unless County has obtained prior,written approval of the`other;.party:and State Department of Health. a .+2 (A-4632 New 3/77) -2- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Lay. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make availahle for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by lay. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may-be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan 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. ooijoa n(��gqQ�pp (A-4616 REV 6/76) -l- �1 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily' injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees._ c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts S Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not 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 chis Contract wi11 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. 003-% (A-4616 REV 6/76) -3- 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. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the'courts'of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State' ' regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee' of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed;-nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any'failure to comply with any of the terms and conditions hereof: 13. Subcontract and Assignment. This Contract binds the'heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not-assign this Contract or monies due or to become due, without the prior written consent of the" County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand-a'valid copy of its most recently adopted bylaws and also-a complete and accurate list of its governing body'(Board of Directors or Trustees)'and to timely update said bylaws or the list of its governing body as changes-in such governance occur. 16. Confidentiality. Contractor agrees to comply and to'require its employees to comply with all'applicable State or Federal statutes--orregulations 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. - 1. 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' 63 REV 6176) -2- •Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims.for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & 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 contractfollowing 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. 00M (A-4616 REV 6/76) -3- In the Board of Supervisors of Contra Costa County, State of California July 19 .19 77 In the Matter of Report from Supervisor E. H. Hasseltine with Respect to Mt. Diablo State Park. Supervisor E. H. Hasseltine having announced•that he'- -was this day submitting a report on the alleged problems at Mt. Diablo State Park, advising that in response to numerous inquiries from his constituents a meeting was held on July•14,, 1977 with representatives of the State Department of Parks and Recreation, including personnel from Mt. Diablo State Park, the California Higlway Patrol, the County Sheriff-Coroner, District- Attorney and the East Bay Regional Park District, to discuss problems related to use of the Park; and Supervisor Hasseltine having stated in his report that in his opinion the majority of people who utilize the Park are peaceful and cooperative with state officials, and that publicized incidents with respect to problems are the exception rather than the rule; IT IS BY THE BOARD ORDERED that receipt of the aforesaid report is ACIQIOfiMMED. PASSED by the Board on July 19, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Administrator Witness my hand and the Seal of the Board of Supervisors affixed this_19t1day of Julv 19 77 J. R. OLSSON, Clerk ey_ Cu, i / ' Deputy Clerk o bie Cutierre 4 H-243;7615. , Janm The Board of Supervisors Contra COunt Clerk a" County Clerk and - Ex offloo Clerk of the Board County Administration Building Costa Mti Geraldine Russell P.O.Bax 911 Chief perk Martinez.California 94553 County (415)371-2371 Jame P.Karrry-Richmond - tst District. - Haney C.Fanden-Martinez 2nd District Robert L Schroder-Lafayette Tl T '{1 3rd District 1f—J 11 (.L./] Warren N.Boppen-Concord . 4th District EritKNa„al„ne-per July 19, 1977 JUL 19 i°77 5th District REPORT TO THE BOARD v. a. o:s�oto ON :�AR, SUPERvi POLICE PROBLEMS orA t B'� AT ....-..._..._....; MT. DIABLO STATE PARK In response to numerous inquiries from my constituents and newspaper articles which have appeared in the local press recently, I set up a meeting on July 14, 1977 to discuss the reported police problems at Mt. Diablo State Park and ascertained what actions have been taken to rectify the situation and what the County could do to assist. At this meeting, representatives of the State Department of Parks and Recreation, including personnel from Mt. Diablo State Park, the California Highway Patrol, the County Sheriff-Coroner, District Attorney, and the East Bay Regional Park District were in attendance to discuss this problem. According to the people most familiar with this situation, the main problems are occasional reckless driving, public drunkenness involving both adults and young people, roudiness, and persons blocking the roads into Mt. Diablo State Park. The people representing the State Department of Parks and Recreation explained that they feel they have eliminated the traffic and congestion problem by increasing the patrol activity of State rangers on the roads. They also, with the addition of seasonal help, have increased their patrols of the 37 picnicking and campsites on the mountain to assure better control of any situations that may occur. State rangers have the authority to enforce most offenses that occur in the park and are not reluctant to do so to maintain the peace at the State Park. Persons using the State Park who do have some sort of problems are encouraged- by ncouragedby park staff to flag down one of the green state trucks that constantly. patrol the mountain to ask for assistance. All units have radios and can call in additional assistance if necessary in an expeditious manner. 00192 wifil board order • 2. The State Park officials were highly laudatory of the cooperation they have received-from the District Attorney, the Sheriff-Coroner and the Highway Patrol when it was-needed.- According asneeded:According to the Sheriff's Office, problems around the State Park are reduced from previous times. According to their police reports and the reports from their officers in the field, there are far less problems during this season than there have been in the past years. The Highway Patrol agreed in this conclusion and noted that there was less activity during the close of this school year.on the park than in previous seasons. Mr. William O'Malley, District Attorney, istated that.most of the offenses that happen at the park are minor and °do not come to - the attention of the District Attorney's Office. They are prepared to handle the more critical situations and have organized their office so that they can assign sufficient staff to particular problems as they arise. They also found that they had not noted anything unusual in terms of police activities on Mt. Diablo during this season. In my opinion, a couple of serious incidents at the Mt. Diablo State Park have spurred considerable public interest in this area. It is a most important recreational area for the County and the concerns of our constituents for their safety on the mountain are legitimate. Although the publicized incidents were serious, they are the exception rather than the rule and the vast majority of the people who utilize the state park are peaceful and cooperative with state officials. In my opinion, State Park officials have things well in control on the mountain and are recipients of assistance when needed from other police agencies. I assured them that I stand ready to assist where possible should that become necessary in the future. �A ERIC H. HASSELTINE, SUPERVISOR DISTRICT V i In the Board of Supervisors of Contra Costa County, State of California July 19 19 77 In the Matter of Report on Status of Energy Conservation Measures. The Board on May-17, 1977 having:-designated'J. Michael Walford, Chief'Deputy Public Works-_Direator,.as'.Coordinator:of County Energy and Water Conservation Efforts; and Mr. Walford having thisdaysubmitted a report on the status of energy conservation measures taken within the-County - government occupied buildings; IT IS BY THE BOARD ORDERED that receipt of said report -is'ACKNOWLEDGED. PASSED by the Board on July 19,.1977• .TM 41, t t NY 3 T 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. cc: Public Works Director Witness my hand and the Seal of the Board of County Administrator Supervisors Civil Service affixed this 19th day of July : 19"7 J. R. OLSSON. Clerk By_ Deputy Clerk N. Pous 0013w; Moa W5 lou PUBLIC WORKS DEPART1MiNT CONTRA COSTA COUNTY Die: JAY Board of Supervisors RECEIVED From: Vernon L. Cline, Public R rks Dir estop'~` �• V JELL i 9 077 �.z.assarr CLS X Z04;0 OJ:Su?E;M1504 i Subject: � �k Pan status of energy conservatim C TM COSTA Co. measures cv__Q. ,� taken within the Oounty government oaupied buildings This report is made in response to the Board of Supervisors' request of July 12, 1977, regarding measures which have been taken or are proposed caith the goal of conserviM energy in County occupied buildings. The Department first began paying close attention to energy age and building l noodifications aimed at a reduction in energy usage in 1973 when petrolerm products were rationed and the costs of power generation began their rapid and as yet un- abated rise. The energy mn_a_mpt m in a typical air conditioned build is divided about 80% to the air haul ;ng function (heating, air conditioning and ventilating), 10% to lirghtin<3, and 10% to other miscellaneous equipment such as elevators.. in order to reduce the air handling usage and therefore the cost, we have fitted the equipment in our buildings with time clocks to control the hours of operation. m have recently undertaken a dam for the installation of step controllers for er. pTexxL start-up and Shut-do0,n in major buildings to further minimize the running tines of the air hardling eel UME nt. With=tine Jast mmth'we have had two major manufacturers of computerized energy management systems spend a day reviewing our present equipment and control systems in order to present us with a proposal for the installation of their computerized control system. After reviewing our current operation, both of then commented that they were impressed with our present control system and the energy conscious marurer in which our buildings were operated. Tie expect to receive their proposals soon, including information an cost of the system and expected cost savings. As a second area of reducing the energy demand for the air handling systems, thermo-- staars have been readjusted to heat buildings only to 680 F., and to air-condition them to 780 F. Fweptions bad to be made in medical clinics arra data processing areas where temperature control is more critical. Me have also Imered the tempera- ture settings on the water heaters and raised the water temperature settings on the chilled water systems for the air conditioners. Tore third area of enemy c ons mptian reduction has been to institute an increased frequency of cleaning condensers, fan coil units, air harxiler coils, boilers.and changing filters in order to provide maximum operating efficiency. LC 6cx AM rofilmed with board ordg F,a �� 0 CK -Board of Supervisors -2- July 18, 1977' We have modified the air handling g controls in the data processing center so,that C-ne meter rccoz, v&ich require fairly precise and cool operating tasperatures, can be coatrolled and operated independently of the remainder er o£ the ul ' it should be noted that prior to 1973, when energy costs began their dr-anatic in- crease, very little at•ten icn was paid to energy efficiency in building design, and the cost of modi_ying exist buildings m=h bwyand the minor Control adjust razats already accomplished can be expected to be substantial, with fairly lengthy a,nrtization periods. Future measures which should be considered to minimize energy requirements in county buildings should include: 1. Reflective roof coatings. Ziis has been applied to some county.bui.ldings and program should be extended. 2. Reflective window coatings_ 7lnis has been applied to sane of the more exoosed windows in the Aclm;n;erration Ridding, I=th Wing and Finance auiding and the program should be extended. 3. CaLsidew, additional insulation and/or double glass windows where feasible. 4. Additional shade screening of win-laws, such as louvers. 5. Abve umiking hours earlier, say 7:00 a.m. to 3:30 p.m., to avid operating the air handling systems in the late afternoon w1m operating costs are highest. This will beocme even more igxxtant in the bot-to•distant future when PG&E lowers their "tine-of-day, grmb=rate she to the 500 kw plateau, which will include som county buildings, with the effect that energy conmmiad from 12:30 per. tb"6:30 p.m. will be subject to"a high "penalty" rate. 6. Currently reoaurded in the 1977-78 budget is $35,000 for economizer equip at for the Richmord Health and Medical Clinic Building-lding- This equipment will allow the air hard ing system to recirculate a portion of the air rather than using all outside air as at the present time, thus reducing ttb energy needed to bring the ventilation air to the proper temperature. This item oras also re=ar mended for the 1976-77 budget but was cut. As a result of the measures taken to date, electrical enamN usage in the Actn nis- t_rationz Building has been cut 208 to 358 since 1973, dependent on the month. Natt-ral gas usage has been cut about 10% during the same period. These results are more dramatic than in most other count; buildings because the Buildir_-3has a very large enure to the sm and outside air, and its thin metal siding is mach less energy conservative than other major osanty buildings, such as the fact, heavy masonry Ca is and Finance $til,rli ,gs. - bighting, admittedly amore visible energy use, none-t`_-less represents only a minor pesca-atage of the energy stun is most buildings. Efforts than far to r i r; e use of ene—rW for lighting has been limited to removirq about half of the light bulbs in hall and corridor areas and aicoureinq eaployees to INI Board ofy 4.zi core` -3- Je�Iy 181 1977 lights in areas not in use. Lido only throw.areas In use is known as "task lighting." S=eoounty buildings, iildi gs, no�.ssly th= A&i reggaire considerable rewiring to convert thea to task ligttting,'because entire. ,. floors are presently ccativlle3 by a single switch: In the interest of lighting reduction, the following.changes;sba1 d be considered. 1. Rewiring die necessary to provide task lighting. 2. Reducing or eliminate night meetings. v 3. Rliminiting "flue-time" wodking hour opti,o¢Ls.which same esgilayees bave--b'e-e;rCl- 'z� ted Vd -J',%S1:fa oc: Ait= G. Will,- cotw4r Administrabor R. M. Rygh, Deputy.Public-[�Torks D"- 'r'�"• Sl�dcJs &Gvo[mds J, m '4 af" e°f� ¢� e ✓t t� r V iy "1 y i �x wt i r rt N In the Board of Supervisors of Contra Costa County, State of California _July 19 UT 77 - In the Maker of . Receipt of the Public Defender's Annual Report for Fiscal Year 1975-1976 Pursuant to Government Code Sec ta on 277;0,. the Publi. Defender has sill' his annual report'for fiscal year. 1975-1976. IT IS BY THE BOARD ORDERED that,receipt of.the above report is acknowledged: -- PASSED by the Board on July 19, 1977. a 4 4 t X -a 1 hereby Certify that the foregoing b 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 Supervisors affixed thisl9th day of—Ju2Y 19_77 �Max LSSON. Clerk BDeputy Clerk cc: _Office of the County Administratold Public Defender's Office H-24 317615. •- 003% - . -•s In the Board of Supervisors of Contra Costa County, State of California July 19 .19 In the Matter of Paper Recycling In response to request of Supervisor Nancy C.'Fanden,"the County Administrator having submitted to the board:a 'letter dated July 14, 1977, advising that his office, in conjunction with.the. ' Public Works Department, has made a preliminary review of County._ practices concerning disposal of wastepaper, and recycling as an , alternative; The County Administrator having further advised that addi-_ tional information will be compiled and analyzed on this matter . and a report submitted at a later time; IT IS BY THE BOARD ORDERED that receipt of aforesaid letter from the County Administrator is hereby ACKNOWLEDGED. Passed by the Board on July 19, 1977. 1 hereby certify,that the foreyoiog is a true and correct copy of on order entered on the minutes of said Board of Supervisor on the date aforesaid. Orig: Administrator Witness my hand and the Seal of the Board of cc: Supervisor Fanden Supervisor Public Works Director ofbted 19th day of .h,'ly 1977 J. R. OLSSON, Clerk BV - Deputy Clerk Maxine M. Neufeid H-24 M"15m 001%" �o County AdminWistratoCon r tra Board ot Supervisors county Administration Building WJL� t�p t�P. M� Martinez.Califoma 945M ^osta (415)372_40W (——" "I 2nd Di tr Fand�o 2nd District Arthur G.Will Rabat 6 Sdncds Co mt7 Admmisfrator 3rd Distract Warren N.sow= . -— 4th District Eric ft.Hasadtine 5th District July 14, 1977 RECEIVED 1977,. Board of Supervisors Administration Building, Room 103 z otoN Martinez, CA 94553 arc a0AD M:upaVL,,Rs co. Dear Board Members: Re: Paper Recycling At the request of Supervisor Nancy C. Fanden, my office, in conjunction with the Public Works Department, has made a prelimi- nary review of County practices concerning disposal of watepaper, and recycling as an alternative. The County does recycle some paper goods--wastepaper from the Data Processing Division of the Office of the County Auditor- Controller. Tabulating cards and computer paper, the most valuable recyclable items, in the amount of about 28 tons were sold during the last 12 months for $4,152. At the present time, all other wastepaper is disposed of through commercial scavenger companies providing services at-the various County building locations., A major wastepaper recycling program would require the partici- pation of employees since initial separation of paper from other disposable materials is most readily accomplished at individual employee desks. The amount of revenue produced from the recycling of data processing paper appears to indicate that it would be difficult to break even on a recycling effort if any consequential additional costs were involved. A thorough assessment of this matter would require a study to determine the volume and sources of various types of paper waste, the market and estimated revenues for such waste, and the procedures and costs necessary to collect the paper for sale. Because the County has a variety of facilities in a great many scattered locations, it appears likely that a recycling program would need to be restricted to the major County complexes. Additional information will be compiled and analyzed on this matter and a..further report submitted at a later"time. Respectfu ly, ARTHUR G. WILL 00400 County Administrator by C. A. Hammond CAH/aa Niiaofilmsd with &old or8er i ! w In the Board of Supervisors of Contra Costa County, State of California July 19 .1q77 In the Matter of Social Service Department Foster Home Development Training Contracts 120-130-1, $20-048-1, 120-156 IT IS BY THE BOARD ORDERED that its.Chaitiman .is'AUTHORI•ZEO to execute contracts with the following-named individuals for provision of. training and orientation in Foster Care to foster parents for the`SociaT` Service Department, and under terms and conditions as more particularly set forth in said contracts: Contractor Term Payment Limit Contract Number Paula S. Phipps 7-20-77 to 12-31-77 $30.00 20-130-1 Vieanna L. Ruark 7-20-77 to 12-31-77 $20.00 20-048-1< Karen E. Ribeiro 7-20-77 to 12-31-77 $20.00 20-156 PASSES BY THE BOARD on July 19,.1977. I hereby certify that the foregoing Is a true and carred copy of an order'entered on 1he minutes of said Board of Supervisor on the date oforesoid. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts & Grants Unit affixed thisl9thday of July 19 77 County Administrator County Auditor-Controller Social Service Department J. R. OLSSON, Clerk Contractors a Deputy Clerk Maxine 14. NeureAd H-24 3/76 15m Contra Costa County Standard Form SHORT FORD! SERVICE CONTRACT C� c� 1. Contract Identification. Number 2 0 - 1 3 O - 1 Department: Social Service Subject: Foster Home Development (Training Program for Foster Parents) "Foster Parent Education and Orientation Series" 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: PAULA S. PHIPPS Capacity: Self-employed individual (Training Consultant) Address: 4621 Regina Lane, Concord, California 94521 3. Term. The effective date of this Contract is July 20. 1977 and it terminates December 31, 1977 unless sooner terminated as provided herein_ 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 30.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) flour; or FEE RATE: $ 10.00 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of three (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, and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such service. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. California State Mandate 14-200; State Social Service Letter 175-10; Title XX of the U. S. Social Security Act, as amended (P-L. 96-647) Section 223.84. 11. Si natures. se signatures attest the parties' agreement hereto: CO '4 COSTA, CAL W, N. gogge3s CONTRACTOR 8y , Designee Reconded by Departme (D ignate tic capacity) B Designee (Form approved by County Cowrx Miwi : (A-4620 7/76) crofilmed th board order �j Contra Costa County Standard Form SHORT FORK SERVICE CO3`MCT 1. Contract Identification. dumber 20 -048 - JL Department: Social Service Subject: Foster Home Development (Training program for Foster Parents): General Orientation to Foster Care 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: VIEANNA L. RUARK Capacity: Self-employed individual (training consultant) Address: 272 West lOtb Street, Pittsburg, California 94565 3. Term. The effective date of this Contract is_ July 20, 1977 and it terminates December 31, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 20.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 10.00 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of two (2) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in General Orientation to Foster Care for County-selected persons in the time, place and manner required by County_ including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two 2 full hours of such service. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. California State Mandate 14-200; State Social Service Letter 075-10; Title XX of the U. S. Social Secutity Act, as amended (P-L- 96-647) Section 228.84. ll. Signatures. These signatures attest the parties' agreement hereto: COUNTY / .TR STA, CALL CONTRACTOR bog9ess 8y Y2 �C� Designee Recommended by Department (D grate pTficidl capacit�dL� IL-1 By . �JJ``l�NN77 Designee (Form approved by County Counsel) (x-5620 7/76) Mcrof lined with Board order Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 20 - 156 Department: Social Service Subject: Foster Home Development (Training Program for Foster Parents) Foster Parent Education and Orientation Series 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: KAREN E. RIBEIRO Capacity: Self-employed individual (Training Consultant) Address: 2401 Appelgarth Lane, Antioch, California 94509 3. Term. The effective date of this Contract is July 20, 1977 and it terminates December 31, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 20.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: O hour; or FEE KATE: $ 10.00 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of two (2) 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, and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such service. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. California State Mandate 14-200; State Social Service Letter 675-10; Title XX of the D. S. Social Security.Act, as amended (P.L. 96-647) Section 228.84. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY O§ N A CALIFO CONTRACTOR AYV N. easBy JBy a-.,,, tip- Designee ' Reco=ended by Department (Dea'igna a official capacity) / By �� Microfilmed with 6=0 or8er 00404 Designee (Form approved by County Counsel) r ' In the Board.of Supervisors of Contra Costa County, State of California In the AAntler of Contract Amendment Agreement #26-705-6 with We Care Society,-Inc. and J24-725-6 with Re-Entry Services, Inc. IT IS BY THE BOARD ORDERED that its Chairman is:ADTf1Ogm to execute Contract Amendment Agreement #24-705-6 with We.Care Society, Inc. and fk24-725-6 with Re-Ent Services, Inc., effective lune 1, 1977, to ' adjust#2 the t6 contract budgets to conform to the County's Revised Mental FY 76-77. with no mangee Health (Short-Doyle) Plan and Budget for ayment limits and under terms and conditions as more Particularly contract p set forth in said contract amendment agreements. PASSED BY THE BOARD on July 19, 19n•- s t R 3 t 1 hereby certify that the foregoing iso true and correct Copy Of an order entered on the minutes of said Board of SuPemsom on the dale aforesaid. Wtrress.my bond and the Seal of the Board of Orifi: Human Resources Agency Su 1977 Atta: Contracts ti Grants Unit afi. 19tbdoy of July cc: County Administrator County Auditor-controller J. R. OLSSON, Clerk County Mental Health Direct Contractors " D"ty Clerk I;a�dne M. Neuf ld 00905 . SD:d8 H.24 3176 ISm _ -.� CO..VMACT'P4NDMENT AGREE..A I (Contra Costa County Human Resources Agency) Number 24 -705 - 6 1. Identification of Contract to be Amended. Number: 24-705-5 Department: Medical Services - Mental Health Subject: Partial Day Treatment/Developmentally Disabled (Short-Doyle) Effective-Date of Contract: July 1, 1976 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as Follows: Contractor: WE CARE SOCIETY, INC. Capacity: Nonprofit California corporation Address: 2191 Kirker Pass Road, Concord, California 94520 3. Amendment Date. The effective date of this Contract Amendment Agreement is June 1 1977 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. S. Legal Authority. This Contract Amendment Agreement is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Plental Health Services under the Short-Doyle Act). (Welfare and Institutions Code 45650 et. seq.) and (9 California Administrative Code, Subchapter 3. 3500 et. seq.) 6. Signatures --_These signatures attest the parties' agreement hereto. COJWTY QF,1CO _ COSTA, CALIFORNIA CONTRACTOR BLIZ" "y By Chairman, Board of u_ visors (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) �/ State of California ) By� County of Contra Costa ) Deputy ACKNOWXDGHENT (CC 1190.1) The person signing above for Contractor Recded by Human Reso es Agency known to mein 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: 1177 By f w- Deputy (� Microfilmed with board order CHARM E C WNS 406 NOTARVPUftX-CAUFOANIA .. CONTRA COSTA COUNTY . Yrroaa�fo�Ei�4whw13.I918 AHEHDHENT SPECIFICATIONS Humber 24 -705 - 6 In order to comply uith'the modified Contra Costa Couaty'Mental Health Services (Short-Doyle) Annual Plan and Budget for FY 1976-77 (as approved by the County Board of'Supervisors on May 17, 1977),;County and Contractor.agree to amend the budget'provisions'Of_the Contract identified herein,;as specified below, while all other parts of said Contract remain unchanged and in full"force and effect: The Budget of Estimated Program Expenditures as set forth in Paragraph 8. of'the Service Plan is hereby deleted and replaced by a new substitute Budget of Estimated Program Expenditures, to read as follows: "COST CATEGORIES 1�DNT Staff Salaries and Benefits $188,160 Operating Expenses 56,840 Administration T -0- Other 777 o- . Gross Allowable Program Cost v $245;000 Applicable Outside Revenues* ]8"080) NET ALLOWABLE PROGRAM COST (Contract Payment Limit) $166,920, . 77 *non-Short-Doyle monies to be- collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant to the'Payment - Provisions shall not be limited by the speeific=.liue item'Cost Category amounts set forth above." C actor County Dept. W e 'r � a • x� C 0,40 - CONTRACT AXDM r . AGREE? NT (Contra Costa County Human Resources Agency) Number 24 -725 - 6 i. Identi=icatioa of Contract to be Amended. Number: 24-725-5 Dena^tment: Medical Services - Mental Health Subject: Residential and Day Treatment Services/Meatally Handicapped (Short-Doyle) Effective-Date of Contract: July 1, 1976 , 2. Parties. The County of Contra Cobta California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: RE-ENTRY SERVICES, INC_ Capacity: Nonprofit California corporation Address: 614 Estudillo Street, Martinez, California 94553 3_ Amendment Date. The effective date of this Contract Amendment Agreement is June 1, 1977 4. Amendment Snecifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by re?erence. 5. Legal Authority. This Contract Amendment Agreement is entered into wider and subject to the following legal authorities: 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). •(Welfare and Institutions Code 65650 et. seq.) and, (9California Administrative Code, Subchapter 3, 5500 et. seq.) 6. Signatures. These signatures attest the parties' agreement hereto. i COSTA; CATMrORNIA CONTRACTOR U Boggess B Y Chairman, Board-of 9uperv3zors G Designate officittl capa Attest: J. R. Olsson, County Clerk and affix corporation sE��.•'"�� •.,S State of California S17Ei-;L••i n BY ! County of Contra Costa Ec16� Deputy ACKNOWLEDGHENT (CC 9p•:A.)•,...•••'• The person signing above k Recommended by Human Res urc AgencX known to me in those individu business capacities, personally appeared before me today and acknowledged that he/ 3y 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. Poem Approved: County Counsel Dated: /.2,/q 7 7 By {.vii Ao� Deputy ' ROBERT I PROCTOR Mitrof!113 d Witfi board °R'Or WM4 DEPUTY COUNTY CLERK Contra Costo County,California" AMENDMENT SPECIFICATIONS ryry p r 5 Number 24 - {.2 - 6 In order to comply with the modified Contra Costa County Mental Health Services (Short-Doyle) Annual Plan and Budget for FY 1976-77 (as approved by the County Board of Supervisors on May 17, 1977), County and Contractor agree to amend the budget provisions of the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect: The Budget of Estimated Program Expenditures as set forth in Paragraph S. of the Service Plan is hereby deleted and replaced by a newsubstitute Budget of Estimated Program Expenditures, to read as follows: "A. OPERATIONAL BUDGET 12-HONTH r COST CATEGORIES APlOUNT 1. Staff Salaries and Benefits $111,145 2. Operating Expenses 48,555 3, Administration 3,600 4. Other -0- Gross Allowable Program Cost $163,300 Applicable Outside Revenues* 35i 5601 NET ALLOWABLE PROGRAM COST (Contract Payment Limit) 12$ 7,740 *non-Short-Doyle monies to be collected by Contractor during the.12-month program period Adjustments in County's total payments to Contractor pursuant to'the Payment Provisions shall not be limited by the,specific line"item Cost Category amounts set forth above." "B. NET PROGRAM BUDGET 12-HOM PROGRAM SERVICE PROGRAMS PAYMENTLIMITS I. Re-Entry Homes $ 811144 2. Chrysallis Center 46,596 TOTAL (Contract Payment Limit) $127,740 Adjustments in County's total.payments to Contractor pursuant to Paragraph 1. (Cost Report and Settlement)'of^the;Speeial'Conditions � shall be limited by the specific line item Service Program amounts (i.e. Program Payment Limits) set forth above_" Initials: 0= ^_ Contractor County Dept. 004Q9 In the Board of Supervisors of . Contra Costa County, State of California July 19 .19 77 In the Matter of Amendment Agreement #29-209-2 with the State Department of Health to make Contract Budget Revisions for the County's FY 76-77 Community Demonstra- tion Rat Control Program in Richmond IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute contract amendment agreement 129-209-2 with the State Department' of Health (State#76-55714-A1) to make certain revisions in the contract budget without changing the total budget amount for the Community Demonstra- tion Rat Control Program operated by the County Health Departmeat.for.FY`76-77 and under terms and conditions as more particularly set forth in said amendment agreement. PASSED BY THE BOARD on July 19, 1977. Y � 4 f S J I hereby certify that the foregoing is a true and correct copy of an ardor entered on the minutes of sold Board of Supwvison on the data aforesaid Orig. Human Resourcis-Agency Wftm my hand and the Seal of the Board of Attn: Contracts 5 Grants Unit Superraonr cc: County Administrator affixed this 19t;day of July 19 77 County Auditor-Coatroller County Health Officer f J. R. OLSSON, Clerk State Department of Health B se.ZlDeputy Clerk M gine bi. NeuNld RJP d 3e ism 00410 I ti A r t ;� .`3 C1- r :O ol'w00 Q A G Y ►7 m F�� K p G Ct q4 01 SC YYY- K �, s�YYYyY o ct w y m r e xs s Y N. ct ? �S ' Q 1 « O 4 � A crc z WIT O G" 47 c*►'- ►=1�+< O r G ct , to 'vro • - � �` ch W dA - tZ 0%0 i'• -J rN..6�O Vf fC„ m 411 m z f z 4-3 ,.s p KIF,:rL. mn � to db S ¢ L*J c.s r � t Y _ I 3 may, n t' h 4 � �. •1' (' k yat' ,...4 jTz a W W W W I W, W 1x x W C O p p O CC, PJ O l O O p ct to PL �. "4`•fi " r t ,I N Q O Qf.N N c: to ah'O%A.O 0to 1ti - - in +- G � a x s t l0 I`, � .,`IO `N �D:N�O►Vt Y.� r o oggg13 m _k 0 W C n , m CTo p, o e _ m G 0412 r ►— r. n I ' • ❑ CORTRACT011 ,. PROVZQ SIT THE S FANDARD AGREEMENT— ,ATTORNaT G!Nl RAL ❑ STATIC AeaNCY eTATx OF,CALIFOwN1.R , ❑ STO. S 'ACV.11/T71 OlPT.OP GEN.SCR. ❑ CONTROLLan '1111S AGREESIEN17.made and enteral into this �9 day of April ,19 77 . ❑ in the State of Califomia.by and between State of Catifomia.through its duly elected or appointed, qualified and acting ❑ TJ LLC C•F 0!.E,-.rw.A- INS FOR STAT! AClNCY NUUe ER 3S13t::_I. :M � . :sA-gerent Branch Departmeat of HealthI 76-55711t4l to..C':er n:led:he Surge.nod2 _z- Conr of Contra Costa. (for its Realth Department) 2 9 — 2 0 9 harm;terve::lad she Cmnnemr. LRIXESSETH: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 forth service to be aWwW by Coauaeto.eowot to be paid Caaaaemr.tier for perfinou oe or compitttm.and CUM6 Plans and spaeilirsdoes.if mYJ 1. In thet certain agreement between this department and the County of Contra Costa, dated Juga 15, 1976, and approved on November 1$., 19779 by the Department of General Services, PaTagrsph 2 is amended to read as follows: The attached Exhibit SBR Revised entitled Budget. consisting of 2 pages is mede a part hereof by this reference. 2- Ln that certain agreement between this department and the County of Contra Costa dated Jt•`a 15, 1976, and approved on•Dfovember]S, 1976 by the Department of Generat:Services, Paragraph 9 is amended to read as follows: In consideration of the above services, per- forred in a manner acceptable to the State, the State shall reimburse the contractor eamMterly, in arrears, for actual expenditure in accordance Tiith the program budget (£rtibit RBI' Revised), upon submission of an invoice by budget item., in triplicate, stating the amount of expenditure and the time.period covered.• Such reimbursement shall be meet u=v ded that the contractor shall not exceed by 2% or $1,000.00, witAchever is less, any in:.!:r-dt l item in the budget, and that the contractor submit an explanation of the need for any excess with the claim for reimbursement; further, the State reserves the right A o dery such claim for excess"reimbursement on any item. 3. All other terms and conditions of said contract will rein in full force and effect. , The provisions on the reverse side hereof constitute a part of this agreemeat. R%WITNESS WHEREOF.this agreement has been executed by the parties hereto,upon the date first above written. STATE OF CALIFORNIA CONTRACTOR AGCxev CoIdTitperoR Of eiruge.TwY Y I[mvlaf Ac.f:TATC�CTM[e•LaAaV.ATIOV Le_-j8_- ^t =t Of Health kT wTw1wtra Costa Countyev :J.UT%o SIGN rn 1 T 1 RatTITLE: TL! I'f Asst. Chis'• asi5lif..an ' at[LBfai[ch aaifman Board of S ervisars -Al191977' �I Aoowcss •CS%:I\UE77%ISMEETS.EACN BRA RIMCNWE OF TAA TOwI ' I Pine St. Martinez. CA '•c4Q 1 Departaieet Of General Services AMOUNT CNCUMe[R!O APPROPRIATION tLaaJIM FUND S -0- Safety Code Sec._109 P.H. Federal Fund UNCMCUMeERCO aALANCC ITEM CHAPTER STATUTES RISCAL TCAR S I 19T6 I 197t--77 -,D :ar-f Sen7txs A/..dN[AiIwC NCYrVVYC[ FUNCTION �i;AUGtci37r•D S AV}69CVCAS-6 YCV"VWC[ LINE ITEM ALLOTUENT 809-765-:1 -00 (Wroby wtify up(*my own psrso-1 in—ledsm&at iadsm*dW IT.O.A.No. .y ••o j� arm available Im dw period Sad pwpev of the a Pioditare scared above 1717 !a/ stGNA •we F ACCs NTIN�a 1teR oAse Jt1:k P m hereby Eesnfy dot ail eualitims lar a[emptim sat fwtll in State Administmehm 1 Sm inn r--& hlrl barn complied with and chis dFemame is ev pt from trivw by the ElVarrtsPnr sIGNAry alfFyc�w u.I c attla �'S�J WITH �OUfdfQBfur,3 9 . u,,�y ilat7 ' r In the Board of Supervisors of Contra Costa County, State of Califomia July 19 In the Matter of Verbatim Minutes of the Board of Supervisors` Meetings. Supervisor N. C. Fanden having expressed concern that; the Board members are not provided with verbatim minutes of their meetings and having advised that her office had'contacted'certain BBaay Area counties regarding their policies-with respect to same Supervisor Fanden having recommended.that the staff committee established February 8, 1977 to review procedural matters relating to Board meetings study this matter and submit. recommendations to the Board; IT IS BY THE BOARD ORDERED that the recommendation of -Supervisor Fanden is APPROVED. -PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing b a tnn and correct copy of an order entwed on the minutes of said Board of Supervisors on the date oforesaid. cc= Supervisor Boggess- Witness my hand and the Seal of the Boord of SupervisorSchroder su County Administrator affixed this 1 gr'�%1oy of T,,1 1977 County Counsel OLSSON, Clerk sY ,r Deputy Clerk Ronda Pmdahl 0041 N.anc'y C. FandencWtosoy Juntas Martinez,California 94553 &upervitir,District Two (415)372-2080 Contra Costa County costa / - (Friday Orly) Board of Supervisors {�^�-" "1 4300 Garden Road El Sobrante,California 94803 (415)722.2822 July 19, 1977 CEI V TO: Supervisor James P. Kenny j Supervisor Robert I Schroder Jti! 19 1977 Supervisor Warren N. Boggess Supervisor Eric H. F(asselti.ne J. 4 oa%ore CLW soaail OF saaERVL;'� FROM; Nancy C. Fanden gr____OWA COSTA Co. RE: Board Procedures This last week my office made a telephone survey of some. adjacent counties regarding their methods of taking minutes of Board meetings. The results are as follows: Marin County Minutes are taken down by shorthand. Account is not verbatim; usually a record of actions taken and the vote. Tapes are made of all meetings and are available 'to the public. M.inutes' are accepted by Board at its following meeting. Alameda County Meetings are taped; then typed up verbatim from the tapes. Clerk also takes his own notes of proceedings. San Mateo County Meetings are taped and are available to the pubii.c. Minutes are taken by shorthand and consist of actions taken and vote. San Francisco County Minutes are taken by shorthand; they consist of actions taken and vote, not remarks of board members. Minutes are typed the following day, taken to printer and available in three weeks. (Evidently no testimony is taken from public at Board meetings; only at Committee hearings -- testimony from the public is put into folders under the issues headings. Micro#limed %%ith board order 115 In the Board of Supervisors of Contra Costa County, State of California, July 19 .19;77 In the Matter of Nurse Practitioner'Program. The Board on June 22, 1976 having requested the Director, Human Resources Agency, to report on the savings generated by the Nurse Practitioner Program; and The Board having received a June 30, 1977 memorandum from Mr. C. L. Van Marter, Director, Human Resources Agency, indicating the savings generated by the Nurse Practitioner Program during the period from May 1976 through May 1977, and advising that the program will continue to be closely monitored; IT IS BY THE BOARD ORDERED that receipt of the aforesaid .report is ACKNOWLEDGED. PASSED by the Board on July 19,2977 t _ 1 hereby certify that the foregoing is a true and carred 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: Director, Human Supervisors Resources Agency this d r„i. 19 County Health Officer jRt1� °y 1 ZZ_ County Administrator �7 J. R. OLSSON, Clerk By f : tG. r,-L k-j�•,// Deputy Clerk Helen C. Marshall H-24 4M ism 00416 Human Resources Agency �C010 � Date June 30, 1977 CONTRA COSTA COUNTY To Board of Supervisors :RE :EIVE D FYom C. L. Van Marter, Director 1977 N$v 1 UPENY*02sSubj SAVINGS GENERATED BY THE NURSE PRACTITIONER PROGRAM co. Ref: Board Order dated June 22, 1976 (attached) In the referenced Order your Board created new Resident Physician positions, new Nurse Practitioner positions, approved the Family Practice Resident Program, approved the Nurse Practitioner Training Program, ordered my office to establish controls to insure that the Nurse Practitioner Program operated with no net increase in cost and ordered me to report to your Board on.the savings. generated by the Nurse Practitioner Program. The following report is intended to comply with your Order that I report on the savings generated by the Nurse Practitioner Program and it up-dates my previous report of March 1, 1977. In order to establish an appropriate baseline from which to compare the impact of the Nurse Practitioner Program, an average of the months of March and April 1976 was chosen. The number of paid physician hours and the cost of physician hours was determined along with the number of paid Nurse Practitioner hours and their cost. The baseline data is as follows: March-April 1976 (Average) Paid Physician Hours 17,667 Cost of Physicians ($) $ 298,657 Paid Nurse Practitioner Hours 360 Cost of Nurse Practitioners $ 3,194 - The following table compares this baseline data with comparable figures for the months of May 1976 through May 1977. Paid Physician Paid F.N.P. Hours Cost Hours Cost Baseline Av, Mar-Apr 76 17,667 $298,657 360 5 3,194* May 76 16,540 ZBZ,440 320 3,194- June , 94*June 17,146 291,857 352 3,354* July 18,264 288,662 336 3,354* August 17,581 278,432 1,232 11,086 September 17,627 288,378 1,120 11,664 October 17,274 279,877 1,120 11,456 November 16,970 273,915 1,064 11,627 December 16,122 271,069 1,232 11,716 January 77 15,579 276,789 1,176 12,269 February 14,696 271,053 1,064 11,771 March 16,378 283,613 1,288 1,1,759 April 14,548 267,175 1,176 T1,760 May 13,534 257,256 1076 11,775 *Based on 2 paid FNP + 5 FNP Interns (unpaid). $3,610,516 }��,j8�� From 8/76 to date, all 7 FNP paid. Miaofilmed with boord o &4 j The average Paid Physician hours for May through November is 16,314. The average cost of the physician hours is $277,732. Thus, there has been a 7.7% reduction in physician hours and a 7% reduction in payments to physicians. The average reduction of $20,925 per month in Payments to physicians compares favorably with the average payment of $11,172 per month to the Nurse Practitioners. Comparing the May 1977 data with the baseline data, there has been a $41,401- reduction in payments to physicians compared with the $11,775 payment to the Nurse Practitioners. This represents a 13.9% reduction in payments to physi- cians in May 1977 compared with the March-April baseline. If the baseline cost of physicians' hours had been continued at the same level through May 1977, the total cost for May 76 - May 77 would have been $3,882,541, compared with the actual May 76 - May 77 cost of $3,610,516. This represents a reduced salary cost of $272,025. The best illustration of the total net savings achieved since the initiation • " of the Nurse Practitioner Program is shown in the table below: Physician Cost Less Cost of Than Baseline FNP's Net Savings May 76 $ 16,217 $ 3,194 $ 13,023 June 6,800 3,354 3,446 July 9,995 3,354 6,641 August 20,225 11,086 92139 September 10,279 11,664 41,38510, October 18,780 11;456 7,324 November 24,742 11,627 13,115 December 27,588 11,716 15,872 January 77 213868 12,269 91598 February 27,604 11,771 15,833 March 15,044 11,759 3,285 April 31,482 11,760 19,721 May 41,401 112775 292625 TOTALS $272,025 $126,785 $145,237 From the above information it is clear that Medical Services has continued to show reductions in physicians' salary casts since the Family Nurse Practitioners were added to the staff. It is also significant to note that this reduction was accomplished by modest increases in patient days and daily census and very significant increases in outpatient visits. I believe this data covering a period of 13 months firmly establishes the fiscal value of the Nurse Practitioner Program. We shall continue to monitor this program closely to insure that it continues to be fiscally viable. CLVM:CAC:nt cc: Arthur G. Will, County Administrator George Degnan, M.D., Medical Director Glenn White, HSA III, Medical Services Geraldine Russell, Chief Clerk of the Board 00418 In the Board of Supervisors of Contra Costa County State of California AS EX OFFICIO TIM GOVERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 Ju lv 19 19.E In the Matter of Approving the appointment of the Public member to the Oakley-Bethel Island Wastewater Management Authority The four existing members of the Governing Board of the Oakley-Bethel Island Wastewater Management Authority having recommended that lir. Leonard Celoni be appointed to the Authority as the public member of said-Board for a term ending July 1,1979, and that said appointment be approved by, the Board of Supervisors as ex officio Governing Board of Contra Costa County Sanitation District No. l5; IT IS BY THE BOARD ORDERED that the recommendation of the Oakley-Bethel Island Wastewater Management Authority is hereby. APPROVED. PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing is o true and correct copy of an order entered an the minutes"of said Board of Supervisors on the date oforesoid. ORIGINATOR: Public Works Departnentyye my hand and the Seal of the Board of Environmental SuPe Control Ms°rs af&ed thisl9thday of Jug lv J 1977 cc: Oakley-Bethel Island Wastewater Management Authority (via .d.) Oakley Sanitary District �• R OLSSON, Clerk Public Works Director BY Deputy Clerk Environmental Control Patricia A. Bell County Administrator H-241176 tsm 00419 In the Board of Supervisors of Contra Costa County, State of California s July 19b Maher of: 14 77 r 4 f Request or County Rental Health Task Force on.Aging:ror Improved Y Mental.Health Services for Elderly V The Board.having received a"July 819?7=letter from Ms. Alice.M..Gonnerman and Sister Thomas Josephine:Lawler, Co-Chairpersons, 'Contra Costa County Mental'.°Health.:TaS& Force ori:;? Aging, requesting.Board support for improved:mental:health services for the elderly and considerationrof hiring'a staff person specializing in gerontology within mental health services; ; IT IS BY.THE BOARD ORDERED'that::approval; of the afore.- said request is withheld In`.light. of Short.-Doyle;deficit.`.unless= other outside funding is obtained and the matter is REFERRED:'to, the Viriance`Committee' (Supervisors R. I. .Sehroder•.and J1P., Kenny) PASSED by the Board on July 19, 1977 x � F s c 5 gyG r y { % tjc 4. 4 'Ii yt sit r hereby.cer*f}16!-tiro foregahm 6 O true and 0orrcd�apy of an alder anterod 011 ihe =mums of Said Board of. ns-oo the dbft aforesaBL cc: ' MS. .A. M. Gonnerman 1Ndnes my hand and die SeW of the Board of Sister T. J. Lawler c/o HRA affixed this 1 athday of_- j,,1 y ' 19- Finance Cte: Director, Human Resources Agency J R. OLSSON, Clerk County.Administrator By. �' !G. s p �;Clark He.len:C:-.:Marshall 00 1 `/ In the Board of Supervisors of Contra Costa County, State of -California July 19 19 J Z7 In the Matter,of Presentation with Respect to Social Work Supervisors I and II. . Mr. Norman hickey appeared this dap,on behalf of Social Work Supervisors I and II, an unrepresented group, stating that it appears that promotions wjthi.n:the department are selected on other than merit and objected to the Practice of the Human Resources alleged Agency of by-pass civil service procedures by upgrading certain personnel through assignment to project positions. Mr. Kathleen Dorosz, bine Service Supervisor, Richmond Social Sersice Office, also appeared and read from a statement- requesting a reasonable salary differential between the classes in the social work series. _ . Chairman W. N. Boggess thanked Ms.,Dorosz and Mr. Mickey for appearing, MATTER OF RECORD. NO BOARD ACTION TAKEN. 1 hereby certifyA MATTER OF RECORD that the foregoing is a true and correct copy of ommrd..,ti.Vemd an the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this lotiday of_ IM a 19 cc: County Administrator / J. R. OLSSON, Clerk By /. % iT i " / Deputy Clerk Robbie Cptierrg H-?4 3,.,f,IS., 0OA91 In the Board of Supervisors of Contra Costa County, State, of California July 19, .,19 77 In the Matter of Grievance of Mr. Don Bennett. This being the time fixed for Board determination on the grievance appeal filed by Yx. Henry L. Clarke, General tLinager, Contra Costa County Employees Association, Local Ito. 1, on behalf. of lir. Don Bennett; and A memorandum having been received from Mr. William G. Ray, Chief, Employee Relations Division, Civil Service"Department, _ advising that Contra Costa County Employees Association, Local No. 1, had requested that Board determination on said grievance be rescheduled; IT IS BY THE BOARD ORDERED that August 9, 1977 at 10:4.5 a.m. is fixed for Board determination on the aforesaid grievance appeal. PASSED by the Board on July 19, 1977. s 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. cc- Mr. Don Bennett Witness my hand and the Seal of the Board of Ar. H. L. Clarke Supervisors County Administrator affixed thisl9thday of July i9 77 Director of Personnel Public Works Director J. R. OLSSON, Clerk By 6 Ip. i Deputy Clerk Rdbbie .@Btierv In the Board of Supervisors of Contra Costa County, State of California July 19 .19$]Z In the Matter of Appointing Valuation Assessment Commissioners for Reclamation District 799 (Hotchkiss Tract). The Board of Trustees of Reclamation District 799 (Hotchkiss Tract) having petitioned this Board to appoint three valuation assessment commissioners, as provided for in Section 51320 of the Water Code of the State of California: and On the recommendation of Supervisor E. H_ Hasseltine, IT IS BY THE BOARD ORDERED that the following named persons are APPOINTED as valuation assessment commissioners: Mr. Gerald E. Tara, 4843 Tahoe Circle, Martinez Mr. Carl S. Rush, 1356 Grandview Avenue, Martinez Mr. Gerald F. McCormick, 1122 C Street, Antioch IT IS BY THE BOARD FURTHER ORDERED that the aforesaid Commissioners are DIRECTED to prepare an operation and maintenance assessment roll pursuant to Section 51324 of the California Water Code. PASSED by the Board on July 19,'1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: Mr. G. Tara Whness my hand and the Seal of the Board of Mr. C. Rush Supervisors Mr. G. McCormick affixed this 1 grhdoy of_ .T„1y 197L Reclamation District 799 County Administrator �� -p OLSSON, Clerk County Auditor-Controller County Assessor By ~� 'I �• Deputy Clerk Public Information Officer Randa Amdahl County Counsel s: H.24 3176 Om 00423 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Hatter of Salaries ) for Board Members. ) July 19. 1977 Supervisor E. H. Hasseltine having on July 12, 1977 suggested that a blue ribbon committee be named to study the responsibilities and salaries for members of the Board, and said matter having been held over for consideration this day-; and Supervisor Hasseltiue having referred to said matter and to possible composition of such a committee; and Chairman W. N. Boggess having expressed the view that the Board should first determine whether such a committee should be established; and Supervisors N. C. Fanden and R. I. Schroder having expressed opposition and having cited their reasons therefor; and Chairman Boggess having commented that a study had been made by a previous committee which had recommended an annual salary of $16,500 and that if cost-of-living adjustments were applied to that figure, the annual salary would now approximate $19,500 at the present time, and having indicated he would support action to fix compensation at that amount; and Chairman Boggess having queried Board membersas to whetFier they would abide by the findings of such a committee-and Supervisor J. P. Kenny having indicated he would but Supervisors Fanden and Schroder having responded in the negative;- and -The members of the Board having further discussed the matter; and Supervisor Kenny having moved that the Board fix its salary at $19,500 a year, which motion was seconded by Chairman Boggess; and Supervisor Schroder having expressed the view that such action would be inappropriate taking into account the status of the budget review; and Thereupon Supervisor Kenny having amended his motion to refer to the Finance Committee the proposal that the compensation be fixed at the $19,500 level subject to cost-of-living adjustments thereon; and Supervisor Boggess having concurred with the amendment, the motion unanimously carried. PASSED by the Board on July 19, 1977- I hereby certify that the foregoing is a true and"correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal cc: Committee Members of the Board of Supervisors affixed County Administrator this 19th day,of July, 1977. County Counsel J. R. OLSSOIJ, CLERK � Ron a Amdahl Deputy Clerk . 4(1424 t. In the Board of Supervisors of Contra Costa County, State of California July 19 .19 21 le the Matter of Authorizing Legal Defense. ITIS Br THE BOARD ORDERED that the County provide legal defense for the following.persons in the court actions indicated, reserving all of the rights of the County in accordance with provisions of California Government Code Sections 825 and 995: NAME AND DEPAPMU NT COURT and ACTION NUMBER Kenneth Larson, United States District Assessment Appeals Court Action Board No. C 77 1168 MI W. F. Reed, O.D.', Plaintiff Francis A. McLaughlin, Superior Court Action Deputy Sheriff No. 173155 Sheriff-Coroner GeorgeHowell Franklin, Jr., Department Plaintiff Cecil Lendrum, Superior Court Action Assistant_County No. 179376 Probation Officer Jeffrey Duane Guthery, Probation Department Plaintiff PASSED by the Board on July 19, 19717- I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisaa on the date aforesaid cc: Assessment Appeals Board Witness my hand and the Seal of the Board of County Sheriff-Coroner Supennsors Probation Department affixed this 19thday of July 19 77 County Counsel County Administrator J. R. OLSSON,.Clerk Bye uz Deputy Clerk Robbie Gutierrez 00425. In the Board of Supervisors of Contra Costa County, State of California July 19 T9 7, In the Matter of County's Section 8.Existing Housing Funds. F. . The Board having received a July 8,'1977 letter from Mr. G. Richard Schermerham, Deputy Area Director, San Francisco Area Office, U.S. Department of Housing:and`Urban Development, advising that a supplemental allocation of'$99,636 has been..'added to the County's Section 8 Existing Housing funds, making a total allocation of $525,000; IT IS BY THE BOARD ORDERED that the aforesaid information is REFERREDtothe Contra Costa County,Housing Authority and the-. Director of'Planning. PASSED by the Board on July 19, 197?: x t a0 } t P � u u k k I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of supervisors on the dote aforesaid. Witness my hand and the Seo)of the Board of cc: CCC Housing Authority Director of Planning �' Ofs County Administrator fixed d u;_L9±:L day of .;`_ 19ZZ_ (�, J. R�OLSSON, Clerk By-�C_/f�,G,ell Deputy Clerk Helen C. Marshall J �. 00426 H-24 4M ISm - t � In the Board of Supervisors of Contra Costa County, State of California '7111 it 1Q` .19,x. M the Matter of Extension of Time in Which to Make Adjustments in Salaries Retroactive to July 1, 1977 In connection with discussion of salary matters, the Board having heretofore determined to extend to July 19, 1977 the time in which to make adjustments retroactive to July 1, 1977 as long as there is continued good; faith effort to reach settlement,-and so long as agreement occurs within a reasonable period of time after July 1; and Mr. C.J. Leonard, Director of Personnel, having recommended that time in which to make adjustments in salaries retroactive to July 1, 1977 be extended to July 26, 1977 so long as good faith negotiations continue IT IS BY THE BOARD ORDERED that the recommendation of Mr. Leonard:" is APPROVED. PASSED by the Board on July 19; 1977. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Booed of Supervisors on the date aforesaid. cc: Director of Personnel Witness my hand and the Seal of the Board of County Counsel Supervisors County Auditor-Controller Recognized Employee Organ izatiofffut°dthi$ �a of July 19 -U J. R. OLSSON, Clerk 8 Deputy Clerk Maxine H. Neufe d 00427. H-24 3/71'.ISm - N y In the Board of Supervisors of Contra Costa County, State of California July 19 19� M the Mahar of 1977 Pacific Air Race Terminus, Buchanan Field Airport. The Board having received a"July 6 1977 letterifro.m Ms. Lucile Rollen, Chairman of Mt. Diablo Chapter of Ninety-Nines, Inc., and TerminusChairman of 1977 Pacific;Air`Race, advising that the proposed termination of the Air Race is October 15,;`1977 at Buchanan Field, and seeking Board support for said event; IT IS BY THE BOARD ORDERED that the-aforesaid request` is APPROVED. PASSED by the Board on July 19, 1977. - r 1 x a a 1 hereby certify that the foregoing h a true and confect copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid cc- Mt. Diablo Chapter of Wane"my hand and the seal of the Board of Ninety-dines, Inc. s pervison Ms. Lucile Rollen affixed"29tbday of_jl y . 197Z 2437 Cardinal Court Concord, CA 94520 y R. OLSSON. Clerk Public Works,Director ? n f Acting Airport Manager By 'f C IAL pence,Clerk County Administrator Helen C- Marshall H•243^15m 3 . . ,. In the Board of Supervisors of Contra Costa County, State of Califomia July 19 .19 In the Matter of Adoption of Revised Ordinance Establishing Area Planning Commissions for San Ramon Valley and Orinda Areas. This being the time fixed to consider adoption of the revised version of an ordinance introduced July 5, 1977 which amends Article 26-2.2 of the Contra Costa'County Ordinance Code providing for establishment of Area Planning Commissions in the San Ramon Valley and Orinda areas; and Supervisor N. C. Fanden having stated that the language is not clear in a portion of Section 26-2.15-2.(Composition, Appointment and Terms) relating to a "Planning Commissioner who represents the area" who is appointed in addition to the six area resident members; and County Counsel having commented that any member of the Planning Commission is qualified under the ordinance to represent - the entire County; and The Board having discussed the matter, IT IS ORDERED that Ordinance No. 77-62 which provides for establishment of Area Planning Commissions in the San Ramon Valley and Orinda areas, is hereby ADOPTED. IT IS FURTHER ORDERED that the Clerk is DIRECTED to publish same for the time and in the manner required by law in the Contra Costa Times. PASSED by the Board on July 19, 1977 by the following vote: AYES: Supervisors R. I. Schroder, E. H. Hasseltine, W..N. Boggess. NOES: Supervisors J. P. Kenny, N. C. Fanden. ABSENT: None. 1 hereby certify that the foregoing a a true and correct copy of an order entered on the xdnutes of said Board of Super4sors on the date aforesaid Witness my hand and the Seal of the Board of cc: County Counsel Supervisors Director of Planning County Administrator affixed thiel th day of Ju1y 197 � //JJ J. R.�OLSSON,;Clerk By /"'.)'.)C'�f y� %c GF' Deputy Clerk Helen C. Karshall 00420 14-24 4177 15m - In the Board of Supervisors of Contra Costa County, State of California July 19 19,77 In the Matter of Acknowledging Receipt of the Final Report of the 1976-1977 Contra Costa County Grand Jury. The Board on July 13, 1977 having received the Final Report of the 1976-1977 Contra Costa County Grand Jury; IT IS BY THE BOARD ORDERED that receipt of the aforesaid report is ACKNOWLEDGED. IT IS FURTHER ORDERED that County officials are requested to review said report pursuant to section 933 of the Penal Code. PASSED by the Board on July 19, 1977. a E 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: Contra Costa County Grand Jury Supervisors County Administrator affixed this19thdoy of July . 19 77 J. R. OLSSON, Clerk By, Deputy Clerk Jamie L. Johnson 004J0 In the Board of Supervisors of Contra Costa County, State of California July 19 .,1972-„' In the Mallet of - Acknowledging Receipt of the Annual Statewide Social Services Plan for the period of July 1, 1977.to June 30, 1978. The Board on July 13, 1977 having received the Annual Statewide Social Services Plan for the period of July 1, 1977 to June 30, 1978 prepared,by the State Health and Welfare Agency in response to requirements of Title XX of the Social Security Act; IT IS BY THE BOARD ORDERED that receipt of said material is ACKNOWLEDGED. PASSED by the Board on July 19, 1977. hereby certify that the foregoing is a true and correct copy of on order ordered an the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of cc: Director, Human Resources Supervisors Agency Director, Social Service affixed thislgth day of jujy .. 19 77 county Administrator J. R. OLSSON, Clerk Deputy Clerk Jamie L. Johnson 00431. : i In the Board of Supervisors of Contra Costa County, State of California July 19 ,1F_77 In the Matter of Request of Crocker Homes, Inc., for Release of Bonds in Connection with Subdivision 4406, Danville Area. The Board on April 12, 1977 having referred to its Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) for review and recommendation the request of Crocker Homes, Inc., for the release of bonds for Subdivision 4406, Danville area, and the opposing arguments from homeowners within the subdivision; and Supervisor Schroder this day having advised that meetings - were held with the concerned parties and that an agreement had been reached, and having submitted for Board consideration the proposed settlement agreement; IT IS BY THE BOARD ORDERED that the aforesaid agreement (attached hereto and by reference made a part hereof) is APPROVED. PASSED by the Board on July 19, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. ` W iitnen my hand and the Seal of the Board of cc: Crocker Homes, Inc. Supervisors Mr. T. Van Voorhis affixed this 19thday of July 193L Woodhill Development Co. Diablo West Homeowners J. R. OLSSON, Clerk Assn. Finance Committee 7 Tom - Deputy Clerk Public [.Yorks Director Vera Nelson Director of Planning County Counsel County Auditor-Controller (�A=A4Ay H-244lq 15m - 00432 IN THE;BOARD OF SUPERVISORS OF COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA In the Matter of Request ] of CROCKER HODS For Re- ) lease of Bonds in connection ) July 1977 With Subdivision 4406, ) Danville area ) ) The question of responsibility for.the defects in Sub- division 4406 has been resolved and determined to be as set forth hereafter. CROCKER HOMES assumes the.responsibi.li.ty for the repairs at a cost not to exceed the sum of Forty Thousand Five Hundred.Ninety Five ($40,595.00) Dollars per the contract for repairs attached hereto as Exhibit "A". The cost thereof is to be paid as follows: 1. WOODHILL DEVELOPMENT CO. $20,600.00. 2. The COUNTY OF CONTRA COSTA - $9,995.00. 3. CROCKER HOMES, the balance not to exceed the sum of $10,000.00, which said sum contemplates supervision and general and administrative overhead by CROCKER in a sum not to exceed $2,662.35. No further Contra Costa County inspection fees or permit need be issued for the work of correction and the Auditor-Controller of this County is directed to pay to CROCKER HOMES, INC.-a County Warrant in the sum specified of Nine Thousand Nine Hundred Ninety Five ($9,995.00) Dollars. Upon completion of the work specified in Exhibit "A" the County of Contra Costa upon the request of the Department of Public Works or CROCKER HOMES releases the Subdivision Bonds and cash bonds posted in connection with this Subdivision. The County has determined that, except for the work specified in Exhibit "A" hereto, the work of improvement of Subdivision 4406 has been successfully completed and has satisfactorily performed for the one (1) year warranty period _1_ 00433 and CROCKER HOMES and its surety is relieved of any responsi- bility for further corrective action in said Subdivision ex- cept as herein provided in connection with the corrections set forth in Exhibit "A". within ten (10) days from the date of execution of this Agreement WOODHILL DEVELOPMENT CO. .shall pay to CROCKER HOMES the sum of Twenty Thousand Six Hundred ($20,600.00) Dollars. Upon making the payments and doing the acts required hereby each party does fully release the other, their successors and assigns, agents, servants, employees, suppliers and sub- contractors for any damage to or alteration of the work of is provements of Subdivision 4406. Each party to this Agreement disputes any obligation for the matters set forth herein; the execution hereof is in settle- ment of a disputed claim and is not to be deemed an admission of liability. Passed by the Board this 19�Z4 day of ,-A.977. Approved and agreed this 1,?M day of 1977. CROCKER HOMES 1C_ By ! 'r � HUR NO , President WOODHILL P CO BY RO W. CARRAU, Pres1 en Approved as to form: County Counsel f 1 Public Works CERTIFIED COPY I certify that this is a full, true and correct copy of the original document which is on file in my office, and that it- + was passed and adopted by the Board of Supervisors of Contra- Costa County, California, on the date shown. ATTEST: J. R. OLSON, County Clerk and ex-officio Clerk of said Board of Supervisor by on the % day of . 1977 Deputy Cl • k -2- 00434 "CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE CON STATE LICENSE BOARD.ANY QUESTIONS CONCERNING THE RESPONSIBILITIES OF A CONTRACTOR MAY BE REFERRED TO THE REGISTRAR OF THE BOARD WHOSE ADDRESS IS:CONTRACTORS STATE LICENSE 8OARD,•10Z0 NSTREET,SACRAMENTO;CALIFORNIA 95874.^ CONTRACT NO. 684 Date July S, 1977 Account Number 0 P. O. Box 2516, Dublin, Ca 94566 - (415) 828-9100 Subcontract Agreement Prices Effsclivegy& epau Subdivision Tr 4406-Diablo West-Danville Scope of Work Approaches C Woodhill Subcontractor Garcia F- Sons Telephone-Area Coda[415 t 657-6249 Address 4421 Carol Avenue, Fremont, Ca., 94538 The following schedule deliniates the amounts to be paid for work completed in a satisfactory manner and In accordance with our plans and specifications and the requirements of the State Contractor's License Board,the Federal Housing Administration, the Veteran's Administration and the local agencies having Jurisdiction over the work.involved:All prices are on a single unit basis.Any changes to these prices must be authorized-in writing by the Contractor listed below and issued.ln writing from-our office.- • The sub-contractor agrees to furnish all labor, materials, tools and equipment necessary to repair and replace broken concrete as required per the attached punch list by Contra Costa County Public Works Dept. It is understood that regardless of the punch list items that the subcontractor will be responsible to repair and replace any further concrete broken as a result of his work. Work to start on approval by the Contra Costa County Public Works Department, , Invoices received on the 25th of the month will be paid on or about the 10th of the following month. All invoices to paid on a 90% basis with 10% - 30 days after acceptance by the County. All work to be approved by the Contra Costa County Public Works Dept. TOTAL UIMP SUM-------_--- $37,932.65 Payment Schedule: invoices for payment must have tract number,lot number, plan and the above noted account number. The above prices include all applicable taxes and delivery charges to job site, CROCKER HOAXES INC Garcia t Sons Contractor Subcontractor_ By Patrick D. O'Connell By Vice Neudent/Conmuction Mnager Title n,��qq Contractor's License is 299432 Subcontractor's License # Ql435 Date Signed Date Signed r; 1• MScralm wt K 1public,Works Department A•°-8ioach Contra 4;5►2z ;�ind5°ria 6th Floor,l4dministration Buildingrn�+}� 613A L.Kerr h _ Oepury•:rusporrivae Martinez.Martinez.CaliCaliforniaYostnia 94553 County i (4151372.2102 (4151372.2102 R.U.Rnh 0rm-e—SuMn9s and Grounds Vernon L.dine - Roan IIS.Courthouse p.:*c wanks 0reclar 1415)377.2214 RE J:E.7ayior - J.Wd: al W-110rd • 0ew+tv-ownno+rs E . A Flood Control neDUM 0 E C L 01976 ass015)372-4470 372-72141700lader Dori" . CROCKER HOMES December 15, 1976 LD-Subdivision 4406 Crocker Homes P.O. Box 2516 - Dublin, Calif 94566 Gentlemen: The one-year period for satisfactory'performance of street and drainage, improvements constructed in Subdivision 4406 expired on October 14, 1976.` An inspection by the Construction Division on December 8, 1976 revealed that certain improvements did not perform satisfactorily during the one— year period, and developed the deficiencies which are listed in the attached report. •This report is the balance of the report dated September-14,-1976. wbicb was submitted to you by letter dated September 23, 1976, and the. letter to you dated October 12, 1976 covering driveway depressions which are considered subdivision deficiencies. Please arrange to have these deficiencies corrected before December 31,-1976. Prior to commencing the repair work, please notify us, in writing, of your schedule, so that we may advise the Construction Division when to inspect the work. When the deficiencies have been satisfactorily corrected, we will request the Board of Supervisors to refund the $500 cash deposit, and declare that the street and drainage improvements have successfully completed the one- year performance period, thereby releasing you and the surety company from further obligation. Very truly yours, Vernon L. Cline Public Works Director 7 h By �-v- �XL. j.'Reagan Assistant Public Works Director Land Development Division MH:b; 00436 Enclosure cc: Construction Division Microfilrsled with kioacd ordAr Construction Division + enclosure C.I, Soo (0yE YEE�jRt--- TRACT INSPECTION DEFICIENCY REPORT C77sio !.c r� -IJ�as>tir� of / ]�',��Op�f Tract No. �p�—t7/!�p Inapc \\ /fes jDJ �`"s —7�ca Datec_ /0—O !(. 1. Gadmq V 6. Storm Drain 11. Misc.Drainage Structures 2. Suthconq 7. Inlets 12- Fire Hydmats Q. Curb and Gutter 8. Manholes 13. Drivc»ay / A. S;de.1alks 4- Survey Monuments 14. Utility Box S. S,dr..clk Areas 10. Street Signs and Barricades 15. Other Items ITEM H.. LOT No DESCRIPTION f ra _ L Z11, C/ !t �Q t If /f1 p- � 3 -o « .O J09 ace- t-Gl 00437 c.12 It_2)-Sao (ONE YEAR)EHE�L TRAC7 tNSPErCTiON D FIC,7ENCY REPOR/j ^ �77"•-tv.f.0 J�...1,' -xf l� bJ 7.oct lio. �¢G� In.pectr•a t,,: 7r. 9-aig-76� i. Grading 6. Storm Drain IL blies.Dcinocc St:uctures 2. Surfacing 7- Inlets 12. Fire Hydraats .3, Curb and Gutter 8. manholes 13. Drive-,11y.4. Side-elks 9- Surrey Monuments 14, Utility Boc 2 5. Side-alk A,.$ 1Q. Street Sign:and fiarricodes 15. Other Items ITE;/too, LOT Ne, DESCRIPTION 3 2 _ -- ul z � W N W }- O.-J, � C4 i 127 t+ > p 124 .o Y • Y :122 : m O �s Ck ¢, 1 TOSS 'co o Q Q :D O 79 80 •TQp eo 4✓yR L`U L Cf) m 329 4 119 4 78 62 CA % us 77 63— 9798 o 7o i S4 9: do 75 185 93 39 p 112 y 1 74 86 92 100 73 1 87_ J �! D y uc S 92 IQ '< p / e,. 1 _ m • !vo i Ito �•.�.. 'c' i ('7 I L44 1 ' EL 72 ' w ; 7. 6fs ;-..:. 13' YNEZ E� ! �- 63 i 622 f E, ' �c 138139 57 - a 54 �,��. YN ' ' 4406 411 1 PARC- 1.L . 14p :�:q; IGS t- �1� •-J �- a0 I I4t '38 3 W!M! : pQC;OS coot? r _ Kc 2632 5 27 cc 24B 4 K3 SEArCq � 714 3 t V144 1$x-6 jj7 j 6 IS r`Z, 8 L 2 i KS /12 j 11_I 10 ; ; 9 1 ; r COuTADA GIRcLE 00939 ! i/`lth7 J Ie7 ICB rag ISO l51 B 1152 153 t r} r. uufic Works Department Contra �ew,te'e�u ss and services Costa Mwit L. Kot 1 r ' SLS Ffoar,Administration Building Nark L.Kermit hla:tirfe2,California 94553 ^ t to oeruyTramporut;on (415)372-2102 (V'ou 1 1413)372.2102 , R,W Ry;h Vernon t-Clintamav-sutdnpandGrotrnes Room,ls,Counfum a, Publc Works Oiret;ta ',.(4151372.2214- J E.Taylor Deputy-Operstions �y�'i b Flood Controf ���• JVED j _. 255 Glacier oriv. �J 3� (4 15)3 72-44 70 SEP 2 91976 CROCKS HOMkES - September 23, 1976 - LD - Subdivision 4406 Crocker Homes, Inc. P. 0, Box 2516 Dublin, California 94566 Gentlemen: The one-year period for satisfactory performance of street and drainage improvements constructed in Subdivision 4406 will expire on October 1.4, 1976. An inspection by the Construction Division on September 14, 1976 revealed that certain improvements did not perform satisfactorily during the one-year period, and developed the deficiencies which are listed in the attachedreport. Please arrange to have these deficiencies corrected before October 14,1976. Prior to commencing the repair work, please notify us, in writing, of your schedule, so that we may advise the Construction Division when to inspect the work. When the deficiencies have been satisfactorily corrected, we will request the Board of Supervisors to refund the $500 cash deposit, and declare that the street and drainage improvements have successfully completed the one-year performance period, thereby releasing you and the surety company from further obligation.. Very truly yours, Vernon L. Cline Public Works Director S. J. Kerekes Senior Civil Engineer - Land Development Division N4.of Encl. cc: Construction Division 00440 Tract No.� •I—P.ered Sr: Dme: 1_ Grodrny =6. Storm Drain 11. Mise-Drainage Structures .2- Surioc"" J. Inlets - 12. fire Hydrants. 3. Cor-nod G_ter 8. Manholes 13 Drive-ay :d. S.ar.clis '9.:Surra Monuments _ •14. 'Utility Box S• 'Side.clx.krecs 10.=Street Signs and$arricodes -]S. Other Items ITER No. LOT No L L'� DESCRIPTION 4. .. _r. ! w r viaLCYI FO 3 `� • = Oji �� •�'�[.:� c��.u.�r �r����-ems d� �a-.r� -41 Dater [ Sl' ��- 1. Gradi y •6. Storm Drain I. Misc.t)r:3;nogc Structures 2. Surfacing 7. Inlets •.12. Fire Hydrants -3. Curb and Gutter 8 Manholes -13. 'Dri�c.a! .4.:SMe.,lks 9. 'Surrey ASomaeats -"14. Utility B.. -3. Side..aik Arms _�- 110.:Streer Signs and$arricades _ :- 75. Other}terns ITEu No. LO7 Nab DESC8IPT,ON '` _ ' 9 W/,. m - - �^_ —_�4- :���wt-r.�v_ ...�.�E r.•�-tam--i�+r....,�aH'..::.+/��e....r..+—�r�w.� � r �.- em 1111! 74 .�• �/' d j. . � - rte•::-- -- -:- := _ - - .00442 C-1211/721-VO IOHE YEAR)r c+e!_ TRACT iNsrECTION DEFICIENCY REPORT 'reset Ha. lnapected by:. Date: .1."Cord eg 6. Storm Main - 11. -M;sc.Drainage Structutes -2, '_5urloc:na 7_ Inlets 12. Fire Hydrants 3.•:Curb and Gutter `8_:Manholes - 13. Drive-Gy. A. :Sidc.clks 9. ::SurverMonuments -14. -Utility Boz 3: .S:de..alk Areca ` -:10.:-Street Signs and Borr'tcodes , =15.-'Other Items ITEM Ne.�`LOT No- = - � DESCRIPTION = OF CAL jr ' - - -4��--re .�" � s•.r� *mac' ' _ - -1 _(� 3 Af 3 - -- -/� - - �� „ A • - - - - - -- - - ¢ / �1_ L.:peel.d br« r �_ Gras?ia`g 6. Slarm Droia -M.' M;%r-'Drsizagc Suvctures 2. Surfacing 7_ -laletse_ -37- -Firtiydraats -3. Curb and Gulltr 8 ktsnboics _l3.=Drircrvt -<. ".SiEe.•atks _ ,-••9_:.SuneT a{w+umcnts - ='14.•'Utility Box �_`5 dcwalk nrcas ' ' -:1D.rStrecf5igas and Sarriendes _ 15.:�Olher`.ltemx. 1TEk H.. LOT No- - �-DESCR[PTIOtt- ` Jf r� -� ¢tel'` � ..�f` -.:�1�� ;':rL� ��, �` .---t? . . . • -{ — l - ' �,..,. .$r-�pR _. -..: `4 -tom_•s„_._.......,,,ri.».�.... I-11 1/..17 A t...J.LL I IUUti-ILit, L. 1.t.U Inspe clyd lt: - Dote: �.XL 1. G.cd nq _6. -Storm D.I. 17. 1Aisc.Dr;inoge Strucm+es 2. Surtacinq- 7- Inlets 12.- Fire Hydrnts 3_ Curti aaa Gutter :13- IV—mholes 13. DrirerAy 4. Sidc..alis _ 1_ 'Surrey monuments -.14. Utility Bax 5. Side..Alk Ateas -10.-"Street Si9Rs aAd 6AR'codr As_ Other Items ITEM Mo. LOT No. DESCRIPTION 10 -rt ,v , 77 4F t0 - .� .�f 73 714, 14 to _�+ �--moi^mss�- ^•��:� � •• _ - `-"V•K^r[-6.J ��`- .. QZ _ 119 76 84 'fie se c„'4 InRCLF ��� :<: - - w as .8s J 92 200 U3 er _ _ _ .z 04 _ _ - !_ 790 t 102 a US -IRS ' as, 104 !o�i ur - - .: .SUB c t-a _ r ARCEL s iw -334 72 a7 - L'S . tr SB t t $o �0 L�'r cS 3 ` YNEZ T £a4 - 54 ;,IVB �' -- 4406-- -- - PARCEL 41- 140*_ 43 44 _ -- --. -:•.� _ _ - zr tea.--5r: - =y - ;,. .y - Cl 73 143 - ! 7 • . 444 14. 15 KS 10 ! 1i {D7ADA. -CIRCLE _ Jif 0OAA „ `'� 14-0 � 147 R 148 !a9 a`0 151 i g 42 � Lu. h�i - •-__ _ GENERAL CONDITIONS I. The term "Contractor" as used herein refers to Crocker Homes, Inc., corporation. The term "Subcontractor" as used herein refers to the Subcon- tractor and/or Supplier under the appropriate.section herein. 2. All work shall comply with the requirements of the building lode of the political subdivision having jurisdiction of the work and with the require- ments of the Federal.Housing Authority at the time the work is performed. Said building code and requirements of FHA shall take precedence over these specifications and the plans. 3. The work under each section herein shall include all materials, labor, power tools, transportation, services and equipment necessary for and properly incidental to the furnishing, installation and completion of the work referred to therein as shown on the plans, specified herein or reasonably to be inferred therefrom. 4. Subcontractor shall be responsible for his material, tools, and equipment and work until said work is completed and accepted by Contractor. Subcontractor shall guarantee and make good his work without cost to Contractor as to any and all defects due to faulty, imperfect or defective workmanship or materials that may appear within one year from the occupancy by the purchaser of each home. Subcontractor shall remedy any such defects promptly, in the event Subcontractor fails to remedy any such defect within ten (10) days after receipt of written notice from Contractor, Contractor may have such work done by other`s•and charge Subcontractor for the cost of the same- 5. Subcontractor will do the work required by his section at such times and in such manner as required by Contractor. Subcontractor's work will commence upon the notice of Contractor and shall proceed so,as not to delay the progress of Contractor or any other Subcontractor. Subcontractor shall be responsible for all damage done to the work of Contractor or other Subcontractors by his employees, agents, or in any manner by the prosecution of Subcontractor's work, and Subcon- tractor shall indemnify and hold Contractor harmless"and defend Contractor against any and all losses and claims, demands, payments, suits, actions, recoveries and judgments of every nature and description brought or recovered against Contractor by reason of any act or omission of Subcontractor or his agents or employees or by reason of Subcontractor's failure to keep or perform the terms or conditions . of this agreement or by reason of any occurrence in connection with the work de- scribed in this agreement. 6. Subcrm tractor shall provide competent_ supervision on site for his work at all times while his work is in progress. 7. During the performance of this contract, the Subcontractor agrees as follows: A. The Subcontractor will not discriminate against any employee or applicant• for employment because of race, creed, color, or national origin. The Sub- contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to, their race, creed, color, or national origin. Such action shall include., but not be limited, to the following: employment, upgrading, demotion or transfer; 'recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Sub- contractor agrees to post in conspicuous places, available to employees and ap- plicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 1 of 4 0097 1 B. The Subcontractor will, in all solicitations or advertisements for em- ployees placed by or on behalf of the Subcontractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. C. The Subcontractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided, advising the said labor union or worker's representative of the Subcontractor's commitments under this section, and shat post copies of the notice inconspicuous places available to employ- ees and applicants for employment. D. The Subcontractor will comply with all provisions of Executive Order 10925 of March 6, 1961, as amended, and of the rules, regulations, and relevant orders of the President's Committee on Equal Employment Opportunity created thereby. E. The Subcontractor will furnish all information and reports required by Executive Order 10925 of March 6, 1961, as amended, and by the rules, regula- tions, and orders of the said Committee, or pursuant thereto, and will permit access to his books, records, and accounts by the FHA and the Committee for purposes of investigation to ascertain compliance with such rules, regulations, and orders. F. In the event of the Subcontractor's non-compliance with the nondiscrimina- tion clauses of this contract or with any of the said rules, regulations, or orders, this contract may be cancelled, terminated, or suspended,in whole or in part and the Subcontractor may be declared-ineligible for further Government contracts or federally assisted construction contracts in accordance with proce- dures authorized in Executive Order 10925 of March 6, 1961, as amended, and such other sanctions'may be imposed and remedies invoked as provided in the said Exe- cutive Order or by rule, regulation, or order of the President's Committee on Equal Employment Opportunity, or as otherwise provided by law. 8. Subcontractor shall keep the work site neat and tidy during the progress of his work and upon completion of his work or any phase thereof shall remove all debris, refuse and surplus materials from the site and shall have the premises clean. If Subcontractor fails to so clean up said site, Contractor shall clean up and charge the cost of the same to Subcontractor. 9. Subcontractor shall carry at his own expense Public Liability and Property Damage Insurance in amounts and in insurance companies acceptable to Contractor. Subcontractor shall carry and pay for Workmen's Compensation Insurance as required by law. Before commencing work an the project it will be Subcontractor's respon- sibility to file with Contractor certified certificates of said insurance. Sub- contractor will pay all taxes, permit fees, licenses and royalties applicable to his work. 10. Contractor will pay Subcontractor in accordance with the payment schedule un- der the section pertaining to Subcontractor's work; such payment will be made on or about the 10th day of the month following the month in which the work was per- formed provided Subcontractor presents his invoice to Contractor by the 25th of the month in which the work was performed. Exceptions to this payment schedule, will be specified on the first page of the contract. 11. Subcontractor shall pay, or cause to be paid, in full all persons performing labor upon furnishing materials or supplies to be used in or otherwise contributing to the work described in the Contract in such a manner as to have alien claim against. the property upon which the work is performed and/or a claim against Contractor. Pay- ments may be withheld from Subcontractor if, upon request, he fails to present to Con- . tractor a waiver of lien rights or satisfactory evidence that there (c����l) 2 of 4 VllyyO can be'no valid claims against Contractor on account of claims or indebtedness incurred by the Subcontractor, or Subcontractor under him, in connection with the work described in the Contract. If at any time during the progress of the work hereunder there should be evidence of any lien upon the property upon which the work described in the Contract is performed or claims by which Contractor may become liable, directly or indirectly, Contractor shall have the right to retain, out of any money then due, or thereafter to become due Subcontractor, an amount sufficient to completely pay any such lien or claim. If Contractor does not retain money sufficient to pay such lien and/or claims, and if insufficient money for these purposes becomes due Subcontractor, Subcontractor shall reimburse or indemnify Contractor for any expenses incurred and money paid by.Contractor in paying or defending such liens and/or claims, including reasonable attorney's fees and other costs incurred in suits brought to enforce such liens or claims. 12. Subcontractor shall supply to Contractor, the names, addresses and such other information as Contractor may require of all material suppliers to Sub- contractor and Subcontractors under Subcontractor for his work hereunder; Sub- contractor shall not purchase material from any other supplier nor change Sub- contractors under him without first notifying Contractor in writing of such change. Contractor may, at his sole discretion, pay Subcontractor by joint check with such material Suppliers or Subcontractors and Subcontractor. . 13. Subcontractor shall make no changes in the work required to be done by said plans and specifications except upon the written "Change Order" signed by Con- tractor. Subcontractor shall do no work on the premises except as authorized-by Contractor, nor quote any prices for "changes" or "extras" to any person except. Contractor un- less specifically authorized by Contractor. Subcontractor will not present any claim for compensation for work done' or materi- als furnished pursuant to any alteration or addition not authorized in writing by Contractor and agrees that this provision is a condition of the entire Subcontract. 14. In the event Subcontractor fails to remedy or make good any defect in materi- als or workmanship in his work upon request by Contractor, Contractor may withhold any payments due Subcontractor hereunder until such work is corrected. 15. In the event this agreement is terminated, neither Contractor nor Subcontrac- tor shall have any claim except for work actually performed hereunder. 16. It is further understood and agreed that this agreement may be terminated by Contractor, if in the Contractor's sole discretion, it determines that the con- struction of a portion or all of the work referred to is unfeasible. It is understood and agreed that the Contract between Contractor and'Subcontractor consists of the document entitle "Subcontract Agreement" , the document entitled "Specification Sheet", the plans prepared by Contractor, and the General Conditions as set forth hereinabove. 17. EQUIVALENTS: Where any particular brand and/or model of manufactured article is specified, that specified item shall be regarded as standard. Another brand or make, equally good, (which quality shall be decided by the Contractor) may be acceptable. Should it be desired to use a brand other than that specified 00449 3of4 17. Continued as the standard, application must first be made in writing to the Contractor and his written approval obtained, otherwise what is specified must be furnished. le. To the best of the knowledge and belief of the parties, this agreement now contains no provision that is contrary to Federal or State Law or any,ruling or regulation of a Federal or State agency. Should, however, any provision of this agreement, at any time during its term, be in conflict-with any such law, ruling or reguiAtion, then suchprovision shall continue in effect only to the extent permitted. In the event any provision of this agreement is thus held inoperative, the mTeining provisions of this agreement shall, neverthless, remain in full force and effect. 19. Subcontractor shall perform his work or supply his service and materials for a structure under construction by Contractor only under direct orders from the Contractor. No such work or service shall be performed or supplied under orders f-rom or for the account of a Buyer or a prospective Buyer of the structure. CROCKER HOMES, INC contractor BY: Patrick D. O'Connell BY: TITLE: Vice President/Construction Mgr. TITLE: DATE: DATE: . y 00450 4 of 4 Foremost-McKesson,Inc NUAL EMP[.OYMFNT OPPORTUNITY COMPLIANCE Exhibit A During the performance of this contract or subcontract, contractor, agrees as follows: I. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion,'sex, or national origin. The contractor will take affirmative action ' to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following-- employment. upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment notices to be provided by the contracting officer setting forth the provisions of this non-discrimination ' clause. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, stater-that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin_ 9. The contractor will send to each labor union or representative of . workers for which there is a collective bargaining agreement or"' other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or worker's representative of the contractor's commitments under Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4._ The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965 and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to all books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, rega- 3ations, and orders. 6_' In the event of the contractor's non-compliance with the non- discrimination clauses of this contract or with any of such rules, . re�qulations, or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may.be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24. 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by role, regulation. or order of the Secretary of Labor, or as other- wise provided by law. 004-5-1. Ion 7. The contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations. or orders of the Secretary of Labor issued pursuant to Section 204 of Executive order 11246 of September 24. 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for non-compliance: provided, however, that in.the event the con- tractor becoees involved in or is threatened with litigation with a subcontractor or.vendor as a result'of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Exhibit e AGB DISCRIMINATION (Executive Order 11141) The undersigned contractor further agrees that in the performance of the contract it shall not in connection with the employment, advancement, or discharge.of employees, or in connection with the terms, conditions, or privileges of their employment, discriminate against persons because of their age except upon the basis of a bonafide occupational qualification, retirement plan, or statutory requirement, and that a contractor shall not specify, in solicitations, or advertisement for employees to work on government contracts, a maximum age limit for-such employment unless the specified maximum age limit is based -upon a bonafide occupational qualification, retirement plan'or statutory requirement. Exhibit C Z"IOYMENT OF THE HANDICAPPED (Rehabilitation Act of 1973 and Affirmative Action) in the event this contract exceeds $2.500 the contractor agrees as follows: 1. contractor will not discriminate against mW employee or applicant for employment because of physical or,mental handicap in regard to any position for which the employee or applicant for employment is qualified. Contractor agrees to take affirmative action to employ, advance in employment, and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: Employment, upgrading, demotion or transfer, recruitment or recruit meat advertising, layoff or termination, rates of pay or other forms _ of compensation, and selection for training. including apprenticeship. 2. Contractor agrees that, if a handicapped individual files a complaint that contractor is not complying with the requirements of the Rehabilitation Act of 1973, contractor will (a) investigate the complaint and take appropriate action.consistent with the require- ments of 20CFR741.27 and (b) maintain on file for three years, the record regarding the complaint and the actions taken. 3. Contractor agrees that, if a handicapped individual files a complaint with the Department of Labor that contractor has not complied with the requirements of the Act, (a) contractor will cooperate with the Department in its investigation.of the complaint, and (b) will pro- vide all pertinent information regarding contractor's employment practices with respect to the handicapped individuals. 4. Contractor agrees to comply with the rules and regulations of the Secretary of Labor in 20CFR CH VI, Part 741. 00452 rot 5. In the event of contractor's noncompliance with the requirements of this clause, the contractor may be declared in default and sanctions - ¢sy be imposed in accordance with 20CFR CH VI, Part 741. 6. This clause shall be included in all subcontracts over $2,500. 7. Contractor agrees to permit the examination by appropriate con- tracting agency officials and the Assistant Secretary for Employment Standards of designee, of pertinent books, documents, papers and. records concerning employment and advancement of the handicapped. 8. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices•in a form to be prescribed by the Assistant Secretary for Employment Standards, pro--ided by the contracting officer, stating contractor's obligation under the law to take affirmative action to employ and advance in eeployment qualified handicapped employees and applicants for em- ployment, and the rights and remedies available. 9- Contractor will notify each labor union or representative of workers for which there is a collective bargaining agreement or other con- tract understanding, that contractor is bound by the terms of Section 503 of the Rehabilitation Act.-and is committed to take affirmative action to employ and advance in employment, physically and mentally handicapped individuals. Exhibit D VIETNAM VETERANS READJUSTMENT ACT OF 1974 Contractor agrees for contracts of $10,000 or more that, as provided in Section 2012 of the Vietnam Veterans Readjustment Act of 1974, affirmative action wilt be taken to employ and advance in employment qualified disabled veterans and veterans of the Vietnam era. 'Veteran of the Vietnam Era' means a person (1) who (i) served. on active duty for a period of more than 180 days, any part of which occurred after August 5, 1964, and was discharged or re- leas,-d therefrom with other than a dishonorable discharge, or (fi) was dis- charged or released from active duty for service-connected disability if any part of such duty was performed after August S. 1964, and (2) who was so discharged or released within the 48 months preceding his application for employment covered under this part. For contracts $10,000 or more, the contractor certifies current and future compliance with the contract clause covering Listing of Employment Openings and Periodic Reporting Requirements of the Veteran's Employment and Readjustment Act of 1972 and Executive Order 11701 promulgated to provide for the employment of qualified disabled veterans and veterans of the Vietnam era. The contract clause, set forth at 41CFRSO-250.2 is,included herein by reference.. Exhibit E NOTICE OF PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES A certification of nonsegregated facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. The certification may submitted either for each subcontract or for all subcontracts during'a period (i.e: quarterly, semiannually, or annually). - NOTE: The penalty for making false statements in offers is prescribed -in is U.S.C. 1001. Certification to be submitted by Contractors or Applicants and their subcontractors: 00453 (3) `!V CERTIFICATION OF NONSEGREGATED FACILITIES ' (applicable to contracts and related subcontracts exceeding $10,000 which are not exempt from the Equal Opportunity Clause.) This certifies that contractor-does not maintain or provide for employees any segregated facilities at any establishments and employees are not permitted to perform their services at any location under contractor's control where segregated facilities are.maintained. Further, contractor will not maintain or provide for employees any segregated facilities at any location and employees will not be permitted to perform their*services at any location under contrac- tor's control where segregated facilities are maintained. The contractor agrees that a breach of this certification is i violation of the Equal Oppor- tunity Clause in this contract. JLs used in this certification, the term . "Segregated Facilities'.means any waiting rooms, work areas, rest rooms and wash rooms. restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, transportation, and housing facilities pro- vided for employees which are segregated by explicit directive or ar* in fact segregated on the basis of race, color, religion, sex or national origin, because of habit, local custom, or otherwise. The contractor agrees that (except where identical certifications have been obtained from proposed sub- contractors for specific time periods) identical certifications will be ob- tained from proposed subcontractors prior to the award of the subcontracts exceeding $10.000 which are not exempt from the provisions of the Equal Opportunity Clause. and such certifications will be retained on contractor's files_ The failure of a prime contractor or subcontractor to comply with the terms of the certifications of nonsegregated facilities or with the-terms of . the Equal Opportunity Clause shall be a ground.for termination or cancellation of contracts or subcontracts as provided in S1-12.805-9. Exhibit F WRITTEN AFFM%!ATIVE ACTION COHPLIAME PROGRAM The contractor certifies that if it has 50 or more employees and if it anticipates sales to us in connection with government contracts of $50,000 or more, it will develop a written Affirmative Action Compliance Program for each of its establishments consistent with the rules and regulations published by the Department of Labor in 41CFR CH 60. Exhibit G EXECUTIVE ORDER 11458 (SUPERSEDED BY EXECUTIVE ORDER 11625) MINORITY BUSINESS ENTERPRISE The contractor agrees to use best efforts to carry out the government policy that requires giving maximum practicable opportunity to minority business enterprises to participate as subcontractors and suppliers to the fullest extent consistent with the efficient performance of the contract. As used in the contract, the term 'Hinority Business Enterprise' means a business, at least 50%owned by minority group members or. in the case of publicly owned businesses, at least 5L% of the stock is owned by minority group members. Date Firm Name Address Signed By • Title 0045 (4) -7 Supe Count�vArjm i Contra Board Kenny sora Costa Tales F.Kmrhr County Administration Building, 1st District Martmez.California 94553 14151 372-4080r� 'n{'�/ 0 trio Arthur G.Will VVLIr 1t Amt LSchrodier Courcy Ad—wim1w _ 3rd District Warren N.Boggess. 4th Dist/tcr Eric H.Hasulane 5th District July 19, 1977 REPOYC OF FINANCE CQ141P1EE CN UNUSID DRIVEMY DEPRESSIM IN SUBDIVISION 4406 On April 12, 1977, the Hoard of Supervisors weans the request of Mr. Thomas Van Voorhis, attorney for Crocker Homes, for the release of bonds for R bdivisiort 4406 and the opposing arguments from homeowners within the subdivision. At the conclusi,oa> of the hearing, the Board referred the matter to the Finance Carmittee for recatmendaticn. Cn May 16, 1977, the Finance Committee met with Mr. Van Voorhis, Mr. William Highfield, %zesenting Diablo West E3oO904aners Association, the County Counsel and Public works Director without reaching a resolution of the matter. Cn June 6, 1977, the Finance Committee determined that further effort should be made to arrive at a negotiated disposition of the matter, taking into aamo uit that there would be litigatim and settlement costs to Crocker Hanes, Inc., Wood- hill Development Company and the Canty if a satisfactory settlement could not be reached. On June 16, 1977, the undersigned Committee Chairman met with the parties concerned and agreement was reached, based t>n the following sharing of costs to remove the driveways and reinstall standard curb and sidewalk. Woodhill Development Co. $20,600.00 Contra Costa County 9,995.00 Crocker Hanes, Inc. Balance, estimated at $10,000.00 Crocker Elates, Inc. will be responsible for executing the work under the terms of the Subdivisim Agreement. If this settlement is agreeable to the Hoard of Supervisors, it is recamrended that the Resolution Agreement, , be PASSID P RDBE[ZT Z. CMs� JAMES P. , sgmrviscr, D III 94xr ,isclr, District50455 Microfilmed with 600rd ordw In the Boor6 of Supervisors of Contra Costa County, State of California July 19 .i9--77 In the Matter of Approving Design Development Plans and Specifications for the Veteran's Memorial Hall, Danville, County Service Area R-7. (Work Order No. 5480-927) The Public Works Director having recommended thatthe Board`approve- the Design Development Drawings and Specifications for'-the proposed remodel of the Veteran's Memorial Hall. 102 Hartz Ave., Danville; and The Public Works Director having reported that the drawings and speci- fications were prepared by the Architectural firm of Cometta and Cianfichi, Richmond, and have been reviewed by the Public Works Department and the Citizen's Advisory Committee for County Service R-7; and It having been further recommended that the Board approve the Architect's revised estimate of cost to be $75,000. NOW, THEREFORE, IT IS BY THE BOARD ORDERED that the aforesaid Design. Development Drawings and Specifications-and revised estimate of cost are APPROVED. PASSED by the Board on July 19, 1977. 1 hereby.certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors an the dote aforesaid. Originator. P. W. Dept. Mritriess my hand and the Seal of the-Board of Bldg Projects Supervisors cc, Cometta and Cianfichi affixed thfs79th day of July . 19.77 County Auditor-Controller J. Dye ,p J. R. OLSSON, Clerk Public Works Department (2) BY / Oxo Deputy Clerk tc POUS 00456 H-?43/76 tam-- ... FeLE ® JUL 19 7 J.R.OLSSON . .: CLERK BOARD OF SUPERVISORS COT COS7A.C'O".D. VETS BUILDING-ADDITIONS AND ALTERATIONS,DANVILLE,CA. ESTIMATED CONSTRUCTION.COSTS, x k tvi DATE: APRIL 18,.1977 k d "s1 PREPARED BY COMETTA AND CIANFICHI` g vs # t i x t.,� a t PaPil st 5 .yk fW kf k Hn } T Yy R-r f '� - Hlkrofilmed aY1th board order �, 0058 e y,A April 18,'1977 VETS BUILD ING-ADDITIONS AND ALTERATIONS; DANVILLE, Cki': SE . 5 TITTITY UNIT COST TMAL MST 1.0 General Conditions' Temp. Utilities S ,50.00/Mo.$ 150.00 ::.• :. Debris Removal .: 200.00 :,..,.. Clean up, Mainten _''::::: ::,:.; : 150.00 ance-, Clean up,'Final'. .:.. 150.00 Temp. dust proof Partiflon ::: 320 S's Fe s - 1.25. 400.00 Supsrinfendent . ;2 Mo. 5 1,500.00 : 3,000.00 2:1 Demolition RemoveMas. Flue 150.00 Remove Interior Walls.•' 100.00 Remove Interior Wood L:&P: :... . �'::.. .;;:',.,....':�..: ..:�:..� �:. 200.00 Remove Con;.Topping 150.00 Remove Conc.Stair dt J;St•,n' {'; ti.;`'.s 200.00 Buttresses •� . tet: i—.. �t�::Stueeo� 350.00 Rs move Ex . .Reewve'Cana.'�Li �.:Pbrch..'� :.,1;.Z .'':%%"•;;�:;.! .r�,, y _ •i,in.. 'J:r - iY:•;:F F"::.it:t,.✓J.i ..�:.J,:��"•:••^ '=Y" �Jx 150.00 Ral ConC ; - r - t '�'•• '`����'• 150.00 Co c� Wcll :.', .j.c;Y; .:240:00.` 2,640.00 P.I:P,.. n Eng. FiI I.. : :", ,:.::'. :.' 13 C.Y: , . . .: 20:Q0 ::ti: 260.00 Slab 260;SF. S 1..50, 390.00 .. Stair :' 3 61 00 ` 51 L:F. 12.00 2. :5.0 Misc::.lron_`:1:% .:,.Stool Bracke .Lav:Counters ::..:::::;: 3;'. :; 75.00 5 c67:,*5H11.00 737.00 , GO 'tr' 'x• t "' 3x. r.• ... ,...—:.v.. r"' .•.••''i"�1•:41,iiy�:.!'�J.1� Jt1.,•,''J:, �,y�.' 'Ni�S•. ri:, _ :4':l? y' .:ds ;v�� .,t. ..N,` ,fir•: — •fib`'::r•�':':.,::�. ,�..•,. .rY°'7.>f' {%.v J..�r`r •:Tv f. '�:51 .rl�� 1 v 'r''. .s��• :'s,::.: _,.�`":J4'�.. •r�6^.1�+ ::hi;'��i".:C;e•:y:ypa ,s::. ::.•�: + "i•�: "i: v_ `1 ;1r. :6.'�' ,c:'- eft`""`c":F •.s.rdJs- :' y.w!.awl - !1 ,.�;•i.a r:!'t''�i.Ja�kj". e•iFe,.y'1:,: •.7 _ ,,:.5�" .'a!i:.iisy;. �A• ..-.2:;`,i.;:�}:,. 'i::>:��i 1 :f� :�:*:r.�. .•..*�._ : . 77����.r, !�•,�:.. t: ,r: .�•�J;;� �.y1',�: � :':.,. t"•.1,�"�"'1�,E'F:,g -�" .<:.: �� t•�� - '"` -:w f V: :p s ;R•1' H 'M 7H`1'T 6;Oa KA11�..24X1!! !►xys(��j•C:O J�,aP.T%T:A::• .•.li�!.._y� ..it.�,1:�►:,y.!�•,_t.h� —.�..:�=�!�+�•.ISS� .��•l. .¢^CCrt�l7r ..M.E tT+:,.�F•,. �l .... w e'.:M A C:O O. e4eOS.�2�S•tea7 ,''}fes'• .:•r:�:4•"•KI- �_y'��'• '%• ••'>:• y yv 'y•.L :r:.. �:T'J:�' 'Ir l.`�•'s:. •.�Y:.•....c,•::3 ••t'' �.'L�'�:. .+I, .:,L � :•Y'. 3NV .'t•�i+,-:iA - :i�.�,� .Y3y �.{:..�• .:1.::^.:.:l::.J�:fid, r�': ! �� �N,r �, :.:t°.]11J". SCf 11Y'a•��•r`�_ +'d.� y�•J�"' �y.:va. •1':,:°'t;•i i. ;1�i':::��;��r•;;.l.cC•. 2 p..J,ijl 16, i ; Vars 8u➢Idinl-AdAtions on .}Ilcmfion;, tSon4iiir., Co. SRT. DIVISION QUJ -ITITY UNIT COSI TU1k Zi;`j' 6.0 Corpontry 6.1 Rough Partitions-framing 75I.S. 5 900.00 Ext. Wails 33 L.F.. 400.00 Clg,joists 190 S..F. . 115.00 Roof.joists 190 SiF. F, 200.00 Roof Cricket 100.00 Furring 72:L.F. 350.00 Blind Wnd.framing 150.00 Rough Hardware 200.00 Ext.Wall sheathing 450$ F. 325.00 Roof Sheathing 260,"$:F 200.00 62 Finish Install doors(labor only) 8 `` $ 280.00 Install Fin.Hdwre. (labor only) 8 240.00 Exterior Millwork M.U. 32 L.F 350.00 Wood Base 123.00 Plastic Lam.WolI Pon Cc? Kit.` . 32'SF, 150.00 Pre.Fin.Asb.Cone. Panels _108 S.F `3.00 324.00 Install Kit,Wnd. 50.00 7, 2- Insulation _'Thermal ;1 65.00 Acoustical 7 f e 70,00 7.3` Roofing Built-up roofing 4 SQ 65 00 S 260.00 W.P.membrane @ramp 100.00 7.6 Sheet Metal Parapet Cap 32 L.F. 2.50.:,.,. b 100.00 Regiet&Counterfi `@.,. Wail Intersections 250.00 Base Flashing @.Stucco.(Kit,), 25'"L.F. $ "3 50 88.00 Ramp Flashing '451 F75.00 Relocate D.S. 75.00 Downspout,.leoder heed_ & scuppers. . ea 200.00 Roof Ventilator 100.00 Attic louver.' vent 75.00 A r „ h , oQ4 22 j Siz l; U!'Is Buiidin,g-�,a,iifinr;s ann c Alfcruti.: �,ns, Uanvill•• '-i Cn, i:7rii I 7.9 Caulking and S ealants '----•--�,._Ut•JII' Roof trim, stucco(Bose), ~—` "�?U?�'_I�GSi Reglet, Ramp. etc• 8,0 Building Closures(installed) $ 150.00 Solid Core-Wood Doors Solid Core-'(View Wnd.)D 5 Hollywood Door cors 2 $ 125,00 Counter Door I $ 140,00 $ 625.00 Window Framo 8 Sosh(lnstolled) 280.00 Door Louvers 165,00 8,7 3 575.00 Finish Hardware $ 35,00 135,00 Doors 105.00 Cabinets(includes Inst,) 8 8'8 Glass and Glazing 130.00 $ 1,040.00 Acrylic 350.00 ' 9.0 Finishes 85 S.F. Dry Wall 518-1(roped) $ 450.00 9'1 Stucco 3,930 S.F. Ext. Walls $ .so 1,965.00 Patch and Match Dash Coat(Ramp) 9.3 500.00 Ceramic Tile, 250.00 Floors 250.00 Waits 297 S.F. 9,5 560 S.F. $ 3.70 Suspended( T, system bars 2.50 S 1,100.00 9.7 520 S.F. 1,400.00 Resillent Flooring $ 1.50 Sheet Vinyl-lncludas R,B. S 780.00 Vinyl Asbestos Tile 9.8 Painting $ 22S.00 Walls&Ceilings 50.00_ Cabinets Poachand Match S 400.00 300.00 100.00 2 i L 7 � � is April Ic, i;i7 - ' Va15 bwidin, Ad d'! n,c•r�+'if.rnlicn:, Dan-AlIv, Ca: SECT: DIVISJOIN UA1J1 ITY 1'CST < TrJi�,l.CO- 5i 10,0&11. Building Specialties Toilet Partitions 6 $ 170.00 $ 1,020.00 Toilet Accessories900.00 Kitchen Ranges 2 $ 200.00 400.00 Rafrigerators 2 $' .450.00 900.00 Fire Extinguishers ' 2' $ 100.00 200.60 12.30 Cabinets& Plastic Tops Base &Wall Cabinets(includes:,- Plast. Lom.Tops& includesPlost. Lom.Tops'&Splash) $ 1,850.00 Stainless Steel Tops &Splash (includes scullery sinks) 1,510.OD t Tops @ Built-in Lays: . 200.00 15:0 Mechanical $ 21,520,00 16.0 Electrical $ 7,690.00 Miscellaneous Patch&Metch:@ second floor,.-L, ` (where flue was removed) $ 250.00 Sub-Total; $ 63,764.00 Contingency 5% 3,188.00 Sub-Total: $ 66,952,00 fees &Bonds 11$6 7365.00 ' Toto) $ 74,317.00 ......o..�o £ �t s :} _t r k a , rt t u' q L k } z^ t _ ' j 00462 T b gt � .._ ' .,..:: u,N•x,"w-F+._.v..• ._ ., „_v L_.m.a lv!Y:�'4'S 4S w•F'n S,-3. cS-?.jz .... "..= _,..t.«.. t - �.. SPECIFICATIONS FOR VETERANS MEMORIAL BUILDING ADDITIONS AND ALTERATIONS DANVILLE, CALIFORNIA J L 19 1977 J.R.OLSSON CLERK COARD O:LUAERVISORS CO RA COSTA CO. Prepared fdr Vernon L. Cline, Director Public Works Department Contra Costa County . Sixth Floor Administration Building Martinez, California } 4 J Ch 4111 RYh} + E� Ei � f _ 1 t Architectural Firm COMMA & CIANFICHI, 3516 Macdonald Avenue oOAc� • r� ,` Richmond, California `IU June 30, 1977 �g ��� r �: a t� t ri � M1CI'Of��R1CCI 4I}}I LiOC1EC1 rS4T' s � ��) �� :T`�-`r �.,h,r ' � fia"'N�2'` :�_;.1,�^x t 4•'"I.. ;ice 'i 2015-77 TABLE OF CONTENTS Page 1 of 3 • NOTICE: Refer to Section H-4 - CONTRACT DOCUMENTS regarding sequential numbering system used under these Specifications. DIVISION SECTION TITLE NO. OF PAGES A - NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS (Advertisement) 2 8 - INSTRUCTION TO BIDDERS 1 Competence of Bidders 2 Securing Documents 3 Examination of Plans, Specifications and Site of Work 4 Bidding Documents 5 Submission of Proposals 6 Withdrawal of Proposals 7 Public Opening of Proposals 8 Irregular Proposals 9 Competitive Bidding 10 Award of Contract 11 Special Requirements 12 Execution of Contract 13 Failure to Execute Contract C - PROPOSAL PROPOSAL (BIO FORM) 4 0 - ARTICLES OF AGREEMENT ARTICLES OF AGREEMENT E - EQUAL EMPLOYMENT OPPORTUNITY EQUAL EMPLOYMENT OPPORTUNITY F - GENERAL CONDITIONS 1 Definitions 2 Governing Laws and Regulations 3 Patents and Royalties 4 Contractor's Responsibility for Work and Public Utilities 5 Bond and Insurance 6 Subcontracting 7 Time of Work and Damages 8 Progress Schedule 9 Temporary Utilities and Facilities 10 Permits 11 Conduct of Work 12 Responsbility for Site Conditions 13 Inspection 14 Refection of Materials 15 Interpretation of Contract Requirements �� 4 16 Clarifications and Additional Instructions 0I4VV 2015-77 TABLE OF CONTENTS Page 2 of 3 DIVISION SECTION TITLE NO. OF PAGES F - GENERAL 17 Product and Reference Standards CONDITIONS 18 Materials, Articles, and Equipment (cont.) 14 Shop Drawings, Descriptive Data, Samples, Alternatives 20 Samples and Tests 21 Change Orders 22 Labor 23 Occupancy by the County prior to Acceptance 24 Preservation and Cleaning 25 Payment of Federal or State Taxes 26 Acceptance 27 Final Payment and Waiver to Claims 28 Guarantees G - FEDERAL WAGE DETERMINATION FEDERAL WAGE DETERMINATION H - SPECIAL H-1 PROJECT SCOPE 1 CONDITIONS H-2 CONSTRUCTION SCHEDULES 3 H-3 ACTIVITIES ON PREMISES 2 H-4 CONTRACT DOCUMENTS 2 H-5 ALTERNATES 1 I - TECHNICAL SPECIFICATIONS DIVISION Section No, and Title No. of Pages I - GENERAL 1A GENERAL REQUIREMENTS 3 REQUIREMENTS 18 MATERIALS & STANDARDS 1 IC TEMPORARY WORK 1 ID COMPLETION OF WORK 2 1E GENERAL CONTRACTOR I 1G SUBMITTALS 5 1H PROTECTION WORK i 2 - SITE WORK 2R DEMOLITION 3 3 - CONCRETE 3A CONCRETE WORK 2 4 - MASONRY NONE REQUIRED 5 - METALS 5A STEEL WORK 2 6 - CARPENTRY 6A CARPENTRY 5 6B MILLWORK 2 6C CABINET WORK 3 M 7 - MOISTURE 7A BUILT-UP ROOFING 3 - PROTECTION 78 SHEET METAL WCRK 2 p 7C SHEET METAL SPECIALTIES-, 90_ UI� 7D CAULKING AND.SEALANTS, 2> . 7E BUILDING INSULATION 2 j I TABLE OF CONTENTS page 3 of 3 2015-77 NoNO—. 0 Lf DIVISION Section No. and Title 2 BA B - DOORS AND WOOD DOORS 4FINISH HARDWARE WINDOWS 0 ROLL-UP DOOR 3 BE GLASS AND GLAZING 4 9A ILATHING AND PLASTERING 3 9 - FINISHES 9B GYPSUM WALLBOARD 2 9C DRYWALL FINISHING 3 9D RESILIENT FLOORING 2 9E TILE WORK 5 9F PAINTING 4 9G ACOUSTICAL TREATMENT 3 10 - SPECIALTIES IOAB SPECIALAACCESSORIES 2 3 RESIDENTIAL EQUIPMENT 11 - EQUIPMENT 11A 12 - FURNISHINGS NONE REQUIRED 13- SPECIAL CONSTRUCTION NONE REQUIRED 14 - CONVEYING NONE REQUIRED . SYSTEMS 4' 15A MECHANICAL GENERAL 11• 15 - MECHANICAL 15A PLUMBING 2. 15C HEATING 6 VENTILATING 12 16 - ELECTRICAL 16A ELECTRICAL _ 00`68 a a�.r1 W 44. Iz s � a � 2015-77 NOTICE TO CONTRACTORS (Advertisement) Page 1 of 2 0 . DIVISION A. NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment, transportation and services for: The estimated construction contract cost (Base Bid) is Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building,'Martinez, California. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department, Building Projects Office, 823 Main Street, Martinez, Plans and specifications may be ob- tained at the Building Projects Office, 823 Main Street, Martinez, upon payment of a printing and service charge in the amount of (sales tax included) which amount shall Checks shall e made payable to the "County of Contra Costa`and shall a mailed to the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the contract documents should be directed to the Butiding Projects Division. Their telephone number is (415) 372-2146. Each bid shall be made on a bid form to be obtained at the Building Projects Office, 823 Main Street, Martinez, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (10%) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall he sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before at 11:00 a.m. Bids will be opened in public at the time due n the Board of Supervisors' Chambers, Room 107, Admini- stration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given .as a guarantee that the bidder will enter'into a contract if awarded the work, and will be forfeited by the 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 ve guested to do so by the Board of.Supervisors of Contra Costa County. Qnyy i�4k...,,.wi;;,:sih"sa*_w..�=w.atix a„ p.ck";��.;'i�2 � �', ...a.-r�mb�.ss',>-..�*'ws:•" ;.W 20155-77 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%) of the 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 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 $50,000, Contractor shall be required to submit for county approval an Affirmative Action Plan (see Division E). The said Board reserves the right to reject any and all bids or any por- tion of any bid and/or waive any irregularity in any bid received, No bidder may withdraw his bid for a period of thirty days after the date set far opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By JAMES R. N County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California DATED: N PUBLICATION DATES: } _ a_. • 00468 2015-77 INSTRUCTIONS TO BIDDERS k t DIVISIONS k �tf t , INSTRUCTI '" � �� #�� ON$i liD BIDER��} ��`�,3t s y2�t ar-i 4w*"kii'"i r y ar 7 1 try s xgr�„ .sP ksF���4�� r���' '�➢�ps� .xr x t +�� 4 #3'' �" to_,gr� e 2 �s x:+ jfaEeMy�x p €""{ 'A-11� � e ' '�, " �,G3xt oaf . d{M• r as 3'' ,x§ �TW F as, A'iY� 11 tAl°�, � � -•�� :� tsi � � ��t� � �.moi�` 4 `94AM 3�" i Bidder), DIVISIO14 C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL day of at 11:00 a.m. in'Room 103, Administration Building, Martinez, California, 9553. (A) TO THE NONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The'undarsigned hereby proposes and agrees to furnish any and all required labor, ma terial,,transportation, and services for VETERANS MEMORIAL BUILDING ADDITIONS AND ALTERATIONS DANVIL in strict conformity withthe Plans, Spec �ics"lons, an "nor con' tract docvments on file at the Office of the Cl.erlc of the Board of Supervisors, First Floor, Administration Building, ldartinez, Cali- fornia 94553, for the following sums; namely: BASE BID: Shall include all of the wort, for the construction and com- pletion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Dollars ($ ) ALTERNATE A State the amount for deleting all ceramic the wainscots in Men's & Women's Toilet Rooms. Deduct Dollars ($ ) f (B) It is understood that this bid is based upon completion of the work within a' One Hundred Fifty_(1501 calendar days from and after the date of commencement. _lp... 004'70 (C) It is understood delays, that , with due .allowances 0 work o, if the Contractoz should made for unavoidable shall be the contract within the should fail t letethe p .eCeiable to the owner in the amount ated o im., , he Unicom ger calendar d each da then uidated darriaggeoandthe time�forrcom Y said wort zemains Pressly stipulated not it w completion as to fir. the that a PenaltY, it being and for liq_ actual amount ° be impracticalaandedifffcult (D) The of damage. undersigned has work and is familiar examined the location contract documents and theith Lhe Plane of the proposed where the work is t one�cal conditions at and other o 'be d �E) The undersigned he place and understands tins checked , nderstands that the g carefull sPonsible for an oard of Sly all of the above signed in malcin y errors or. Omissions will not begrce g uP this bid, on the part of the uric' nder- x � Ri l x 5 5 t t� i 1 lx tt 4 , . 5 4 4 4�.r ro f��^kL.� � X a b �'k�3§� 1 ,✓ 1 Fs f '� � : y5 �' ,, 5�,•+,:� -;�,��,, .',�E t-t.1; �� y� �`�3a"4i6s7^yn��z3-b. j . , RnrOJ.l Can'c. CIVIS1011 C.�— .muL.-and not sham er ned hnrcbY arson not hctain-omad. eertll las that this bid Is E IF) The undecslC r,Ma inearecc oe in boT`and tccclyp iodocoJ er assns loud to eetweive� or naawl da Ln d has et'dtcectly ocher WWI Ciro of corp and that he undcrsLCnan aha-bldg or enY canner Ioughc;bY ethar biJdar to put in other bidder. sed dt+c the WtdorsL66a over can any[ In ,sire!-Lso-buddiar' Late et busincan of the. eolluslon to recur. for hlmsdt an aLvantoC IC) l,etached Ce a Ila,of he comes and locations oC the 4 ncsaetera. sub tantrnatera. as required in the Nottes to eq s. (L) ,tt.,hod is bid waurlty Cashiers (]Cash nd Check C3 CartlLiad Chaek Ladders Le . (t) being tnaludad to the The Colloulna addends era harabY aakneuledgad as bids dated Addendum J dated.-„�.��y'�. AddenEu-0 dated f Addandum 0 .•. lY Address Theca . Cleansed In aceardsnee ulth an set pravldln;Lor the ret latntlon of Can- . .tracts,.,Classlticatlon and Lleanes Na. 19«x• day at. Oa tad is.,. 00412. - Y 0.x'4 '-v DIVISION C. PROPOSAL BID FORM continued ' LIST OF SOBCONTRACTORSi (Aa requlrad by Division 8, Section 4, Paragraph (c)) (Substitution of listod subcontractors: Sag Division E., section 6, Paragraph E.). Po}tion of Work Name Placa of Bidders y 00474 2015-77 ARTICLES OF AGREEMENT R #, 4t 4v ' � r r. t DIVISION 0� ARTICLES OF AGREEMENT tz 41' X 4 5 G f� ,5�.✓ 3 1`tri 4° s����r # rbS 1,xng e � „a red yt `2� rt t 7 t •fi�.f a a .: a ? '-.�k�`�, f six,, t ttd z 2 r^x� � ax r �#«,�} � g, �*� es�M `.s�� 1}t, a�s N +, �y,' rv�'�,� '�*` ✓�.�,7y f" ts r �*t t Wit'�i,� e' ���n ��'t�, �t�� F�ft �-d. e�.Y�y, � ., F..,� t 7aR •yii��:!� r g;a R, � i rY r f,s i a k` av rYi'S'G rs -' cY '��'Ie� r{5 Ct L:t.gF"ya„�s y4'2dy4'"t� d„ yF t q43 3 �r� ��M�...r �fi dA�'rT�'`�.eru., art 2� '�A •�'"4�``� `y�• ��rS� n'.. d�+'t` �` " C'`�y MC, a ' la 2015-77 EQUAL EMPLOYMENT OPPORTUNITY 77-77-77-777 ti DIVISION E EQUAL EMPLOYMENL'OPPORTUNLTI�` : r y,�r t t 14$ �� IT xihl. )4 t �� ,a+ t i'^ MR 'aw di"K, a 4 i ki h"`Uv� Fq{t� 1 it's. 'S4.�. y'4 �t•t S+ 4� s xrz}:x k'�aaa'n'����w til Y ,x".rt�»� .��ax �� �§.x•. �{ i�sxx,i n ' GENERAL CONDITIONS 201547 Y � , ND COITIONS ; GENER(� � r A WAX MIA DIVISION F�" r r 1tt LIZ; t 2 i cfit � ME, {Flymmo. s `�4 ,.i },fiz RM ,xir4s r z�F L ' 'a� 'f+.. a S' �• �1 � i-y, 3 Y! �' Y 'S1s 4 y 5 iy.'4 4 SFr K y i} notmJ � .r1 �' '`v. c�; 4 7� �`S �' "004TJ No- m '� r i:,. "& Wt a ME M�M-wv i 075-77 FEDERAL WAGE RATE DETERMINATION r- 1 : k� �3 Vie'•�5 � { �"r ,{ DIVISION G FEDERAL-:WAGE!RATE h sr f4 � , � ,h DETER rJ ��Ztg 7, � b - gV S it? tuJ} E5 } �� tia �1 ' i h '� ?kx 'r fy iat M,b�� a 4 R,- . �� a• ll #All d g ' .` :�wd2,& �"�t� "i }'t1{w.�• � �i` �8 S`� R+y„3`l .2V. toT•4. ``K��,'t�� ori+'x��� _ a•�.'�'��g,�r, 'aa��` �f.°;` "' �c�.� �� <�t } �'s 4�4 r& e„• i 2015-77 H1 - PROJECT SCOPE Page H1-1 of 1 Refer to GENERAL CONDITIONS Section 4 for related requirements. 1. PROJECT shall be erected and completed in compliance with governing civil codes as adapted modified or currently enforced, as specifically applicable to the project Building Type, Occupancy and Fire Zone,except that work, materials or equipment of greater quantity,better workmanship or higher quality, performance or utility shalt be provided as shown or specified. 2. SCOPE OF WORK shall consist of all labor,materials, equipment, tools, transportation, services and operations necessary to furnish and install the work under this Contract, including all major and accessory work and materials necessary to achieve complete, compatible and operable instal- lations as shown or specified. 3. MATERIAL deliveries to site shall include unloading. Protection and moving shall be provided as necessary. 4. WORK shall be performed by craftsmen competent in their particular trade,. all workmanship shall be thorough and complete in every detail; and all work shall be first quality as intended under these specifications. S. NOT USED. 6. INCIDENTAL COSTS. In addition to GENERAL CONDITIONS, SECTION 9: a. Utilities: Refer to 1C-TEMPORARY WORK AND FACILITIES. b. Contractors and subcontractors shall furnish at their own cost and expense all tools, consumable supplies, appliances, equipment,etc., necessary for execution of their work; and shall be responsible for care and guarding thereof. c. Contractors and subcontractors shall be entirely responsible for pro- fessional, trade, business or other licenses required by state statute or local government. •asx• 004'78; 2015-77 H2 - CONSTRUCTION SCHEDULES Page H2-1 of 3 s 1. GENERAL a. THIS SECTION sets forth minimum requirements for general construction program and work limits: and for submittal of progress schedules and other schedules as may be required. b. Refer to H3-ACTIVITIES ON PREMISES for related provisions. c. CONFERENCES: 1) Prior to commencement of any work under the Contract, Contractor shall meet with Owner and Architect to establish mutually agreeable construction limits, area assignments, schedules and procedures as may be necessary. d. ACCELERATION OF THE WORK: When, in opinion of Architect, it becomes necessary to accelerate the work, Contractor, when so ordered, shall concentrate his efforts as directed-and execute such portions of the work as may be required to enable others to hasten and properly engage and carry on their work. e. CONSTRUCTION DELAYS - In addition to GC 21: Delays in the work which may become the subject for time extensions shall be immediately reported to Project Inspector and Architect in writing, in duplicate, as soon as such condition becomes apparent. 2. CONTRACT LIMITS AND GENERAL PROGRAM a. WORK limits and areas for Contractor's use shall be as shown. 3. CONSTRUCTION SCHEDULES - In addition to GC 8: a. PRELIMINARY SCHEDULE: .l) Within tan days after signing Contract. Contractor shall submit to Architect four copies of a schedule covering a general plan of operations for the project and a preliminary schedule indicating operations for the first thirty-day period. 2) This may be a written statement or acceptable analysis indicating intended start and completion of work and other activities and operations during said initial period. b. PROJECT SCHEDULE: 1) Within twenty-one days after signing*Contract, Contractor shall submit to Architect six copies of a complete analysis covering all operations through the completion of project work based on the stipulated completion times and general program. 2) This may be a bar graph or like analysis and shall consist of a neatly prepared graphic diagram and appropriate symbols arranged to depict clearly the order and interrelationship of the various activities and operations. 09479 i 2015-77 H2 - CONSTRUCTION SCHEDULES Page H2-2 of 3 3. b. 3) Major activities such as carpentry, mechanical and electrical work shall be detailed to indicate rough and finish phases of work. Start and completion times shall be indicated for all activities. c. REPORTS AND REVISIONS: 1) Contractor shalt submit with each monthly request for payment a report outlining the status of the work with respect to the approved construction schedule. 2) The schedule shall be maintained current with the real work and revised and reissued whenever significantly affected by: a Change orders; b Critical activity falling behind anticipated time; c Changes in sequence of operations. 4. GENERAL SCHEDULE OF SUBMITTALS a. GENERAL: Following list summarizes various submittals required; as specified under references indicated. Times indicated are maximum number of calendar days permitted. b. FIVE DAYS FROM CONTRACT DATE: References l) Contract Bonds GC 5.A,-5F, 5G 2 Certificates of Insurance GC SA, 5B, 5C, 50, 5E 3 Schedule of Values Div. D, Section 7 c. TEN DAYS FROM CONTRACT DATE: 1) Preliminary Progress Schedule Para. 3.a., herein. d. FIFTEEN DAYS FROM CONTRACT DATE: 1) Material List GC 18 e. TWENTY-ONE DAYS FROM CONTRACT DATE: 1) Progress Schedule Para. 3.b., herein. f. THIRTY-FIVE DAYS FROM CONTRACT DATE: 1) Proposed Substitutions GC 18•.- g. FIRST DAY OF EACH MONW: 1) Requests for Progress Payments Div. D Section 7 2 Updating of Record Drawings Section IA 3 Bimonthly Updating of Progress Schedule Para. 3.e., herein. 4 h. PRIOR TO DATE OF OCCURRENCE: 1) 2 Days - Notice of Tests and Inspection Section IA 8 I. FOLLOWING DATE OF OCCURRENCE: i) 5 Days - Requests for Time Extensions Para. i.e., herein 2) 7 Days - Test and Inspection Reports Section 1E. 00460 F i 2015_77 H2 - CONST Page p2_3 ofC�lON SCHEDULES 4• PRIOR TO 2 Record Drawi�L ACCEPTgNCEt gs 4 Perfa�bmittals References Request for Final payorent°hts. Section` DfvGC 271ans 15 and:16 rz QS s #10 ,� { srY t 4 iYs 1 I x Y • Rggitb og� - �S�A t ', 1 01 7� .:..E Y 3 2015-77 H3 - ACTIVITIES ON PREMISES Page H3-1 of 2 1. GENERAL a. THIS SECTION sets forth minimum general requirements applicable to construction activities occurring on Owner's premises. b. RELATED PROVISIONS l Work Limits: 142-CONSTRUCTION SCHEDULES. 2 Damage and Restorations: 1A-GENERAL REQUIREMENTS. 3 Protection: lH-PROTECTION WORK. 4 Construction Utilities: 1C-TEMPORARY WORK AND FACILITIES. 2. OWNER'S OPERATIONS a. PREMISES will be occupied and in 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. b. ADJACENT premises, rooms and utilities not particularly assgned 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. OPERATIONS under the Contract necessarily extending beyond any assigned limits of work shall be in accord with the following: 1} Maintain utility services. This shall include existing or new utilities as applicable; and the furnishing of temporary lines and work; all as necessary to meet the required service capacities. 2) Maintain safe ingress-egress to and from structure and as necessary for pedestrian and vehicular traffic. 3) Maintain safe separation between said adjacent areas and construction areas by providing temporary barricades, railings and other pro- tection as may be necessary or indicated and in compliance with specified requirements. 4) Maintain areas so used in a neat, clean condition and free from litter, debris and scattered construction materials or equivalent. If not properly maintained, Owner will clean and charge Contractor. 3. a. PROTECT existing facilities. b, PROTECT existing valve boxes, manhole covers or other items encoun- tered and not otherwise required to be removed. c. CHECK and verify as necessary status of utilities encountered in the work, whether of known origin and activity or not. No service shall be shut down, transferred or otherwise interrupted without first being scheduled to be done at a time agreeable to Owner. d. UTILITIES accidentally or inadvertently interrupted shall be inmedi- ately restored to service prior to continuation of any other Contract work, regardless of hour of occurrence. 00462 2015-77 H3 - ACTIVITIES ON PREMISES Page H3-2 of 2 4. SERVICE INTERRUPTIONS a. WHEN UTILITIES are shut down for connection or transfer, sufficient workmen, materials and equipment shall be present to complete such work in minimum time and with least inconvenience to Owner's opera- tions. b. TIMES for utility shutdowns, temporary or permanent connections or transfers shall be only as particularly scheduled with the Owner not less than five (5) days in advance. 5. USE OF PREMISES a. CONTRACTOR shall regulate and control ingress, egress, parking and other construction activities on and about premises so as not to disturb Owner's activities. b. VISITORS to construction site shall be under Contractor's charge. Unauthorized visitors shall not be allowed to enter or remain within construction site. c. AREAS used by Contractor shall be maintained reasonably clean and free from debris. Unnecessary•littering will not be permitted. See Section 1C-TEMPRORARY WORK for storage of materials. d. SIGNS will not be permitted. t r*r'� 00483 .ea t.•,.th. '�i='s.�`ia a. sa.--¢rY� aa' f';,. `�,r`'e,�:.�^ 'ir. „, ,.r 2015-77 H4 - CONTRACT DOCUMENTS Page H4-1 of 2 1. GENERAL a. THIS SECTION sets forth certain•general provisions relevant to use and application of Contract Documents as a whole. b. TERMS AND PHRASES: GC Section 1; c. INTERPRETATION OF CONTRACT DOCUMENTS: GC Section 15. 2. ARRANGEMENT AND ACCURACY OF DOCUMENTS a. DIVIDING OF DOCUMENTS - In addition to GC 15: 1) Dividing of Contract Documents shall be deemed only for convenience of conveying requirements, data and information in an orderly manner. 2) No responsibility either direct or implied will be assumed by Owner or Architect for omissions or duplications by Contractor or Subcontractors due to real or alleged error in arrangement of matter in the Contract Documents; or for disputes arising therefrom. b. SPACE REQUIREMENTS: 1) Drawings are necessarily diagrammatic and indicate general arrange- ments only. and Specifications are necessarily descriptive and Indicate the general aspects only; insofar as related to space requirements for the various items of material, equipment and apparatus required. Extreme accuracy in regard to said space requirements cannot be guaranteed by the graphic representations or written descriptions. 2) Contractor shall provide coordination of physical arrangements to achieve design appearance, performance and quality of workmanship.intended; and shall provide all investigations, layouts and other determinations and give directions necessary to property fit, install and complete the work as intended. 3) Minor adjustments necessary to correlate the work shall be incorporated as necessary; or when directed by Architect per GC Section 15; at no added expense to Owner. 3. PRIORITY AND CONFLICTS: Refer to GC Section 15. 4. USE OF THESE SPECIFICATIONS a. TABLE OF CONTENTS AND REFERENCING:" 1) Table of Contents facing these specifications is derived from a stan- dardized format and numbering system; based upon AIA-CSI Uniform System. 2) All Sections of the standardized system will not be required for this Project. Hence, skips occur in sequential numbering and are intentional. 3) Letters I, 0 and Q are not used for sequential numbering of Technical Sections. 4) Under these Specifications, references to: General Condition Article No's. are used thus: GC 1. Divisions are used thus: Div. 8-DOORS AND WINDOWS. Sections are used thus: 8A-WOOD DOORS. . 00484 1 2015-77 H4 - CONTRACT DOCUMENTS Page H4-2 of 2 i 4. b. SPECIFICATIONS AS STANDARDS: 1) Under these Specifications, each general and specific Technical Section under Division 2-16 shall apply as a standard for`that particular type or kind of work. 2) Exceptions to such requirements shall be only as particularly provided for under a Section requiring such work. ? ih t T � s C h����{� [ r � ]�� �" ; e3w �r w R FR.Atit d�.��•., xf r .'btu tt¢+ � C,, a;? � A b3f"t azl eyaa5�`}-Ry'e 2015-77 H5 - ALTERNATES Page H5-1 of 1 1. GENERAL a. THIS SECTION sets forth provisions applicable to Alternate required for this Project. b. REFER to PROPOSAL FORM for related provisions. c. SCOPE: Quotations to be added to or deducted from the Base Bid for the Alternatives described herein. The amounts shall be quoted in the appropriate spaces in the Proposal Form for Alternate. The work covered by the Alternate shalt be subject to the requirements of the respective sections of the specifications and the Drawings insofar as applicable. d. EXCEPT where a longer period is specified, the Owner shall have thirty (30) calendar days after the Congract Agreement has been signed to accept or reject the Alternate Proposal. e. FAILURE to quote on the Alternate may be considered an irregularity in the Proposal and, at the option of the Owner, may cause re- jection of the Proposal.. 2. LIST OF ALTERNATES a. ALTERNATE NO. A 1) Delete the ceramic the wainscot in Men's and Women's Toilet room and paint in lieu thereof. 2) Provide 6" unglazed ceramic mosaic tile base in lieu of ceramic tile wainscot. 3) Provide 4" plastic laminate backsplash at lavatory counters in Men's and Women's toilet-rooms. k 00486 i 2015-77 lA - GENERAL REQUIREMENTS Page IA-1 of 3 1. GENERAL This Section sets forth miscellaneous provisions applicable to work required and operations performed under this Contract. 2. CONDITION OF WORK IN PLACE Inspect work previously prepared or installed by other trades before in- stalling or applying subsequent materials or finishes. If supporting con- struction or substratae are found in an unsatisfactory condition, notify Contractor and Architect; do not proceed until defective work has been corrected. 3. LINES, levels, elevations and detail dimensions shall relate to layouts established in field under Section IE, and those given by approved shop drawings or supplement drawings. 4. FERROUS WORK permanently exposed to exterior or below grade shall be gal- vanized; related accessory members and fastenings non-ferrous, galvanized or made rustproof by approved methods; unless otherwise specified. 5. FIRES shall not be permitted; remove waste, rubbish from site. • 6: PROVIDE holes, slots, cutouts, blocking, screeds, nailers, chases and . similar preparation as the work progresses; as required to receive or pass subsequent work without damage to previously completed work. 7. NOT USED. 8. PENETRATIONS through roofing shall be performed only under Roofing Section, arranged for under the section requiring same. Penetrations through roofing shall be flashed using sheet metal or sheet lead, in addition to roofing materials, provided under the section requiring said penetration. 9. CONNECTIONS AND FASTENINGS shall be included for complete fabrication and installation of the work. Conform with requirements specified under Divi- sions 5 and 6 as applicable to the conditions encountered, unless otherwise shown, specified or approved. 10. EXTERIOR WORK and work against grade shall be made tight against entry of water into the concealed or interior spaces of the structure. 11. PRIME PAINTING work, materials and preparation shall conform to requirements specified under 9F-PAINTING. Ferrous metals shall be furnished prime • painted, unless galvanized or otherwise protected. Prime before delivery to Job site where possible. Damage to prime paint shall be repaired by a thorough cleaning and one coat of coapatible prime paint. 00987 f 2015-77 1A - GENERAL REQUIREMENTS Page 1A-2 of 3 12. GALVANIZING shall conform to requirements specified under 5A-STEEL WORK. Exterior ferrous metals shall be galvanized unless otherwise shown or' specified. Galvanize after fabrication where possible. Damage to gal- vanizing shall be repaired by a thorough brushing and one coat of Metalloy Products Co. "Gaivalloy' or similar zinc hot-stick repair material. 13, NOT USED. 14. EACH WORK OPERATION shall include frequent removal of resultant debris, rubbish, crating, etc., to maintain work areas free from undue encum- brances. 15. ACCESS PANELS a. Each Section installing work behind inaccessible ceilings, walls, etc., to which access must be provided shall furnish access panels and arrange for their installation as necessary. b. Panels shall be Inland Miicor, or equal, as follows: Style A for exposed locations, Style M for utility or concealed locations; U.L. labeled at fire-rated construction; prime painted. 12" x 12" for reaching small items within wrist reach, 12" x 241" for larger items, 24" x 24" minimum where full access is necessary. Each unit complete with frame, door, wings, latch. 16. PIPE OR CONDUIT penetrating interior walls at finished spaces: Provide escutcheons sized to 0.0 pipe size, including insulation where required; polished chrome plated at fixture supplies and other items at wet areas, prime painted elsewhere. 17. RECORD DRAWINGS a. AS-BUILT Drawings of work done by Contractor and Subcontractors shall be kept current on a monthly basis to represent work done to date as checked by Project Inspector. Compliance with this requirement shall be a prerequisite for approval of monthly progress payments required by the General Contractor. Upon completion of the work, furnish to Project Inspector for approval and verification, 1 set of prints upon which shall be shown the as-built information, including dimen- sions locating all critical or covered components. 2015-77 lA - GENERAL REQUIREMENTS Page 1A-3 of 3 17, b. RECORD actual locations and elevations of pipe, conduit, duct or other lines occurring below grade or within permanently concealed spaces by actual dimensions referenced from permanent and readily accessible building lines, floor lines or monuments. 1) Dimension buried or concealed lines from readily accessible surface fixtures - hydrants, valve boxes, etc. - to indicate location of each change in alignment or grade, each valve, and like features, 2 Accurately locate each capped, plugged or stubbed line end. 3� Take dimensions from horizontal and vertical center lines of pipe, duct, conduit or fixtures; and from face of exposed surfaces on building construction. 4j Provide sufficient dimensions to accurately trace route and invert of each concealed line or locate each concealed item. 18. DAMAGE to existing facilities caused by movement of equipment or other operations under this Contract shall be restored or replaced as specified. This shall apply to all damage, whether or not made necessary by execution of the Contract work and shall encompass all areas used by Contractor, whether or not as initially or officially assigned to Contractor. 19. RESTORATIONS shall be equal to the structural qualities or performance capacities of the original work; and finishes shall match the appearance of, as nearly as possible, like existing adjacent work. Restorations shalt be subject to approval by Architect and shall be made as necessary and without added expense to Owner unless otherwise particularly provided for. a. AT TRENCHES, include trench width plus 12" each side, or as necessary. b. EDGES of existing work shall be cut and trimmed to neat, straight lines. c. TRANSITIONS between existing and new work shall be free from humps, depressions, offsets or other irregularities. d. WORK not properly restored or where not capable of being restored shall be removed and replaced as directed, without added expense to Owner. * . * * * 00489 2015-77 1B - MATERIALS AND STANDARDS Page 18-1 of 1 Refer to GENERAL CONDITIONS SECTION 2 and 18 for related requirements. 1. MATERIALS AND SUBSTITUTIONS Materials shall be installed in the types and kinds exactly as specified. Where multiple descriptions are entered or materials are specified by reference to a standard, exact make or brand will be at Contractor's option to select. Substitutions may be submitted for consideration up to fifteen days following date of signing Contract. Proposed substitutions shall be submitted Individually in writing, accompanied by complete tech- nical data, cost analysis and verification of sixes as suitable for the space requirements. when applicable. Substitutions shall be approved by Architect. 2. CODES AND STANDARDS a. Material specified by reference to number, symbol or title of a speci- fied standard - such as Commercial Standard, Federal Specification, trade association standard, or other standard - shall comply with requirements in latest revision thereof, including amendments or sup- plements thereto, in effect on issue date of these Specifications, except as limited to type, class or grade required. b. Codes and Standards are not repeated for reason that manufacturers and contractors involved are assumed to be familiar with requirements governing or applicable to their work. c. Materials shall be installed per reference standards when so specified, otherwise, per manufacturer's standards, including general or special instructions applicable to the specified material required or parti- cular conditions encountered in the work. 0049Q 2015-77 1C - TEMPORARY WORK Page 1C-1 of 1 Refer to GENERAL CONDITIONS, SECTION 7, 4 for related requirements. 1. GENERAL a. Provide and maintain in proper condition all temporary safeguards, facilities and materials protection to the full extent and duration necessary for safe and expeditious progress of the work; and remove said temporary work upon completion. b. Existing or new work exposed by any demolition or temporary removals shall be covered and protected at all times against entry of water. 2. SAFEGUARDS a. Barricades: Provide for open trenches, shafts and other hazardous openings at interiors and exteriors; include railings, signs, lights, etc., as necessary. b. Provide scaffold, hoists, runways and tike facilities as necessary. 3. TEMPORARY FACILITIES a. Provide open line telephone on premises. b. Water: Existing water may be used without charge as long as water is not wastefully utilized. c. Electricity: Existing electricity may be used for construction power, without cost to Contractor, with lighting facilities for night illumination of hazardous conditions apt to be encountered by public or for interior or darkened working areas. d. Toilets: Provide portable chemical toilets. 4. MATERIALS PROTECTIONS a. Protect materials and equipment delivered to site against damage or deterioration due to construction operations, inclement weather or other causes. b. Store finish materisl inside well protected, enclosed, and dry spaces only. Protect finished installations with suitable barricades against traffic, coverings against splatters or marring, or as appropriate for the condition. 5. DUST AND DEBRIS Protect existing structures from dust and debris caused by this work. . * * * * '00491 � , 2015-77 1D - COMPLETION OF WORK Page 1D-1 of 2 Refer to GENERAL CONDITIONS, SECTION 23, 24 and 26 for related requirements. 1. THIS SECTION sets forth general and minimum requirements for the condition, cleanliness and appearance of work upon completion; as applicable to the various types and kinds of work and materials. 2. POSITIONS AND ALIGNMENTS a. Planes shalt be flat, true to established lines; floors, ceilings and soffits level; walls and vertical returns plumb; sloping surfaces uniformly pitched or battered; corner intersections true to straight- edge lines. b. Repeating members shall be uniformly, accurately spaced. Solid, tubular or like running members shall be straight; level or plumb as required; with axes true to established planes or lines. c. Frames and unit assemblies shall be square, level, plumb, true to established planes or lines. d. Unit Materials - as may occur in the work: (1) Tile flooring, etc., with closed joints: individual units shall be flat, edges neatly abutted, free from face offsets across the joints. (2) Joint lines shall be true to straightedge lines, running normal to building walls, or to established lines where within irregu- larly shaped areas, with cross joint lines meeting at a point. (3) Unit layouts shall be symmetrical about the floor, wall or ceiling center tine, and positioned such that necessary cut units at peri- meter edge are always greater than one-half the natural unit width. 3. WORKMANSHIP a. Closed or butt joints shall be normal to longitudinal axes, or as re- quired; accurately cut, neatly fitted and fully abutted. b. Gapped or spaced joints shall be exact widths required; each type of joint uniform in width and appearance throughout each area. c. Frame corners and joints in running materials of the same cross section . profile shall be accurately fitted to neat closed joints, free from off- sets across the joint. d. Fixed parts or members shalt be secured tight in place, free from dis- tortions, squeaks, rattles. 004090 I 2015-77 1D - COMPLETION OF WORK Page 10-2 of 2 3. e. Finishes shall be free from bubbles, streaks, peeling, pits or other irregularities, except where rough materials may be required; and finish surfaces shall be free from dirt, grease, mastics, finger- prints, scratches, dents, cracks, stains, chips or other damaging effects. f. Operating hardware and other moving devices shall be adjusted to operate freely and smoothly without binding or irregular actions. g. Ground areas raked smooth; all areas free from debris. 4. CLEANING a. All work shall be clean and ready for use upon completion. Temporary tapes, wrapping coatings, paper labels and other items shalt be re- moved. Exposed and semi-exposed surfaces shall be dusted, mopped, washed, wiped and buffed as necessary to leave the work in a new; clean, immaculate condition. b. Cleaning methods for proprietary materials shall be in strict accor- dance with manufacturer's instructions; cleaning solutions, aggents, solvents, waxes or other materials shall be only as approved by the manufacturer of the material installed in the work. S. FINAL ACCEPTANCE a. Refer to GENERAL CONDITIONS, SECTION 26. b. Receipt of notice will confirm that Contractor has carefully inspected all portions of the work; that he has reviewed in detail the drawings and specifications, and that all conditions of the Contract Documents have been fulfilled. All subcontractors shalt review, inspect and otherwise check their work for compliance with all conditions of the Contract Documents, and prior to the above Notice. 2015-77 lE - GENERAL CONTRACTOR Page 1E-1 of 1 1. THIS SECTION includes certain detail instructions to the General Contractor but shall not nullify nor relieve Contractor of any responsibilities speci- fied or required elsewhere under the specifications. 2. CONTRACTOR shall perform general administration, supervision, coordination, and other duties as required; and establish and control procedures for processing submittals, change orders, etc., including ,fob conferences and other routines as necessary to expedite the work and to achieve results Intended. 3. PREMISES, construction, operations, visitors, ingress-egress, parking and like activities on and about site shall be under Contractor's charge until final acceptance. 4. NOT USED. 5. NOT USED. 6. STRUCTURAL INTEGRITY. Contractor shall particularly supervise each operation and all work which may affect the structural integrity of the various struc- tures. • 7. TESTS & INSPECTIONS. Notify Architect and inspecting authority not less than two working days in advance of any required test or inspection; verify satisfactory results of tests and inspections before allowing subsequent work to proceed. 8. LINES AND LAYOUTS. Provide grades, lines, levels, and detail layouts as required; check as the work progresses. 9. WASTE AND RUBBISH. Provide general sweeping and periodic disposal service for removal of waste and rubbish from site. General Contractor shall provide debris box*for trash and place all trash in container. 10. PREPARATION FOR FINAL ACCEPTANCE a. Refer to GENERAL CONDITIONS, SECTION 26. b. Provide final cleaning and polishing of finish hardware, bright and anodized metal finishes, glass, mirrors, plumbing fixtures, Including other sweeping,dusting, mopping, etc.; thoroughly clean site of debris. c. Assemble guarantees, etc., and deliver to Architect. 11. GUARANTEE PERIOD: Provide'supervision during guarantee period as required to investigate or correct failures or deficiencies in the work. * . * .... 0049= 2015-77 1G - SUBMITTALS Page 1G-1 of 5 Refer to GENERAL CONDITIONS, SECTION 18, 19 for related requirements. 1. THIS SECTION schedules submittals required under Technical Sections. 2. GROUP 1 SUBMITTALS - required prior to start of respective types of work. a. MATERIAL LISTS: Orderly listing or assembly of data indicating specific materials proposed. Include data for complete evaluation. -Required: 7 sets minimum b. SHOP DRAWINGS: Delineate to clearly show layouts, details, erection plans, connections, fastening or structural aspects; as appropriate. -Required: 7 sets minimum c. MATERIAL/COLOR SAMPLES: As necessary to demonstrate materials or finishes proposed. Include full range of manufacturer's standard palette colors. d, CERTIFICATION OF MATERIALS: Tests reports made and certified by an approved Testing Agency, or other written certification acceptable to Architect, indicating compliance with applicable material requirements. e, ON-SITE SAMPLES: Job constructed to determine and demonstrate appear- ance of certain finishes. Sample sizes and finishes shall be-as speci- fied. Prepare under direction of Architect. f. MAINTENANCE INSTRUCTIONS: Manufacturer's specifications or instructions for best upkeep of materials used in the work. g. SERVICE MANUALS: Compile 3 copies and submit as follows: (1) Include complete operating and maintenance instructions, together with catalog cuts, service details, parts lists and numbers, equipment ratings and performance data, local service representa- tive or agency, and other pertinent information. (2) Assemble all such information in 8-1/2" x 11" size hard cover pressboard binder, or set of binders as necessary. arrange in an orderly manner and complete with typed index tabs and labels. Incorporate oversize drawings by neat folding and arranged as fold-outs. 3. GROUP 2 SUBMITTALS - required prior to final payment: a. CERTIFICATION OF INSTALLATION: Written evidence from manufacturer indi- cating his supervision and compliance of installation with specified requi rements. b. SPECIAL GUARANTEES: Separate guarantees furnished for particular types of work as specified under the individual sections. In addition to pro- visions required under GENERAL CONDITIONS, SECTION 28. 4padal .provisions and timeperiods shall be included as specified. Sp e 1 uarintae: shalt be signed by and General Contractor. ��j�jr` ' t Page 16 2IofA55 2015-77 • - • • - as entered in schedule following page 1C-3: q, SUBMITTALS REQUIRED • cates reference to Article 2. and 3., herein. a. ENTRY of "1C" indi b, OTHER ENTRIES such as "IE" Articles 2 and 3' . "SC°. etc. to indicate reference to Technical Section of that No.; and also general c, ENTRY of "GR'! indicates respective Section contains certain requirements for submittals affecting other sections. "t 5 r f 39{ y4 `4 3iP a'75 ySS {-A k f� ��fY k . • pp K :V 1 t C F r- a n � t i S f ^ t t t ' � F i f 2015-77 1G - SUBMITTALS Page 1G-3 of 5 SUBMITTALS GROUP 1 GROUP 2 c Sections not listed do N N o= not require submittals, �- unless directed by W W W Architect or as may be required with proposed $ 4 Ww � t substitutions J N D @N L7 0 N N W 0 N W SECTION NO. CARPENTRY 6A G MILLWORK 68 1C CABINETWORK 6C IC IC 6C 6C BUILT-UP ROOFING 7A JIC 1C 7A SHEET METAL 7B 1C 1C 1C SHEET METAL SPEC. 7C 7C 1C 1C CAULKING & SEALANTS 7p ic IC 1C BUILDING INSULATION 7E iC 1C WOOD DOORS 8A BA IC IC 8A 8 FINISH HARDWARE 8B • ROLL-UP DOOR 8D 1C 1 GLASS & GLAZING 8E 1C 1C 1C •; a..ate:.r«a;, ,+,z...x't"'^�t�^ �. 2015-77 1G - SUBMITTALS Page IG-4 of 5 SUBMITTALS GROUP 1 GROUP 2 Sections not listed do not require submittals, $ h a L)a r unless directed by _Z1 yy Wrz = w 6 G7 QN �-+W NN ZW W Architect or as may be a u N d required with proposed Lou"h a< = N J z r } v a$ substitutions ~M s w u 5"' Lu+ w w a U �J N UO N � N WO NC7 W SECTION NO LAI KING ANU PLASTERING 9A, 1C WALLBOARD 9B 1C DRYWALL I FINISHING 9C IC RESIL. FLOORING 9D 1C 9D 1C 90 TILEWORK 9E 1C 9E 9g PAINTING 9F 1C 9F 9F ACOUSTICAL TREATMENT IC 9G 9G 9G 9G 9G METAL PARTITIONS IDA IC IDA SPECIAL ACCESSORIES IOB IC RESIDENTIAL APPLIANCES 11A 11A 11A 11A 00 y8 ' i 2015-77 1G - SUBMITTALS Page 1G-5 of 5 SUBMITTALS GROUP 1 GROUP 2 Sections not listed doa ov, V, � ax not require submittals, w g -.- unless directed by F a Architect or as may be w C w w 1 w ._ required With proposed F _ M -� I.- a F-z -I ; w substi tuts ons W W z z W w w R 1.f.. J Civf ua o<n •. to vo tnta w SECTION NO. PLUMBING 5B I5B 158 1C 15B 158 MECHANICAL 5C 15C 115C 15C 1C 15C 15C ELECTRICAL 16A 16A 1C IC IC 16A 16A Lj If nn pi..pr...+�'��y,�'':i�?n ';,,uya....:a4{.u,�;�•���h "ilv,"�::C$`.�! .�. \y}`d?'°Y i Y,R' �-•`� Y ! F 3`S-}.. -+`"',E;a«-, f 4..;i't" "`gt•t��'t'k'7.'Y�''I.i C','�y+�t,...k4.t;i�A.G3:x.�,:-.,.`�' .. { 2015-77 111 - PROTECTION WORK Page 1N-1 of 1 1. GENERAL a. THIS SECTION sets forth minimum requirements for protection of materials or equipment in storage, work in progress and adjacent existing or newly placed work or finishes. b. RELATED PROVISIONS: i} General: GC 24 and IC-TEMPORARY WORK & FACILITIES. c. EACH SECTION under these Specifications shall include protection work as necessary to: 1 Protect respective work under that Section; 2 And, to maintain adjacent works and materials free from unrelated materials or damage by work operations, under the following liability: Existing or newly placed adjacent materials, finishes, surfaces, equipment or other improvements damaged shall be reaired or replaced by the responsible party; as directed by Architect; at no added cast to Owner. 2. PROTECTIO14 OF BUILDING a. MAINTAIN building locked during non-work tjmes, provide keys to Owner and others as directed. Project Inspector shall have access to project during non-work time. 3. GENERAL PROTECTION WORK a. POST warning signs when necessary to safeguard persons, equipment and freshly placed finishes. b. EXISTING or newly erected structures exposed by demolition or temporary removals shall be covered and protected at all times against entry of water into any concealed or interior spaces. c. PROTECT concrete or masonry corners, finished frames and like salient conditions with corner boards; substantially secured in place without damage to underlying surfaces. 2015-77 2R - DEMOLITION Page 2R-1 of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. i-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indivi- dually hereinafter. REFERENCE herein to an individual Div. r, H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes: 1) Demolition and removal of existing wood frame walls, concrete topping fin. floor, resilient floor tile; masonry-flue, exterior stucco, con- crete stair, glass, etc. and the other items as necessary, shown or specified; 2) Shutoff of live utilities required to be abandoned; 3 Protection of existing trees; 4 Removal from site of all materials demolished and debris caused by this work. 5) And related work: b. CONTRACTOR shall completely familiarize himself with all general and local conditions at the site and particularly those bearing on removal; handling and disposal of structures, materials and debris. c. OTHER SECTIONS include removal of concrete for plumbing,.mechanical and electrical work. 1.3 GENERAL REQUIREMENTS a. APPROVALS PRIOR TO DEMOLITION: 1) Prior to commencement of any demolition work, Contractor shall review with Architect and Project Inspector all items to be demolished. b. 1H-PROTECTION WORK c. 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 damage to adjacent areas. d. PROTECT existing trees from damage from this work. PART 2: EXECUTION 2.1 PRE-CONDITIONS a. EXA14INE SITE and structures and determine exact nature and status of structural elements and utilities prior to commacing any demolition or removals.' b. ARRANGE for proper shutoff of live services and property cut or Oorwiss seal abandoned utilities as may be necessary. ?ne£�.Asa-.,_�x�v•- � i - c o r 201547 2R - DEMOLITION Page 2R-2 of 3 2.2 DISPOSITION OF UTILITIES a. RULES and regulations governing the respective utilities shall be observed in executing all work under this heading. b. TAKE ALL NECESSARY PRECAUTIONS to protect existing utility lines which are to remain. Damage to utility lines (unless they are abandoned) shall be repaired at Contractor's expense. c. ACTIVE utilities to remain, whether or not shown on the drawings, shall be protected or relocated in accordance with written instruc- tions of the Architect. d. INACTIVE and abandoned utilities encountered shall be removed. Plug or cap as necessary. 2.3 GENERAL PROCEDURES a. MATERIALS demolished, razed or otherwise removed shall be Contractor's property and disposed of off-site, unless otherwise specified. b. BURNING or selling materials on site will not be permitted. r c. DEBRIS TRUCKS and/or containers shall be wet with water as the work progresses and as necessary to reduce dust nuisance. Adjacent public walks and streets in use shall be cleaned free from dust and debris caused by demolition work. d. TERMITE infested materials shall be placed in waste containers or trucks as removed; do not leave lying on site before disposal. e. 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. f. REMOVE all existing equipment, etc., that is not to be reused. 2.4 CLEANUP a. UPON COMPLETION of the work, remove all temporary barricades, tools, materials, apparatus and debris and leave site ready for other required work. 2.5 ALTERATIONS TO EXISTING WORK l! a. EXISTING WORK shall be cut, altered, removed or temporarily removed and replaced as necessary for the performance of the contract. However, unless otherwise provided by drawings or specifications, no structural members shall be cut or altered without writtenoftr_ ation of the Architect. ��11 �« 2015-77 2R - DEMOLITION Page 2R-3 of 3 • 2.5 b. CONCRETE OR masonry walls, floors, etc., and loose members shall be demolished in small sections, removed individually and carefully taken out, raised or lowered to prevent damage to remaining parts. Removal of stucco and concrete shall be done by saw cutting as indicated so as to reduce patching and filling to minimum. e. WORK REQUIRED to remain in place which is damaged or defaced by reason of work done under this contract shalt be restored equal to its condition at the time of the award of the contract. Discolored or unfinished surfaces exposed by removal of existing work, or work out of alignment, shall be refinished or the materials replaced as necessary to make the entire work match the existing, completely and uniformly. f 1 I t. ! S 4 } `tl L 2 L ! 7 k L k 4 i AlFps C4' ' tt� i r c 0050 �tr,+�^--'�,;�'� '�'` �t•w.,a �nvSM.s,�. a�a5:� gt.tv.€�!^,t,�, 3s�'.��. to`"`�;��`'atfz�F ��,`S.w'"�af,-ri"7',>�a "'`**a�x'.?�`v '"•"� ,�;�'�= 2015.-77 3A - CONCRETE WORK Page 3A-1 of 2 • PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to Indivi- dually hereinafter. REFERENCE herein to an individual Div. F, H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. WORK INCLUDED: Formwork; reinforcing steel; concrete work; setting items provided under other.sections; and related work. b. OTHER SECTIONS INCLUDED: Miscellaneous metal work. 1.3 GENERAL REQUIREMENTS: a. GROUP 1 SUBMITTALS: Required per IC-SUBMITTALS. • b. 1D-CODES AND STANDARDS: In addition, except as specified, concrete and related work shalt be in accordance with applicable require- ments of: 1) ACI Standards 318 and 347. 2 U.S. Dept of Interior, Concrete Manual, 1966 3 UBC Chapter 26. c. APPROVALS FOR CONCRETE WORK: Required per IE-TESTS AND INSPECTIONS and as follows: 7) Each section or area shall be inspected and approved by Architect or Project Inspector prior to commencing concrete placement. 2) Delivery certificates to project inspector: a] Provide for each delivery. b] Signed by authorized agent for concrete supplier or testing agency. c) Certificates shall indicate date, time, ingredient quantities, water added at plant and job site and mixer revolutions at start of discharge. d. PROTECTION WORK: 1H-PROTECTION WORK PART 2: PRODUCTS 2.1 PRIMARY MATERIALS: • a. FORMWORK: 1) Exposed surfaces: Douglas Fir, APA, HDO Plyform, Class 1 or 11, 5 ply, 5/8" minimum, Exterior B-B,•conforming to PSI:66. 2) Concealed surfaces: Douglas Fir, Construction grade; 1S2E, square edge, 1" nominal min., or maybe plywood as approved. 00504 2015-77 3A - CONCRETE WORK Page 3A-2 of 2 b. REINFORCING STEEL: 1) Reinforcing Bars: ASTM A615, Grade 40; except sizes smaller than No. 3 may be Plain type. 2) Tie Wire: 16 AWG or heavier, black annealed. c. CONCRETE: 3000 psi at 28 days 1 Portland Cement: ASTM C 150, type 11. 2 Aggregates: ASTM C33, clean crushed rock. 3 Water: Clean potable 4 Admixtures: Water reducing USDI Designation 41. 5 Slump: 2" for topping slab at kitchen only d. SAND: ASTM C778. e. CURING PAPER: ASTM C 171, Type 1, non-staining waterproof Kraft paper. Polyethylene not permitted. PART 3: EXECUTION 3.1 FORMWORK: Forms shall be designed to achieve profiles, details and finishes shown or specified, and of adequate strength to properly support all reinforcing, concrete and imposed loads. 3.2 REINFORCING: Reinforce as shown and in conformance to applicable codes. • Bar placement shall be approved by Architect before placing of concrete. 3.3 PREPARATION: Before placing concrete. Remove loose dirt and foreign matter from excavation before placing concrete. Thoroughly wet wood forms prior to placing. 3.4 PLACING: Once started, continue placing operations until entire section or panel is complete. Provide expansion and control joints. 3.5 FINISHING UNFORMED SURFACES: a. THOROUGHLY CONSOLIDATE all areas; strike off surplus using straight edges worked along screeds in sawing motion. b. STEEL TROWEL finish for interior surfaces heavy broom finish for exteriors. 3.6 EXPANSION JOINTS: a. PROVIDE EXPANSION joints as shown on drawings: 3.7 CURING: Apply paper curing sheet when finishing work is completed, keep foot traffic off concrete until set. 00505 i mono 2015-77 5A - STEEL WORK Page SA-I of 2 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. i-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indi- vidually hereinafter. Reference herein to an individual Div. F, Div. H or Div, 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes metal handrail, counter brackets, shop priming and galvanizing for steel and related work. b. OTHER SECTIONS include: I) Reinforcing steel per Division 6. 2 Field painting and second prime coat painting for certain metal members per PAINTING Section, Div. 9. 3) Metal items particularly included under Divisions 6-16. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: Refer to 1G-SUBMITTALS. b. STANDARDS: in addition to requirements of 18-MATERIALS AND STANDARDS conform to requirements of the following as applicable to the work and materials required. 1) AWS D1,0-63 Standard Code for Arc and Gas Welding in Building Construction. PART 2: PRODUCTS 2.1 GENERAL a. 18-MATERIALS 2.2 PRIMARY MATERIALS a. MILD STEEL: ASTMA A283 or better. b, STEEL PIPE: ASTMA A53, grade B, schedule 40 4 405(16: a�r` 2015-77 5A - STEEL WORK Page 5A-2 of 2 2.2 c. GALVANIZING: ASTMA A 123, A 153, A 385 or A 386; method and class as applicable to type of work required for items shown or specifi including related fastenings. ed, d. WELDING ELECTRODES: AWS Standards; as applicable. e. ANCHORS for securing work to hardened concrete or masonry; Standard bolts or Cinch Anchor units set into drilled holes, or other devices of equivalent structural values. Types, sizes and locations not shown shall be approved by Architect before setting. f. HANDRAIL BRACKET: Quality No. 900, cast aluminum with No. 960 Backplate. PART 31 EXECUTION 3.1 PRE-CONDITIONS a. PRIOR TO STARTING WORK: 1) IA-GENERAL REQUIREMENTS 2 Check approved shop drawings, verify dimensions at fob site. 3 Comply with layouts for other work, fabricate members or assemblies as required; ' Phillips Redhead anchors or similar devices achieving equivalent • structural values. 4) Galvanize after fabrication items exposed to exterior. 3.2 COMPLETION a. 1J-COMPLETION OF WORK and as follows: b. WHEN COMPLETE: 1) Steel work shall be straight, true to line, smooth, securely anchored and free from twists and bends; or other irregularities. 2) Steel work found not in compliance shall be repaired or replaced as directed by Architect, at no added cost to Owner. x'` fx�F 2015-77 6A - CARPENTRY Page 6A-1 of 5 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indivi- dually hereinafter. Reference herein to an individual Div. F, H or Div. 1 Section is given by mere number and title; and provisions immedi- ately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes: (1} Rough and finish carpentry necessary to complete the work required. 2 Installation of materials as specified and furnished under: a 6B-MILLWORK b 8A-WOOD DOORS c 88-FINISH HARDWARE (3) Providing new openings b. OTHER SECTIONS include demolition of wood frame wails, cutting and patching for mechanical, plumbing and electrical work. Examine all drawings and specifications to determine exact extent of work required under this Section. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: Refer to 1G-SUBMITTALS. b. DETAILS OF THE WORK shall be subject to review and approval by Architect prior to milting, cutting or.ereetion. c. CARPENTRY shall be done by competent workmen experienced in work of the types specified or required. All work shall be cleted in accor- .dance with best standards of practice for carpentry work. When complete, exposed surfaces shall be free from dents and tool marks, unsanded rough or torn faces and comers, and other defects. d. FURNISH all metal hangers, nails, screws, adhesives and other Installa- tion accessories necessary for proper erection and completion of car- pentry work. e. VERIFY all conditions at project site affecting the work; work to field dimensions as required. Coordinate carpentry with rough-ins and installa- tions under other sections. f. PROTECT-materials against damage by handling, weather or other c causes. 2015-77 6A - CARPENTRY Page 6A-2 of 5 1.4 QUALITY STANDARDS GOVERNING WORK UNDER DIVISION 6 WCLIB West Coast Lumber Inspection Bureau, Standard Grading and Dressing Rules No. 16, as amended. CRA California Redwood Association, Standard Spec. for Grades of Redwood, 1970, incl, supplements. APA American Plywood Association, Published Standards, incl PSI-66. WIC Woodwork Institute of California, Manual of Millwork, 1969, incl. Technical Bulletins and Supplements No. 1 and 2. PART 2: PRODUCTS AND OTHER PROVISIONS 2.1 GENERAL REQUIREMENTS FOR FASTENINGS a. GENERAL: (1) Fastenings shall be of adequate size, spacing and number to resist design loads under intended use, and types shall be appropriate for the materials or conditions for which used. (2) Include washers, pre-drilling, etc. required for proper installation. 3 For exterior work, fastenings shall be hot-dip galvanized, or non- ferrous. (4) For connections between ferrous and non-ferrous metals, use Type 18-8 stainless steel fastenings. b. NAILS AND NAILING not otherwise shown or specified: (1) Comply with requirements of governing Building Code. 2 For securing sheet metal or other thin materials to hardened con- crete. DHD Hammer Drive anchors. (3) For framing and general woodwork: Common wire nails for concealed work; finish nails for exposed work. c. BOLTS: (1) ASTM A 307, Grade A, Standard semi-finished machine bolts as shown or required; with malleable iron washers where bearing on wood. (2) Bolt Holes: In steel, bolt size plus 1/16"; in wood, bolt size plus 1/32". (3) Retighten nuts prior to closing in the work. 4) Bolts in Concrete or Masonry: Set using Cinch Anchors, two units, min., or other type with equivalent values. d. POWDER-ACTUATED FASTENINGS: Use only as approved in writing by Architect. Operators qualified per Calif. Div. of Industrial Safety. • e. SCREWS OR OTHER FASTENINGS: Provide as noted or required; with approved inserts where set in to concrete. 00509,1 . n—i ,.�'��.♦m,.i?..n w.>k,*wY'Y i�.3�n' . .Z'�` -� � �'''.b,��' x�5 v..� a5" .v^`} _ .. 2015-77 6A - CARPENTRY Page 6A-3 of 5 2.2 GENERAL REQUIREMENTS FOR WOOD FRAMING a. REFER to drawings for layouts, notes and details; provide framing as required; comply with governing building code requirements. b. CAREFULLY LAY OUT, CUT, FIT AND ERECT all framing, sheathing, bridging, blocking and other items. Size lumber and provide framing to achieve true alignments at surfaces receiving finish materials. Assemble members to minimize affects of shrinkage. c. FRAMING - GENERAL: j1 Maximum spacing of repeating members: 16" unless otherwise shown. 2; NOT USED. (3) Studs and Posts: Cut ends square and to uniform lengths. Erect plumb. 4 Sill Plates: Single, secured as shown. 5 Top Plates: Double, set singly, overlapped at joints and corners. 6 Plumb and level all members and secure as shown or required. . 7 Holes or notches in ,joists or studs shalt be only as approved. 8 Provide furred spaces necestary to conceal pipe, conduit or ducts. 9 Fireblock stud and furred spaces per code. (10 Provide blocking, grounds, naiters, etc. as shown or required to secure work or fixtures attached to or supported by wood construc- tion; and for backing behind all joints, ends and where necessary to properly install finish materials. (11) Provide framing for recessed items, access panels and like items; and as necessary,for passage of ductwork, etc. required for work under other Sections. (12) Provide solid blocking for all toilet accessories, grab bars, door stops, toilet partitions, etc. 2,3 LUMBER AND PLYWOOD a. LUMBER AND PLYWOOD graded and grademarked per Quality Standards specified. b. LUMBER: III Size per industry standards for nominal sizes shown; S4S. 2 Members 4" and wider:_ FOHC (Free of Heart Center). 3 Moisture content of framing: 19% average, 25% maximum when installed, 4 Moisture content of finish: 12% maximum. 5 Sills on Concrete Redwood, Foundation grade, CRA Para. 316. (6) Framing: D. F. Construction grade. c. PLYWOOD: (7) All pieces grade marked, 48" x 96" minimum sheet size 2 Sheathing: D.F., APA exterior grade, 5 ply, 1/2", C-D. .� OU510 2015-77 6A - CARPENTRY Page 6A-4 of 5 2.4. FRAMING ACCESSORIES AND CONNECTIONS a. FURNISH AND INSTALL factory prefabricated framing accessories in types indicated; Simpson, Universal, or equal, as approved. Items lighter than 30 gauge hot-dip galvanized; others prime painted. b. INSTALL shop fabricated connections per approved shop drawings. c. FURNISH and INSTALL other metal connections, bolts, fastenings, nails and framing specialties as may be shown or required. 2.5 NOT USED. 2.6 MILLWORK INSTALL items to approved details or as shown. Standing trim in single pieces; running trim with least joints practical. Provide, arrange and install trim as necessary for thoroughly complete and consistent work throughout. Miter trim at corner returns. 2.7 FRAMES AND DOORS a. RECEIVE doors and immediately store inside fully enclosed spaces; stored flat and blocked above floor 3-1/2" min. b. ERECT frames square, plumb and level; shim off floor where required and adjust where necessary; secure to supporting framing. Hang doors plumb and true and with not more than 1/8' clearance between door edges and, rabbet surfaces of the frame. Upon completion of the work, all doors shall operate, close, latch and open smoothly and freely. 2.8 FINISH HARDWARE a. STORE hardware in enclosed, locked space. Do not install until opera- tions causing excessive dampness have been completed. b. SET hinge leaves or other recessed items flush and uniformly aligned. c. SET screws perpendicular for full bearing on heads; turn into place. d. CENTER door knobs and panic bars 36 inches above finish floor; push/pull bars and plates 42 inches above finish floor; unless otherwise shown. e. ADJUST closers and other working items for proper operation. f REMOVE all Finish Hardware before painting doors Reinstall upon com- pletion of project IPP" h ;'s�'ti�" 3: r n�„�.., ,. $ r+- ,.�.r•>�,M' .r.-F+,�+6n4 ', ,c.. i 6A - CARPENTR 5 Page 6A-5 of 2015-71 114" thi�k �uess ASBESTOS PANELS equal of FINISHED Per+natone, o the Architec side • 2 g PAE- i d �ohns-Manville selected by Color on one a• Glaswise satandard Palette{e of the building• otherw facture s steed for the with crossed board guars PAPER a Label asphalt t laminated, 2 10 BUI1 DING Oran9 a TYPE: Sisalfibers embadded in at window and door frames' reinforcing LOCATION: Flashing r thick• b• ASTM C22O-75; 1/4 CEMENT ASBESTOS BOARD or equal; 2 11 J-M Flexboard TYPe F; a. TVPE At ends of cabinets at range hood. b. LOCATION CABINET General Fire Extau9e,Steel EX Nose Co. No. 4,06;Genet; with 20 9 2.12 FIRE egtinguisber a. TVPE'. Standard al;reteellock. or PPrpyed le BG; key Company #ABC-10 box; door sty d fire Nose • b. FIS EXTINGUISHER Standar 00512 t " �L7 r �t .x e 2015-77 6B - MILLWORK Page 6B-1 of 2 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indivi- dually hereinafter. Reference herein to an individual Div. F. H or Div. 1 Section is given by mere number and title; and provisions immedi- ately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes shop fabricated millwork, delivered to Job site for installation under 6A-CARPENTRY, including Wood Trim and related work. b. OTHER SECTIONS include framing lumber and plywood; cabinetwork; and wood doors. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: Refer to 1G-SUBMITTALS. b. QUALITY STANDARDS: As specified under 6A-CARPENTRY. PART 2: PRODUCTS 2.1 GENERAL a. SIZES, details and arrangements shall be based on the work shown or specified and fabricated as approved. b. RUNNING TRIM in long lengths and in sufficient quantity for installa- tion minimum of intermediate Joints. c. SOLID STOCK shall be kiln dried. d. SAW KERF back of all frames, trim and facia 1-1/2" thick or greater or 6" or wider, at not over 1-1/2" on center, when installed on wood framing. 2.2 INTERIOR TRIM a. Douglas Fir, Interior-Custom Grade per WIC Section 10, for stain finish. OR sw;'?":c«Sa+-° ';i��v�*.�"'�t. .. �r..s�,';��..i�,,�ti. �+,e as'�.li.?�`?, +�; �x,sA C,�„�'±"'i�"?kz ta's'a•:-`:.�'�'�'�'�� '`� "ic^s'�)`�.4q,a.��;.2:� i li 6B - MILLWORK 2015-77 Page 6B-2 of 2 2.3 EXTERIOR TRIM a. finist t REDWOOD, Interior nGrade shape and Section 7' for transparent 2.4 ' WOOD SASH a. Ponderosa Pine, exterior Custom Grade per WIC Section 21, for opaque finish. 2.5 EXTERIOR FRAMES a. JAMBS: Douglas Fir, Exterior Custom Grade per WIC Section 9, for opaque finish. b. WINDOW SILL: Redwood Exterior Custom Grade per WIC Section 9, for opaque finish. 2.6 INTERIOR FRAMES a. DOUGLAS FIR, Interior Custom Grade per WIC Section 12, for trans- parent finish. �a i 4�i�;y3 `� VQ 'N ON 00.�i14 2015-77 6C - CABINETWORK Page 6C-1 of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. Reference herein to an individual Div.F , H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes mill made, shop finished, job installed cabinetwork; and related work. b. OTHER SECTIONS include wood framing; millwork; field painting; and plumbing and electrical,work. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: Refer to 1G-SUBMITTALS. B. QUALITY STANDARDS: As specified under 6A-CARPENTRY. PART 2: PRODUCTS 2.1 GENERAL a. SIZES, details and arrangements shall be based on the work shown or specified and fabricated as approved. Work shall be designed and arranged for concealed fastenings where practicable. b. PROTECT MATERIALS against damage. c. VERIFY at project site all conditions which may affect the work; work to field dimensions as required. Coordinate sizes and dimensions with adjacent items set by others. d. IN ADDITION to major parts snown or described, include all matching miscellaneous or accessory parts necessary for complete, first quality installations as intended under these specifications. 2.2 CABINETWORK MATERIALS a. PLYWOODS - per WIC Sections 5 and 6: �i) Exposed at Cabinets: Birch, unselect grade. 2) Semi-exposed at Cabinets and Open Shelving: Birch, unselect. 00515 2015-77 6C - CABINETWORK Page 6C-2 of 3 2.2 b. SOLID STOCK - per WIC Sections 3 and 4: (i} Exposed, semi-exposed and edge banding: Match plywood species. 2 Concealed: Sound, dry lumber as required. c. LAMINATED PLASTIC: NEMA Standard LD 1-1964, as required as follows: (1} Self-edge Counter tops and Splash: Type 1, Class 1, 1116". 2 Balancing Sheet: Backing sheet grade, 0.020". 3 Colors as selected from manufacturer's full range of colors and patterns. (4) Adhesives as recommended by plastic manufacturer as best for the uses. d. ADHESIVES: Waterproof types throughout. e. HARDWARE: (1) US 10 finish where exposed; standard catalog types elsewhere; with matching fastenings. 2 Shelf Standards: K & V No. 255, or equal; four per tier. 3 Shelf Brackets: K b V No. 256, or equal; four per shelf. 4 Hinges: Stanley 1584, or equal; one pair per door. 5 Pulls: Stanley 4485, Die Cast; one each door and drawer. 6 Guides: K & V No.,1315, or equal; one set each drawer. 7 Catches: Stanley CD35, or equal; one each door. 8 Locks: Sargent 1654 9 Catches @ pairs of locked doors: BBW 218 f. AND OTHER MATERIALS and accessories to complete the work. 2.3 CABINETWORK CONSTRUCTION a. CABINETS flush design and in arrangements shown. b. WIC SECTION 14, Conventional Construction, Custom grade, except as shown or specified. Include hardwarefor cabinets as scheduled. c. CABINET DOORS: Type 7 per WIC Section 14, or similar as approved. d. BASE CABINET TOPS removable; secure to sub-frames on underside. e. EDGE BAND PLYWOOD EDGES not otherwise faced, trimmed or edged, except drawer edges. Edge band shelves. one long side; band ends open to view. f. PLYWOOD GRAINS vertical at vertical surfaces; in single lengths. ' g. FILL VOIDS in plywood or particle board at edges,doors and drawers, 00516 2015-77 6C - CABINETWORK Page 6C-3 of 3 2.4 LAMINATED PLASTIC a. WIC SECTION 16, Custom grade; plywood or particle board backing. b. OUTSIDE CORNERS self-edged throughout, without metal trim; over- lapped and beveled; unless otherwise shown. c. INSIDE CORNERS coved.g d. related detailll s, includingo ndsswhereaopenback to view., facing and 2.5 INSTALLATION a. WIC BULLETIN 410; with all required connections and anchoring devices to secure cabinetwork to supporting structures, in sizes and quantities necessary to prevent displacement or overturning. b. INSTALL AND ADJUST for proper operation all cabinetwork hardware. c. CLEAN all surfaces and interiors free from dust, shavings, dirt and leave clean and free from scratches, dents, adhesives, or other defects. • r ;ez�.�, � ,sV'x a ' y�s-::� �S`' s•r._t lu� ,¢ .�, x� �„,r .r :.y s�+. * . . * 0 . 17 i ,;;,3c ;i""�.' `',irc'.s'2.g.�;' r, �?`sca} ' {y !''. ,,;:`..€-�.''x.GSz, ...`"�• I 2015-77 7A - BUILT-UP ROOFING Page 7A-1 of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. REFERENCE herein to an individual Div. F or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes built-up roofing and waterproofing assemblies; patching existing roof; locations and to extent shown or specified; and related work. b. OTHER SECTIONS include supporting construction and backup surfaces; finishes applied over built-up roofing and waterproofing; and clamping rings, flashing collars and items related to piping and other penetrations. c. QUALIFICATIONS: Work herein shalt be performed only by workmen . trained and experienced in work of the types required, except see Bidder's Information and Instructions, Paragraph 20, Hometown Plan. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per 1C-SUBMITTALS. b. GROUP 2 SUBMITTALS: i) S ecial Guarantee shall warranty roofing work as follows: a Against failure of materials or defective workmanship. b Against entry of water into or through the concealed or interior spaces of the structure of its parts due to said defects or failures; c] Duration shall be two years from commencement date specified. PART 2: PRODUCTS a. GENERAL: 1B-MATERIALS and as follows: 1) Substitutions proposed for alternative or different types of materials or assemblies shalt be reviewed with and approved by Architect prior to submitting proposals. b. FELTS: 1) Waterproofing Felts: J-M 15 Asbestos waterproofing type 2 Roofing Felts: ASTM D250, 15 lb. asbestos type • 3 Base Sheet: J-M Centurion, 25 lb, asbestos type c. SHEATHING PAPER: Rosin sized, 5 lbs. per 100 sq, ft. 00518 t 2015-77 7A - BUILT-UP ROOFING Page 7A-2 of 3 d. ASPHALT: ASTM D 312; Type III e. PRIMER: ASTM 0 41. f. PLASTIC CEMENT: F.S. SS-C-153, Type I; for general sealing and cementing at asphaltic construction. g. ALUMINUM ROOF COATING: J-M fibrated aluminum roof coating h. PROTECTION BOARD: Standard rigid insulation board as approved by assembly manufacturer 17/16" thick, asphalt impregnated. I. CANT: Wood fiber board cant 3" x 3" x 410. 2.2 ASSEMBLY REQUIREMENTS a. BASIC ASSEMBLIES: 10-CODES & STANDARDS and as follows: 1) Manufacturer's standard asbestos felt type; Johns-Manville Corp. as specified - referred to herein by J-M Spec. No.; Pioneer Flint- kote; or equal; except as specified. 2) Material or specification numbers or descriptions used herein desig- nate the type, grade and quality required. 3) Assemblies required shall conform to manufacturer's published speci- fications, except as specified or required by manufacturer to suit con- ditions encountered; shall include all subsidiary sealing and flashing materials; and shall consist of components produced or approved by the • manufacturer of the basic assemblies approved for the work. 2.3 WATERPROOFING ASSEMBLY a. MEMBRANE: 11 J-M Spec. No. WP-1, except as specified. 2 Summary per 100 square feet: Felts: 3 layers 45 lbs. Asphalt: 2 coats between Felts 40 lbs. 1 coat over Felts 20 lbs. Total not less than: 105 lbs. b. EXTENT: 1) On existing wall as shown on drawings. •2.4 ROOFING AND FLASHING ASSEMBLY a. SMOOTH SURFACED 1) Built up assembly over plywood decks sloping 1/2 - 6V to 12Y 2) J-M Spec. No. 100 except as specified. 3) SUMMARY per 100 square feet. Sheathing Paper: 1 layer 5 lbs. • 1 layer base 25 lbs. 3 layers finishing 45 lbs... Asphalts 69 lbs. Surfacing 1-1/4 gal. Total not less than — -T sem. 0 0519 a-9tir,' t.•':yr'....�ya..�sc�"R-'a* s Tin,.; .atf rte,aa; y�Y.�..� *�.�t^c>" ^'�''a'a, v ati.t^.i.yu1 €£ n-S,- .a ,z�'ttr',YtF.r ,*3:a= .,"I .i...x .:,4-^;^'. 2015-77 7A - BUILT-UP ROOFING Page 7A-3 of 3 b. EXTENT: 1) On roof at new kitchen c. BASE FLASHING For location with or without metal counterflashing 2 Assemblies: J-M Spec. FE-20 PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to Starting Work: a. 1A-GENERAL REQUIREMENTS and 1F-GENERAL TECHNICAL PROVISIONS. b. INSPECT SUBFLOOR surfaces and details; report improper conditions; do not proceed until corrections have been made. c. PREPARATION: Broom clean surfaces as necessary. 2 Prime surfaces or provide sheathing paper, as applicable, per manufacturer's instructions. 3.2 INSTALLATION a. INSTALL ALL built-up roofing and waterproofing in strict accord- ance with :he manufacturer's current installation instructions, and all pertinent codes and regulations. b. PATCH EXISTING roof as required where existing masonry flue is r moved. c. FIRST PLY of waterproof membrane, nail @ 9" o.c. both directions. 3.3 COMPLETION a. }J-COMPLETION OF WORK and as follows: Remove unwanted debris and wrappings. 2 Install protection materials per manufacturer's specifications. b. WHEN COMPLETE, all layers of waterproofing shall be smooth, level and free from bulges, wrinkles, tears, unsealed edges and other irregularities. 7 r 00520 ✓ 4 +Y i I 2015-77 7B - SHEET METAL Page 7B-1 of 2 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. Reference herein to an individual Div. H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes general sheet metal and related work. b. OTHER SECTIONS include metal connectors. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: Refer to iG-SUBMITTALS. b. PROTECTION WORK: IA-GENERAL REQUIREMENTS: PART 2: PRODUCTS 2.1 GENERAL: 18-MATERIALS 2.2 PRIMARY MATERIALS a. SHEET METAL, referred to as SM: Galvanized steel or iron shalt be a standard brand of open hearth copper bearing steel or equal; for work not otherwise shown or specified. b. SOLDER: ASTM B 32, Type 50-50, c. NAILS: Barbed or spiral shank. galvanized or rust-resistant, 11 gauge minimum. d. REGLETS: Fry Reglet Corp., Surface Reglet; or equal; . with factory fabricated inside and outside corner units for all returns. e. PRETREATMENT: Yosemite Chemical Co. Galvinprime, (Dist: Fuller- O'Brien Corp.) for all galvanized surfaces prior to prime painting. f. PRIME PAINT: Fuller-O'Brien No. 7747 zinc-dust zinc-oxide primer; for all galvanized surfaces after fabrication and pretreatment, before delivery to job site. g. BUILDING PAPER: F.S. UU-B-790a, Type 1. Grade A, B and C. h. SHEET LEADF.S.'QQ-L-201,, grade B, minimum weight 2 lbd., per sqft. sn t d wr3,t i"a�n.;i;....�}g: vy: .�' s a"r" � .axk_k�..?.,��acs� :sa,:t',rY ��` ivtit E,•....A:xt 4� R�� 'f� �l�;r�: � 2015-77 78 - SHEET METAL Page 7B-2 of 2 PART 3: EXECUTION 3.1 PRE-CONDITIONS - PRIOR TO STARTING WORK a. IA-GENERAL REQUIREMENTS b. COMPLY with layouts for other work; incorporate adjustments as necessary; correlate installations as necessary. 3.2 FABRICATION a. SHEET METAL work shall conform to requirements of Sheet Metal and Air Conditioning Contractors Assoc., Inc., ARCHITECTURAL SHEET METAL STANDARDS, Jan. 1970 - as applicable to details and conditions shown or encountered. b. PROFILES, SHAPES AND SIZES as shown; coordinate fabrication with adjacent construction as necessary to properly fit, support and secure the work. c. PROVIDE all straps, screws, rivets, soldering and other work necessary to complete and secure the work. d. EXPANSION JOINTS and points of metal sections shall be butt type with backup sleeve, unless otherwise shown, sealed with sealing tape and exposed ,joint caulked with sealant. e. FEBRICATE sheet metal and provide necessary accessories to achieve watertight work for conditions shown or encountered and provide: 1) Expansion-contraction joints for exterior running members; allow for expansion in runs over 8 feet. 2} Fabricate watertight corner or return units in profiles or sections to match running units. 3) Clips, clip angles, sleeves, straps, fastenings and other items sham or required to install and secure the work. 3.3 COMPLETION a. i-H COMPLETION OF WORK and as follows: 1) Remove unwanted debris resulting from this work; clean up work areas as work progresses. I b. WHEN COMPLETE: 1) Thoroughly clean exposed surfaces free from flux and unnecessary solder; and neutralize flux as recommended by manufacturer. 2) Wash exposed surfaces clean, wipe dry and leave in natural condition. Oils or other coatings or treatments will not be required. 3.4 SHEET METAL work includes, but not necessarily limited to: a. WALL FLASHING, counterflashing cap flashing exterior attic louvred, roof attic ventilator, and sim{1ar items shown sheet metal. * * *« # 00522 2015_77 7C - SHEET METAL SPECIALTIES Page 7C-1 of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H=SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indi- vidually hereinafter. REFERENCE herein to an individual Div. F & H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent speci- fied. 1.2 SCOPE a. THIS SECTION includes: 1) Furnishing and installing stainless steel countertop sinks and backspiash; splash at range hood; stainless steel on cabinet ends. b. OTHER SECTIONS include: sheet metal work included under Section 78; Cabinetwork; range hood; cement asbestos backing at cabinet ends; sink installed in laminated plastic countertops. c. QUALIFICATIONS: Work herein shall be fabricated and installed by personnel trained and experienced in the respective types of work required and who are in the employ of a company which has been regularly performing this type of work for not less than three years. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per 1G-SUBMITTALS. b. GROUP 2 SUBMITTALS: Required per 1G-SUBMITTALS. c. 1 H-PROTECTION WORK and as follows: 1) Protect adjacent construction and fixtures as necessary. PART 2: PRODUCTS 2.1 GENERAL: 16 MATERIALS a. SHEET METAL: Stainless steel, ASTM A167-74, Type 304, 14 gauge minimum b. SOUND DAMPENING COMPOUND: High polymer visco-elastic conforming to a dampening factor of 0.32 + 0.4 minimum over audible frequency range. c. WELDING ROD: Stainless steel per American Welding Society specifi- cations. kvx a,.awu, �#�fi',:;'„3:'.,a:�,. .ynvy.,.�sx:4-sn k s.�c.;:>s�'S�,+ryk`#+.w+i'&.,r vmy, �'^�ea^d,.xx,xa �..,e�k +.�"`s i;.''.e3,�•„•u.,-,;�'-. ::�::s i 2015-77 7C - SHEET METAL SPECIALTIES Page 7C-2 of 3 d. SINKS: Zeigler-Harris Corp., or equal; 22" x 16" x'12" deep, stainless steel, type 304, 14 gauge, complete with tailpiece and strainer. PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to starting work: a. IA-GENERAL REQUIREMENTS b. COMPLY WITH layouts for other work; incorporate adjustments neces- sary; correlate installations as required. c. ALL WORK shall conform to National Sanitary Foundation (NSF) standards. 3.2 FABRICATION a. PREPARATION: 1) Verify clearances and controlling dimensions of cabinetwork and equipment to be installed in or adjacent to counter. 2) Incorporate controlling dimensions and clearances into shop drawings before fabrication. b. WELDING: 1) Use electric arc method for smooth, nonporous bead. free of pits and fractures. 21 Neither tinning of welds nor soldering of joints will be permitted. 3 Remove burrs, flux, welding oxide, air spats and discoloration from exposed surfaces. c. APPLICATION OF Sound-Dampening Compound: Trowel or spray to hydro- dynamically smooth surface on undersides of concealed portions of sinks, drainboards and backsplashes, d. ORAINBOARDS AND SINKS: 1) Drainboard and sink are of same material, fabricate sink integral with drainboard. 2) Maintain working front at one elevation, but slope drainboard deck. e. SPLASH AND At Ends of Cabinet: I) Co-ordinate with installation of range hood. 2 Install over cement asbestos board on end of cabinets. f. FINISHES: No. 4 Finish 3.4 COMPLETION a. iJ-COMPLETION OF WORK and as follows: 1) Remove unwanted debris resulting from this work; clean up work areas; as the work progresses. 00524 { f 2015-77 7C - SHEET METAL SPECIALTIES Page 7C-3 of 3 b. WHEN COMPLETE: 1) Thoroughly clean exposed surfaces free from flux and unnecessary solder; and neutralize flux as recommended by manufacturer.- 2) Wash exposed surfaces clean, wipe dry and leave in natural condi tion. Oils or other coatings or treatments will not be required. AV }}, f I -x 4wv itf }}t "i Y ! %r 'r•A • �t � ."o-gi��"`�' �s � ��� "4th �'4��e�"{-' �'�}Y'at -�din• �; '�+d`t 4 } + a ai- AY �W, k i t i.a 3 2 r r y 4 it 4N4' 3* k" 4'" §8 'i'�'d� kg. "'r' 1 `Y'�` ''y.', y "V, S t �� . 'wwth Jk 7.k*`i�tr'i Y'!. 7 4 a s�S. 8i"fi�t h+ai y ' 't T �3ar t1 + i 2015-77 70 - CAULKING AND SEALANTS Page 7D-1 of 2 PART is GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. Reference herein to an individual Div. F or Div. 1 section is given by mere number and title; and provisions immediately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes general exterior and interior caulking and sealant work required throughout project as shown or specified. b. OTHER SECTIONS include sealing at asphaltic roof construction and sealing of work under Divisions 15 and 16. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: Refer to %-SUBMITTALS. b. PROTECTION WORK: IA-GENERAL REQUIREMENTS. PART 2: PRODUCTS 2.1 GENERAL a. 18-MATERIALS and as follows: Substitutions proposed for caulking and sealant materials shall be reviewed with and approved by Architect prior to submitting proposal. 2.2 PRIMARY PRODUCTS a. SEALANT: One part polysulphide polymer based factory prepared compounds conforming to F.S. TT-S-00230b; Products Research Corp. 5000 series; Gibson-Nomans; or equal. b. CAULKING: One part polysulphide polymer base factory prepared compound conforming to F.S. TT-S-230 c (1); Products Research Corp. 7000 series; t DAP Inc; or equal. c. BACKING FILLER: As manufactured or approved by caulking and sealant manu- facturers. d. PRIMERS, THINNERS AND CLEANERS: As made or approved by sealant manufacturer. • e. COLORS: For.exposed materials - white 00526 2015-77 7D - CAULKING AND SEALANTS Page 7D-2 of 2 • 2.3 LOCATIONS FOR MATERIALS a. SEALANTS: (1) Joints directly exposed.to exterior and interior, including Joints whether noted sealant, caulking, mastic or otherwise, and as may occur in the work. (2) Exterior Joints protected by trim or other covering,• except paint, may be sealed using either sealant or caulking. b. SEALANT TAPE: Joints between materials mechanically fastened and exerting continuous compression on sealant. c. CAULKING: Interior concealed Joints, whether noted caulking or mastic, and as may occur in the work. PART 3: EXECUTION 3.1 INSTALLATION a. USE AND INSTALL per manufacturer's instructions to achieve effective adhesion and secure the work against penetration by water. • b. 'ACCURATELY APPLY in one continuous operation, to full depths and widths of Joints or pockets. Exposed surfaces shall have a thoroughly neat appearance when complete. c. JOINT WIDTHS as shown or 1/4" min. Joint depth not less than Joint width or 1/2" min. Provide backing fillers where necessary or fill Joints full depth. d. BACKING FILLER MATERIALS shall be compatible; type and size as approved by manufacturer. Install in continuous strips by forcing straight into the Joint to the required depth; do not stretch when placing. e. CLEAN POCKETS free from dirt, etc. before applying materials, f. SEALANT WORK shall precede caulking, asphaltic work or painting. g. CAULKING WORK shall precede finish painting. h. CLEAN adjacent surfaces free from caulking and sealant smears. 3.2 COMPLETION a. 1D-COMPLETION OF WORK and as follows: 2MRemoveunwanted debris resulting from this work. Clean adjacent surfaces free from smears, etc, as the work progresses--all per approved procedures. b. WHEN COMPLETE, caulking and sealant shall have full and complete adhesion with contact surfaces; and shall have a thoroughly neat, extruded appear- ance to shape and sight lines required. 0052'7 we3.,-+t�iifi�.::.nxi; -"aa�s�t:a_ f i atm• s ,, }''`c z f1P,d..4.� -•1iY*acs.. .��*. `i$c ...,r..;�du'-�kY 2015-77 7E - BUILDING INSULATION Page 7E-1 of 2 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. REFERENCE herein to an individual Div.F or Div. i Section is given by mere number and title; and provisions immediately following such refer- ence supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes furnishing and installing 'thermal and noise barrier insulation for locations shown, and related work. b. OTHER SECTIONS include insulation for mechanical work; and construction supporting building insulation. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per lG-SUBMITTALS. b. •CORRELATE installations with work under other Sections; and provide at times required. PART 2: PRODUCTS 2.1 GENERAL: 1B-MATERIALS 2.2 THERMAL INSULATION: Owens-Corning Fiberglas Corp. Foil faced Batts; or equal, having a thermal resistance "R" valve of R=19 for insulation only. 2.3 NOISE BARRIER INSULATION: Owens-Corning Fiberglas Corp. Noise Barrier Batts; or equal; 2" nominal, 2-1/2" installed thickness; in widths for friction-fit between stud spacing required; lengths Ion est available for installation without intermediate joints where possible or to minimize intermediate joints. 4 00528 I 2015-77 7E - BUILDING INSULATION Page 7E-2 of 2 • PART 3: EXECUTION 3.1 PRIOR TO starting work; refer to 1A-GENERAL REQUIREMENTS and IE-GENERAL CONTRACTOR. - 3.2 INSTALLATION a. GENERAL: Except as otherwise specifically directed by Architect, install all building insulation in accordance with the current edi- tion of the Owens/Corning Fiberglas publication 3-BL-4992 "Fiberglas Building Insulation Application Instructions." b. AT CEILINGS: Install the specified batts from the underside of the ceiling Joist, stapling all batts firmly into position; all joints and ends fully abutting for tight fit. c. NOISE BARRIER INSULATION: Install full height and full extent of partitions where shown; all joints and ends fully abutting for complete closure. Cut around all boxes and penetrations; pack odd voids with extra material as necessary. flu �,✓t��'s� `€ ,1�ca �. �a5,�y�"t�`�, "' "°3°e 34.' .' '<.. ,i N'r.t 'a 5..� Ut d * * * * * Uuk 46 2015-77 8A - WOOD DOORS Page 8A-1 of 2 PART is GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. I-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. Reference herein to an individual Div. F, H or Div. 1 section is given by mere number and title; and provi- sions immediately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes flush panel wood doors, delivered to Job site for installation under CARPENTRY Section, Div. 6; and related work. b. OTHER SECTIONS include wood frames; for wood doors; and finish painting. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS - in addition to requirements of 1G-SUBMITTALS: Special Guarantee required shall be manufacturer's standard guarantee applicable to door qualities specifed and installation conditions. PART 2: PRODUCTS 2.1 GENERAL a. 16-MATERIALS AND STANDARDS i WIC Grade stamp wood doors. 2 Construction shall conform to manufacturer's published standard specifications and details, except as specified. All wood materials incorporated in doors shall be first quality, seasoned and kiln dried. 2.2 WOOD ODORS a. TYPE: Flush panel veneer; Weldwood Standard Door; Weyerhauser; or approved equal. b. VENEER: Birch, unselect grade. . c. CORE: Solid core as noted on drawings. d. GLUES: Waterproof type throughout. e. FINISH: Job finished. L a0Wa 2015-77 8A - WOOD DOORS Page 8A-2 of 2 2.3 EXTERIOR a. TYPE: Hollywood with extruded aluminum double hung window in half light solid core wood door, unselect birch; Lexan lights, 1/4" thick. 2.4 CONSTRUCTION a. DOOR THICKNESSES as scheduled. b. SIZE EACH door for opening dimensions shown and for not more than 1/8" clearance between frame and door when installed. c. AT SILLS with thresholds, undercut door equal to threshold height plus 1/211; allow for sill seal where scheduled. d. CONTRACTOR'S OPTION: Doors may be factory sized to suit respective openings and factory prepared for respective hardware. e. PROTECT DOORS against damage until properly stored at site. f. DOOR LOUVERS: 1) Type: Factory prepared, inverted Vee blade metal units in sizes shown; Anemostat Controlaire Co. No. CHDL-2F; or equal. 2) Spray painted in color as selected, spray-paint off premises. 3 Standard fastenings. g. GLAZING: Provide glass lights in doors as shown on drawings w/clear 1/4" plate glass. PART 3: EXECUTION 3.1 INSTALLATION Required under other sections. r 00531: 2015-77 88 - FINISH HARDWARE Page 88-1 of 4 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. Reference herein to an individual Div. F, H or Div. i section is given by mere number and title; and provisions immediately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes finish hardware, delivered to job site and other locations as required for installation as included under 6A-CARPENTRY and other Sections; and related work. b. OTHER SECTIONS include cabinet hardware. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS - in addition to requirements of 7G-SUBMITTALS: 1) Material List required as scheduled shall include complete schedule of items and groups proposed. b. DOORS from any roan or closet openabie from inside at all times by knob. c. NOT USED d. ALL CONDITIONS relative to finish hardware shall be subJect to review and approved by Architect; before and after installation. PART 2: PRODUCTS 2.1 GENERAL a. 18-MATERIALS b. REFER to drawings for locations and details. c. SEPARATELY PACKAGE and identify hardware items; tag all keys. d. TEMPLATE type hardware throughout. Furnish and deliver templates as necessary for related preparatory work required under other Sections. e. FASTENINGS: Include all screws, bolts or other fastenings complete; of adequate sizes and types; in matching finishes; with expansion shields or other special anchors to suit materials or conditions. ..�...�.�'.g�firt. S�.F'�,,�r,a]�,� a��` .c oat�..�'•:;, 00,932 2015-77 8B - FINISH HARDWARE Page BB-2 of 4 2.1 f. FINISHES: 1 Factory metallic finishes only, unless otherwise specified. 2 Painted finishes permitted only where particularly specified. 3 US26D Dull Chrome. 4 US 26 (Polished Chrome) at toilet and custodial spaces. 2.2 HARDWARE ITEMS a. KEYING AND KEYS: 1) Authorized representative of lock manufacturer shall be available for consultation and shall meet with the owners' representative to assist in the preparation of the key schedules when necessary. 2 Keyed locks shall be Master Keyed and Grand Master Keyed. 3 Cylinders shall be factory keyed. 4 Allow for future expansion under each Master or Set. 5 Do not duplicate. 6) Tag keys with approved tag showing hardware item number and door number or room number as shown on drawings and delivered directly to the County Maintenance Department by hardware supplier. 7 Furnish three keys per lock. 8 Upon receipt of the locksets and cylinders, General Contractor shall • check for keying requirements before installing locks. b. LOCKSETS AND LATCHSETS: 1 Sargent, Magnalock; to match county standard 2 Cylinders: 6 pin throughout. 3 Design: Grant 2-3/4" backset. c. STRIKES: USAS types where required; lengths sufficient to protect trim; styles as necessary items and details encountered; with wrought boxes for locksets; dustproof types at floors or thresholds. d. BUTTS - McKinney Mfg. Co.; Lawrence. 1) Base metals non-ferrous only for exterior outswinging doors; plated steel elsewhere. 2 Smooth barrel design throughout; bearing type where scheduled. 3 Button tips throughout. 4 NRP types for exterior outswinging doors and where scheduled. 5 Size to clear jamb trim when door is fully opened, as follows: a) 1-3/8" to 36" wide: 3-1/2 x 3-1/2 b 1-3/4" to 28" wide: 4 x 4 c 1-3/4" - 28" to 40" wide: 4-1/2 x 4-1/2 e. CLOSERS: Sargent 1240 series. 1) Rackand pinion; regulators for back checking, closing and latching, adJustable without removing from door; cast iron housing; forged steel arum and brackets. 2) Style, size and special features as scheduled. /�n� 3) Covers spray painted to match other items at same side CROW ., :�y. r,«,.�`•" aa.+.,?�yw a :.r,; ,t..;� ;: 1 L t .l'` M4....•..�;=tiw r, t, �• ,•:. 2015-77 88 - FINISH HARDWARE Page 8B-3 of 4 f. PUSH/PULL PLATES - Quality Hardware Mfg. Co.; or equal: 11 Plates and grips solid bronze extrusions 2 Plate edges eased; fastener heads countersunk 3) No. 4346 x 2708, 4 x 16 g. KICKPLATES - Quality Hardware Mfg. Co.; or equal: 1 Solid bronze or stainless steel; 16 gauge min. or equivalent 2 3 edges eased or beveled; fastener heads countersunk 3Single Doors: 10" x I" LOW; double doors 10" x 1-1/2" LOW h. THRESHOLDS - Pemko Mfg. Co.; Vonnegut; or equal: 11 Aluminum extrusions; grooved pattern 2 Single piece for full opening width; ends shaped to Jamb profile 3 Single width across opening; offset type where required 4 Cut out, reinforce to set dustproof strikes flush i. STOPS AND HOLDERS - Quality; or equal: I) Brass or bronze plated; replaceable solid rubber bumper 2 Heights to suit floor offsets, carpeted areas, etc. J. No. J65for wood frames £GS0wo- n Corp.; or equal: k. SIGN: Quality, or equal I) Engraved plastic solid color as selected by Architect PART 3: EXECUTION 3.1 INSTALLATION - required under other Sections: Provide manufacturer's instructions applicable to hardware items required. Installation shall be in strict accordance therewith. See Section 6A for removal for painting. 3.2 SCHEDULES a. INCLUDE HARDWARE items necessary to completely equip each door to achieve the operation, function and protection intended. b. EACH ITEM shall be specific types or modifications most appropriate for intended function or material conditions. c. EACH SINGLE door shall have: d. GROUP SCHEDULE GROUP 1 1-1/2 pair Butts TA2714 1 each Push Plate As specified I each Pull As specified 1 each Closer C, regular, sprayed aluminum i each Kick Plate As specified 1 each Door Stop 307 1 each Sign 1004P MEN Dr. I 1 each Sign 1004P WOMEN Dr, 3 0o I i 2015-77 88 - FINISH HARDWARE Page 8B-4 of 4 • GROUP 2 1-1/2 pair Butts 2714 1 each Lockset BG04. 1 each Door Stop 307 GROUP 3 1-1/2 pair Butts TA271'4 1 each Latchset 8015 1 each Door Stop GJ363 GROUP 4 1-1/2 pair Butts TA2714 1 each Lockset 8GO5 1 each Door Stop 30z GROUP 5 1-1/2 pair Butts TA2714 1 each Dead Lock 24-477 1 each Push Plate Asspecified• 1 each Closer 150 Series parallel arM 1 each Kick Plate 48w/cushion stop " high x 1" LDW GROUP 6 171/2 pair Butts TA2314 1 each Dead Lock 14-24-474 1 each Push Plate As specified 1 each Pull Plate As specified 1 each Closer 150 Series.regular arm 1 each Kick Plate As specified 1 each Threshold 203 AV 1 each Door Check 694S 1 each Rain Drip 345 x sa' ,rn k". ^%z w 005-30. /�/ Oil ,..�,,�.�•a. �S -�ik�,��_'�`�-,t£r�'is�' 2 a M {t � i_��rxd* r�3.���J� ,��. 't ti i 2015-77 SO - ROLL-UP DOOR Page 8D-1 of 1 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div, H-SPECIAL CONDITIONS, Div. i-GENERAL PROVISIONS and Div. 1-GENERAL REQUIRE14ENTS contain pro- visions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. REFERENCE herein to an individual Div. F & G or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes installation of owner furnished roll-up counter door and related work. b. OTHER SECTIONS include preparation of openings receiving roll-up door assemblies; finish painting after installation. c. QUALIFICATIONS: Work herein shall, be performed by workmen trained and experienced in work of the type required. . 1.3 GENERAL REQUIREMENTS a. 1H-PROTECTION WORK and as follows: 1) Protect adjacent construction and finishes as necessary. b. IN ADVANCE of work under Divisions 5 and 6, provide layouts or instructions necessary for proper construction of supporting work and connection after installation. PART 2: PRODUCTS 2.1 GENERAL a. Roil-up Doors shall be furnished and delivered to site by Owner. PART 3: EXECUTION 3.1 PRIOR TO STARTING WORK: Refer to 1A-GENERAL REQUIREMENTS 3.2 INSTALLATION: Per approved drawings and manufacturer's instructions. 3.3 COMPLETION a. 1D-COMPLETION OF 'WORK and as follows: 1) Remove unwanted debris resulting from this work, protection materials, crating, etc. 2) Adjust operating parts and mechanisms. b. WHEN COMPLETE, all panels and partitions shall operate smoothly and quietly without binding. 2015-77 8E - GLASS AND GLAZING Page 8E-1 of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div.F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indi- vidually hereinafter. Reference herein to an individual Div. F, H or Div. 1 section is given by mere number and title; and provisions immedi- ately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes glass work required throughout project; and related work. b. OTHER SECTIONS include openings, frames and related stops supporting and securing this work. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: Refer to 1G-SUBMITTALS. • b. DELIVER EACH light to ,lob site bearing manufacturer's labels clearly identifying type, grade, thickness and brand. c. GLASS SHOWING excessive waviness, bubbles, discoloration or other imperfections will be rejected. d. LOCATIONS NOT specifically denoted shall be glazed the same as indicated for similar or like conditions. e. FACTORY OR prefinished materials adjacent to glass installations shall be protected as necessary. PART 2: PRODUCTS 2.1 GENERAL - 18-MATERIALS and as follows: a. GLASS TYPES of standard manufacturer conforming to F.S. DD-G-00451c (Int. Amd 2) as applicable to types required as shown or specified. b. GLASS SHALL be new first quality products, Libbey-Owens-Ford, PPG Industries; Mississippi; American St. Globain; or equal. 2.2 MATERIALS a. GLASS: 1) Window: 1/8" thick, double strength, B or better. b. OBSCURE GLASS: Match existing obscure glass. r�yy 00531 2015-77 8E - GLASS AND GLAZING Page 8E-2 of 3 c. Not Used. d. ACCESSORY GLAZING MATERIALS: 1) Materials required for glazing work shall conform to requirements specified by glass manufacturer. 2) Setting blocks and spacer shims shall be provided in types, sizes and quantities required to properly set all glass. PART 3: EXECUTION 3.1 PRE CONDITIONS - Prior to starting work: a. IA-GENERAL REQUIREMENTS b, SHOP OR FACTORY cut to sizes required to maintain edge clearance and edge grips not less than the dimensions determined proper by glass and plastic manufacturer. Clean-cut glass edges to the condition required by glass manufacturer. c. RECESSED, POCKETS and glazing bead surfaces shalt be clean and free from dust, dirt, grease, oil coatings or other foreign matter. d. THIS CONTRACTOR shall remove all glass from and preoare existing wood sash that is to be regiazed with obscure glass. 3.2 INSTALLATION a. THIS INSTALLATION shall be made only be personnel skilled and experi- enced in this type work; per "Glazing Manual", Fiat Glass Marketing Association; all as applicable to work required; except as shown or specified. b. INSTALL GLASS at building in final locations; set, support, space, and position in strict accordance with manufacturer's instructions as applicable to each glass type and size and installation condition. c. IMMEDIATELY AFTER setting each window lite, rough clean free from compounds. d. Not Used. 3.3 COMPLETION a. 1J-COMPLETION and as follows • 1) Remove unwanted debris, protective covering and crating resulting from this work. 0tjrm BE - GLASS AND GLAZING 2015-77 Page 8E-3 of 3 • 2) Rough clean glass surfaces reasonably free from compounds dirt and foreign matter; leave ready for final cleaning. b. WHEN COMPLETE, each lite or panel shall be air and watertight, firmlyanduniformly secured around entire pperimeter, and free from chips, cracks, stains, scratches or other detrimental charac- teristics.. s 'IMr a d x'.ns9t �; Airs MV f l i fiti; rM �. k , 4 3,�F g�. '` "�i f Trx' ''ix;o-n ?» i}�' gf s" :a a t ts+f €�. i ,d RS 4, n"4", t" G I, �� t. '' r yr'-1.F?a. a'1• .xa t d'1 M1ROR e s � • �.i�r�.,t� a } t a,,�`x; �t,r�i�i��". '{�51��� s yay#�$a'4�k"�.`-$' 4 ' . } I `Si i 2015-77 9A - LATHING AND PLASTERING Page 9A-1 of 4 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS UNDER Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. i-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indivi- dually hereinafter. REFERENCE HEREIN to an individual Div. F, H or Div. 1 Section is given by mere number and title; and provisions immediately following such refer- ence supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes: 1 Cement plaster for exterior walls 2 Patch and match exterior walls where noted 3 Dash coat finish on all surfaces of concrete walls at ramp and stair 4 And related work. b. OTHER SECTIONS include: Wood framing supporting work of this section; drywall assemblies and finishing; painting; removal of existing plaster walls. c. QUALIFICATIONS: Work herein shall be performed only by workmen trained and experienced in work of the types required. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per IC-SUBMITTALS. b. LATHING and plastering work and materials shall conform to applicable requirements of: 1} Metal Lath Association "Specifications for Metal Lathing and Furring, January 1970." referred to herein by MLA Section No. 2} California Lathing and Plastering Contractors Association "Reference Specifications, 1965" referred to herein by CLPCA Section or Detail No. - except as shown or specified. c. IH-PROTECTION WORK and as follows: 1} Protect adjacent construction and finishes as necessary. d. CORRELATE work herein with adjacent work as necessary. PART 2: PRODUCTS 2.1 PRIMARY MATERIALS a. LATHING MATERIALS 1) Stucco Lath: Woven wire fabric per CLPCA Article 2.6.7.3. .detai1 1DC. without backing. 1" mesh, 18 gauge, galvanized after fabrication`. t�i;'� i 2015-77 9A - LATHING AND PLASTERING Page 9A-2 of 4 • 2) Furring nails: Planett, 1-1/4" gaiv. w/fiber washers. 3) Paper: Felt per CLPCA Article 2.10.2 4) Casing Bead: CLPCA Type 14A, 24 gauge galy. b. PLASTERING MATERIALS: 1 Portland Cement: CLPCA Article 6.5.1; ASTM C 150, Type i. 2 Lime: CLPCA Article 6.4. 3 Plastic Cement: CLPCA Article 6.5.3. 4 Sand: CLPCA Article 6.6 as applicable. 5 Exterior Plaster Finish: Peerless Stucco Co. Portland Cement-Lime Dash Finish PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to Starting Work: a. IA-GENERAL REQUIREMENTS and iF-GENERAL TECHNICAL PROVISIONS. b. ELECTRICAL, plumbing and other work and inspections at inaccessible.loca- tions shall have been completed before the work is enclosed. Coordinate the work and verify conditions before proceeding and as the work progresses. 3.2 INSTALLATION a. PROVISIONS SPECIFIED herein shall supplement referenced MLA and CLPCA Standards and together shall form a general standard for lathing and plastering work required. b. PROVIDE lathing and plastering work and materials as necessary to com- plate the work required; and to achieve structurally sound, first quality workmanship. c. Lathing: 1) Aplication of sheathing felt: a Apply horizontally, upper sheet over lower. b Begin at least 18" away from corners and carry around the corners. c Double all corners with strips extending 12" on each wall. d Laps - horizontal, 2-1/2"; vertical, 6". e Secure with large headed roofing nails. f Stretch smooth; no buckles or torn sheets. 2) Aplication of stucco netting: a Do not apply until after the application of the sheathing felt. b� Apply horizontally. Side laps, two meshes (lower sheet over upper); end laps, three inches. Break vertical joints in adjoining courses. No vertical joint closer than 12" to a corner (pro- jecting or re-entrant). c] Nail with furring nails along the edges and throughout the sheet at 8" on centers horizontally and vertically. Stretch taut. t x. 00541 2015-77 9A - LATHING AND PLASTERING Page 9A-3 of 4 e. PLASTERING: 1) Provisions specified hereinafter shall supplement the referenced CLPCA Standards and together shall form a general standard for the work required. 2) Plastering work and materials shall be provided as necessary to complete the work required; to achieve structurally sound, first quality workman- ship; and shall conform to CLPCA Sections 7, 8 and 10 as applicable to materials specified and conditions shown or encountered. 3) Accuracy and neatnbss of exposed plaster work is important to design appearance; strict compliance with details and good workmanship will be required. Plaster surfaces shall be accurately formed to achieve flat, regular planes. Patch and match existing walls as necessary. 4) Mill-mixed and proprietary type materials shall be mixed using clean, fresh, potable water only and in strict accordance with the manu- facturer's instructions. 5 Recommended standard procedures shall be observed. 6 Exposed joints required to receive sealant or caulking shall be maintained or cleaned free from plaster as the work progresses. 7) Once started, scratch, brown and finish coat work shall be carried over the entire area up to a natural corner, break or transition before quitting operations. Midway joints will not be permitted unless metal control Joints have been provided. 8) Curing: giCuring shall be water curing method throughout. Apply curing water using fine spray equipment; and control appli- cations to avoid excessive or damaging runoff onto adjacent work. c) Commence water curing as soon as possible wihhout damaging freshly placed work; and repeat spraying operations as often as necessary to maintain sufficient dampness, for proper hydration and to avoid excessively rapid drying out. d) Mater cure each Scratch and Brown coat not less than 72 hours; longer if necessary to produce properly hardened work. 3.3 PREPARATION a. SURFACES receiving plaster shalt be cleaned free from all dirt, grease, laitance, dust, loose particles and other foreign matter. b. METAL GROUNDS, screeds, and other accessories shall be checked care- fully for proper alignment and attachment. 3.4 CEMENT PLASTER a. STUCCO: 1) For all exterior work. 2 Over wire fabric lath. 3 Proportion and Thickness: Coat Mix Thickness Scratch A T`part Portland.Cement '378" —' Brawn 1/4 part Hydrated Lime 3/8" 3-1/2 parts Sand Finish Exterior Stucco, as specified 1/81, min. Total, minimum, including lath: -r 4) Optional Mixes: When determined appropriate and approved by Architect. Scratch and Brown coats may be. by volume, 1/2 part. 54A2 Portland Cement, 1/2 part Plastic Cement, 3-1/2 parts Sand. . . �t { t 9A _ LATHING AND PLASTERING 2015-77 Page 9A-4 of 4 5) Textures: finish a] Dash coat is match existings of concrete wails of . ,6) Install dash coat finish at all surface new stair and ramp. 3,5 COMPLETION from this work. a 1,1-COMPLETION OP WORK and as follows: splatters, laitances, 1 Remove unwanted debris resultfrom ing droppings,approved procedures' 2; Clean adJacent surfaces all per etc. as the work pro9 b• WREN mLETE$ areas shall be left in a neat and clean condition free 3.6 EXISTING BUILDING a PATCH AND MATCH existing exterior luster where noted contract. drawings and where required to complete W°�llsdand ceilings aer this required b, PATCH AND pleteATCH workiunder this contract.to compat c. PATCHGond loor awalls wh re where nexistin islinstalledoat second floor. . flue • and se St O�nd KA i I 2015-77 9B - GYPSUM WALLBOARD Page 9B-1 of 3 • PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIRE14EIlTS contain provisions essential and basic to these Specifications,-and shall apply whether or not referred to individually hereinafter. REFERENCE herein to an individual Div. F , H or Div. 1 Section is given by mere number and title; and proviBions immediately following such refer- ence suaalement or modify that Section'to the extent specified. 1.2 SCOPE a. THIS SECTION includes gypsum wallboard finish over wood framing and existing wall finishes as noted. b. OTHER SECTIONS include drywall finishing; lath and plaster assemblies; and other treatments applied over drywall; and priming and finish painting. c. QUALIFICATIONS: Work herein shall be installed only by workmen trained and experienced in work of the types required. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per 1C-SUBMITTALS. b. 18-MATERIALS and as follows: 1 ) Gypsum wallboard work not otherwise required shall conform to the following standards, as applicable: a) ASA A69.1, including appendices; b) ASA A97.1, including appendices; and c) Specifications of manufacturer of gypsum wallboard used in the work. c. 1H-PROTECTION WORK and as follows: 1) Protect adjacent construction and finishes as necessary. d. CORRELATE work herein with adjacent work; arrange for proper support and backup'as necessary. e. REFER to drawings for locations, details and full extent of work; furnish and install all materials necessary to complete the work required. PART 2: PRODUCTS • 2.1 GENERAL: 18 MATERIALS and as follows: a. Drywall materials shall+be as produced or approved by a single manufacturer regularly producing gypsum wallboard and related components, except as specified `?;.¢c:4:• .,+5�'�'`��ti- at.....U,„,-#�ant��,.a.?� .t«;�'- -��d-g.,.Rsiref"+. ,.�'1 �. �4.*r r.,a.r,�.,,":.�..4.��.�-'c�-•.� .+..exams` - k.�a �•cs`w�8 t;� . 2015-77 9B - GYPSUM WALLBOARD Page 9B-2 of 3 • 2.1 b. Deliver items at times required; for shortest storage period at Job site; but not until facility and protection are in proper condition. 2.2 PRIMARY MATERIALS a. GYPSUM WALLBOARD - Referred to under this Section as GWB: 1 ASTM C 36, Type X core throughout. 2 Thickness as noted on drawings. 3 Long Edges: US.G. Type SW; or equivalent improved joint design as approved. 4) For Toilet, Janitor and other wet interior spaces, use water- resistant type. 5) Provide GWB as specified for all locations whether noted Gypsum Wallboard, or similar notation. b. FASTENERS: Screws, USG or equal; of sufficient length to penetrate wood framing 1". c. ACCESSORIES: 1 Types specified refer to Figure 1 under ASA A97.1. 2 Use in single lengths without intermediate joints, wherepossible. 3 Corner Bead: Type ASA-CB-114 x 114; for reinforcing all salient • (outside) GWB corners, vertical and horizontal. 4) Casing Bead: Type ASA-LC-58; for reinforcing all GWB edges not otherwise covered or protected by overlapping trim or other material. 5) At intersection of splayed surfaces, provide corner bead similar to ASA-DB-114 x 114, except shaped to angle between planes, if required. PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to Starting Work: a. 1A-GENERAL REQUIREMENTS and 1F-GENERAL TECHNICAL PROVISIONS. b. BUILDING ENTIRELY enclosed and heated, not less than 2 days. 3.2 INSTALLATION a. INSTALL GW8 and related items per applicable requirements of referenced standards, except as shown or specified. b. AT FLOORS throughout the work, set bottom edges of GWB tight to floor, or wood ground where shown. c. FASTENER SPACING: Not to exceed 7" centers for walls; 6" centers for ceilings. Install screws no closer than 1/8" from edges or ends of panel. d. CUT-OUTS in GWB shall be die-cut or sawed only. Punching not permitted. Cut edges shall be not more than 1/4" from surfaces of penetrating items. 00545 S E 2015-77 98 GY Page 98P3UOfW3LLB0ARD 3'2-717AL TRIM: Fasteners : Metal corners and ed es Fate staggered at corner bead. Set toll ra shown or s intermediate surf ces.Joints fully butting and ends fully abutting inter- seterm surfaces, straight tines pecified. , with 3.3 COMPLETION 2�a• W-COMPLETION OF WORK and as follows: l Remove unwanted debris resulting from this Clean adjacent surfaces dust, etc. free from dro work. , as the work progresses. ppings' splatters,'1attances, b WHEN COMPLETE excessively `OWB shall be true to wide plane, free from offsets and cations of other finish materials. finishing for finishin 9 work"or appli- x � Y a t 4 ] 5 Y L 5 5 }• 6 1 } • 11 T 1 i' S "#3 i 7 .* ti•3 'ns �k 3 Y c _ 'x "2' �" s� �z s e a yz YS tia it *k,]i�y.s i x ry Y` z' t� • 4'! v 'Vw z 's'4 3 4hb r✓ i a 1 2015-77 9C - DRYWALL FINISHING Page 9C-1 of 2 an PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. P-GENERAL CONDITIONS, H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. Reference herein to an individual Div. F, H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes tape and cement finishing of gypsum wallboard; and related work. b. OTHER SECTIONS include caulking or sealant for exposed gapped points shown or required at metal trim; finish painting and acoustical texturing. 1.3 GENERAL PROVISIONS a. SUBMITTALS: Refer to 1G-SUBMITTALS. PART 2: PRODUCTS 2.1 DRYWALL FINISHING a. MATERIALS: Reinforcing tape, joint cement and topping compound shall be standard types conforming to ASTM C 475 and as produced or approved by manufacturer of gypsum wallboard used in the work. PART 3: EXECUTION 3.1 FINISHING WORK a. TREATMENT AND EXTENT: 1) Reinforce recessed Joints and interior (inside) vertical and horizontal corners. using tape and cement. 2) Cement square butt Joints, trim edges and fastener heads. b. FIRST cementing shall be cemented a second coat, at attic spaces or where shown fire taped only. c. FINISH cementing with a topping coat well feathered out and free from cracks, ridges, bubbles, and other imperfections. d. SURFACES smooth throughout, without textures. Lightly sand as required for proper installation of paint finish and wipe off dust. 1� 00541. 2015-77 gC - DRYWALL FINISHING Page 9C-2 of 2 3.1 e. AT PENETRATIONS through partitions, completely fill all gaps between GWB edge and penetrations surface using joint cement. Exposed voids or gaps visible at wall plates, trim, etc. - shall be filled as directed. f. PROTECT floors and adjacent surfaces against splatters or damage by finishing operations. g, WHEN COMPLETE, reinspect all surfaces; repair all gouges, and leave free from imperfections ready for finish painting or wall covering. r .A I h ++ a r i= i r s � x3- 3 + + � °-�.3a-air � � c'<� u�,.:k.f •tv�',� #��.•�.�j'�I1A�.�_i y '`�a1 ' �A.�if• �}<"'" q a a„� a _' "" >� '<�,.�. �� bra �i � i * •�'# A * } � ,��c r _t rbo� z i i 2015-77 9D - RESILIENT FLOORING Page 9D-i of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F.-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. i-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indivi- dually hereinafter. REFERENCE herein to an individual Div. F, H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes resilient tile flooring; top set base; stair treads and related work. b. OTHER SECTIONS include construction of backup surfaces. c. QUALIFICATIONS: Flooring and base work shalt be performed only by workmen trained and experienced in work of the types required. 1.3 GENERAL REQUIREMENTS a. GROUP i SUBMITTALS: Required per 1G-SUBMITTALS and as follows: 1) MATERIAL/COLOR SAMPLES: Provide full range of colors and textures for flooring and base as available for selection; 8" x 10" samples of those selected. b. GROUP 2 SUBMITTALS: Required per IG-SUBMITTALS and as follows: 1) EXTRA MATERIALS: Provide not less than one unopened carton of tile and one 6' x 10' piece of sheet vinyl for each color type and size of flooring and one unopened package of base used in the work. c, 1H-PROTECTION WORK and as follows: 1) Protect adJacent construction and finshes as necessary. 2 Protect flooring under construction using covers, barriers, etc. as required. d. MISCELLANEOUS PROVISIONS: 1) Refer to drawings for locations and full extent of work required. Furnish and install all materials necessary for complete installa- tions as necessary. 2) Carry flooring and base into closets, recessed base, under movable items and like conditions as necessary. PART 2: PRODUCTS 2.1 GENERAL: 1B-MATERIALS and IE-GENERAL CONTRACTORS. 2.2 MATERIALS D0eeft9 1 t t4 2015-77 9D - RESILIENT FLOORING Page 9D-2 of 3 2.2 a. SOLID VINYL TILE: F.S. SS-17-3128, Type III, except as follows: 1 Size: 9" x 9" 2) Thickness: 118", with a manufacturing tolerance not exceeding plus or minus 0.005 inch. 3) Patterns: Kentile Floors, Inc., Saratoga Brick; or equal; in colors as selected by Architect. b. SHEET VINYL: L.F. 475a Type II, Grade A. 1? Thickness: .090", hydrocord back 2 Pattern: Armstrong Vinyl Corton Seagate; or approved equal; in colors as selected from manufacturer's standard pallet. c. NOT USED. d. TOP-SET BASE: F.S. SS-W-40a, except as follows: 1) Type 1 - Rubber; and with premolded end stops for trimless openings as may be rewired. 2) Size: 0.125' min. thickness; 6" high unless otherwise indicated; 28" min. cut lengths. 31 Surfaces: Smooth. 4 Style A - Top-set Cove. e. ADHESIVES: As recommended by the flooring manufacturer as best suited for condition encountered in the work, except waterproof types only. f. FLOOR FILLERS, CLEANERS: Types specifically designed for use and con- dition, as produced or approved by tile and base manufacturer. 9. EDGE STRIPS: 1" wide the reducer strips; rubber or vinyl in color as selected. PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to Starting Work: a. IA-GENERAL REQUIREMENTS and IE-GENERAL CONTRACTOR. b. BUILDING entirely enclosed and heated, not less than two days. c. STORE finish materials inside enclosed and heated spaces where they are to be installed for not less than two days. d. CONDUCT bonding or other tests for moisture or other substrate condi- tions per manufacturer's instructions. Report substandard or improper conditions; do not proceed with work until conditions are proper for the work or have been repaired to acceptable condition; not until approved by Engineer. e. REVIEW details with Architect incorporate ad3ustments as directed. 40550 . 6:' 2015-77 90 - RESILIENT FLOORING Page 9D-3 of 3 • 3.2 INSTALLATION a. PREPARATION: Fill or patch receiving surfaces as necessary to provide a smooth, level and clean base for each installation. b. FLOOR TILE: 11 Tile grains in patterns or directions determined by Architect. 2 Set with patterns centered on both axes of room, joints parallel or perpendicular to walls, with periphery units not less than half-width. 3) Place each unit in full, complete bed of adhesive. c. SHEET VINYL: 1) Lay floor sheet with Joints tight and in true alignment. Lay sheet symetricaily about both center lines of rooms. Cut sheet to fit accurately at Joining with other material. Lay floor sheets all in the same direction. At door openings and at other locations where resilient sheet flooring abuts other flooring material, install' metal edge strips. d. NOT USED. e. TOP-SET BASE: Set with wall and floor Joints firmly closed, end Joints tightly butted and flush, inside corners accurately mitered, top edge. of base perfectly straight and level. f. EDGE TRIM: Install at all exposed edges of the flooring not other- wise received by other flooring, base or walls. Set to straight lines; securely fastened to subfloors. 3.3 COMPLETION a. 1D-COMPLETION OF WORK and as follows: B1 Remove unwanted debris resulting from this work. 2 Clean floors, base and adjacent surfaces free from smears, splatters, etc. as the work progresses - all per approved procedures; and leave ready for final cleaning as specified. b. WHEN COMPLETE, the joints shall be tightly butted and flush across the surfaces; tile cross-joints meeting at a point; and all units shall be free from stains, chips, cracks or other irregularities. a 2015-77 9E - TILEWORK Page 9E-1 of 2 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-GENERAL SPECIFICATIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. Reference herein to an individual Div. H and F or Div. 1 Section is given by mere number and title; and pro- visions imediately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes ceramic base and wall tile, and related work. b. -OTHER SECTIONS include metal lath and scratch coat supporting verti- cal tilework; and accessories or other items supported against tilework. 1.3 GENERAL REQUIREMENTS a. GROUP I SUBMITTALS: Refer to 1G-SUBMITTALS. b. GROUP 2 SUBMITTALS: Required per IG-SUBMITTALS and as follows: 1) Extra Materials: Provide not less than 2' x 3' area of floor tile and three (3) linear feet of each shape of base, molding, caps, etc. c. STANDARDS: Tilework shall be in accordance with applicable requirements of 111977 Handbook for Ceramic Tile Installation", referred to hereinby "T.C.A.", including USAS, ASTM and other standards referred to therein. PART 2: PRODUCTS 2.1 GENERAL: 16-MATERIALS a. CERAMIC TILE shalt conform to F.S. SS-T-3088. b. INCLUDE all trim shapes necessary to complete the work shown and specified. 2.2 PRIMARY MATERIALS a. FLOOR AND WALL TILE: American Olean, 1 x 211, modular field size, cushion edge, unglazed complete with all trim shapes. b: GROUT: Match color tile at floor. c. CLEANER AND SEALER: Scotchway Wax Products Co., Scotchway brand. d. DRY-SET MORTAR: USAS A118.1, Article 1-10, incl., TCA Formula 759 commercially prepared for floors, 763 for walls. oa552 i 2015-77 9E - TILEWORK Page 9E-2 of 2 • PART 3: EXECUTION 3.1 INSTALLATION a. GENERAL: 1) Contractor shall be responsible for determining andable other operations necessary to achieve firsquality,osounduandg inrstrictoaccordance�withe handle manufacturr'si rnstructionsterials only 2) Protect all adjacent surfaces against damage by tilework; protect tilework against trafffic until well cured. 4) Outsideeand'Hores izontaleCorners:anrarubbed smooth. 5 Inside corners: square shapes 3.2 SCHEDULES a. REFER TO drawings for locations and full extent of work required. Furnish and install all materials necessary for complete tilework. b. FLOOR TILE 1 Tile: Unglazed ceramic the 2 Mortar: dry set type 3 Grout: Cement atch 4 Installation: T.C.A.mSpec.tNo. color-77 over existing wood floor c. WALL TILE 1 Tiler Unglazed ceramic tile; round edge bullnose series 2 Mortar: Dry set type 3 Grout: Cement type; match tile color 4 Installation: T.C.A. Spec. No. W243-77 over gypsum board r - ``�� a< i alIIl n ;tii,nS`S't -�710 �t7'giw15 # .(, 3 %�.e�:.a1s,` ��'S,E� i 2015-77 9F - PAINTING Page 9F-1 of 5 • PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indivi- dually hereinafter. Reference herein to an individual Div. F, H or Div. I Section is given by mere number and title; and provisions immediately following such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes field priming and finish painting as shown or specified; and related work. Examine all documents to determine exact extent of painting required herein. b. OTHER SECTIONS include permanent metallic, factory, or other finishes not requiring painting; mechanical and electrical identification; and prime painting for certain metal work. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: In addition to requirements of 1G-SUBMITTALS. 1) Material/Color Samples required as scheduled shall be shop-made samples or job painted panels prepared in cooperation with and as directed by Architect; all as necessary to achieve fully coordinated color schemes as intended herein. 2) Samples for paints shall consist of 8-1/2" x 11" lightweight carboards, sealed as required, and finished to colon and textures required. b. COLORS will be selected at a later date; allow for different colon at different spaces or types of surfaces. c. INSPECTIONS: 1) Manufacturer's representative of approved finish materials shall inspect work at least once and report his findings to Architect. 21 Each coat shalt be approved by Architect before next coat is applied. 3 Surfaces found improperly prepared, primed or finished shall be refinished as directed by Architect. d. PROTECTION WORK: IA-GENERAL REQUIREMENTS 1) Protect all adjacent surfaces and finishes; provide drop cloths and coven as necessary. 2 Remove splatters and spills as work progresses; do not let dry. 3; Any work damaged by painting shall be repaired or replaced as directed by Architect. Q) Painting work'applied prior to completion of, and where damaged by, work under other Sections, shall be refinished as necessary. 00554 2015-77 9F - PAINTING Page 9F-2 of 5 PART 2: PRODUCTS 2.1 GENERAL: 18-MATERIALS and as follows: a. SUBSTITUTIONS proposed for paint manufacturers, types or systems shall be reviewed with and approved by Architects prior to submitting proposals. b. EACH PAINT SYSTEM shall comprise prime, intermediate and finish coats of materials which are products of a single primary manufacturer; which comply with material qualities specified. c. MATERIALS proposed different from those specified and offered on the basis of product names, numbers or other designations alone will not be considered. 2.2 PRIMARY MATERIALS a. PAINTS shalt be products of: Fuller O'Brien Co. Kelly-Moore National Lead Pratt and Lambert Glidden b. PRODUCT DESCRIPTION Fuller Glidden Kelly-Moore National Lead 1) Primer, Ferrous Metal 121-00 585 2) Primer, Galvanized Metal 221-14 5229 3 Enamel Undercoater 220-07 555 930 30-P-15 4 Flat Latex Paint 202-XX 5300 550, 575 34-W-10 5 Lacquer, Gloss 251-03 6081 2146 37-L-55 6 Lacquer, Flat 38-F-24 6069 2145 37-L-56 7 Lacquer, Sanding Sealer 220-01 6059 2143 37-L-54 8) Acrylic Latex 262-XX 3500 1105 32-W-90 9) Interior Wood Pratt Stain & Lambert Tonetic Oil Stain 10)) P.V.A. Sealer 220-12 3416 970 30-W-10 11} Alkyd Primer 220-06 5016 945 30-P-12 12 Alkyd Semi-Gloss Stipple 219-00 12-W-722 1645 35-S-10 13) Alkyd Semi-Gloss 260-XX 1800 130-175 35-S-10 14) Exterior Primer 220-23 220 30-P-10 PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to Starting Work a. IA-GENERAL REQUIREMENTS b. BUILDING entirely enclosed. Arrange.for or provide adequate heating and ventilation as required. 00t45 2015-77 9F - PAINTING Page 9F-3 of 5 3.1 c. RECEIVE, store, open and mix materials and tools only in areas desig- nated by Architect. d. PRECAUTIONS: 1) Take precautions to prevent fires; remove rags, waste and open containers at end of each day's work. 2) When vacated, areas used shall be clean and free from paint materials. 3.2 PREPARATION OF SURFACES a. Inspect substrata before proceeding; arrange for repairs where necessary; elsewhere, prepare as required for proper adhesion and appearance, as follows: 1) Rough, Grainy or Slick Surfaces: Sand as necessary, except for speci- fied rough finishes, Smooth stain or lacquer work using fine sandpaper or steel wool. 2) Surface Irregularities: Putty repair as applicable to work required using-- a) Hard-setting metallic filler for metal surfaces; b Tinted wood filler for stained woodwork; or c Latex spackling compound for other interior surfaces. 3) Steel and Iron: Clean free from all grease, dirt, rust and scale. • 4 Galvanized Metals: Thoroughly clean free from grease, oil or other matter using mineral spirits and wipe dry; then pretreat using Yosemite Chemical Co. "Galvanprime", or equal, galvanizing etch material approved by paint manufacturer and Architect. Apply in strict accordance with manufacturer's instructions; keep free from contact with hardware and other operating devices. 5) Refer to Section 6A2.8f for removal of hardware before painting. b. AT OPAQUE finishes, seal hot spots, knots, pitch pockets, etc., using shellac. c. EXISTING WALLS, ceilings, etc., thoroughly wash down with trisodium phos- phate. Rinse with clear water and allow to dry before application of paint. 3.3 APPLICATION a. MATERIALS shall be applied by skilled and experienced painters and by methods and procedures which achieve first quality workmanship. b. HANDLE AND USE materials per manufacturer's instructions; apply only under conditions permitted by manufacturer, • c. VARY shades between coats; tint to finish color. d. ONCE STARTED, carry work to natural breaks or transitions. '! e. COLORS AND TEXTURES shall be uniform in appearance, free from thin spots, runs, brush marks or other irregularities; cut-off lines shall be neat " and straight., 00556 i r 2015-77 9F - PAINTING Page 9F-4 of 5 3.4 BACK-PRIMING AND PRIME PAINTING a. BACK-PRIME painted or stained woodwork before installation using ap- proved sealer or prime paint scheduled for exposed surfaces. b. SURFACES requiring finish painting shall be properly prime painted, ex- cept may be omitted where installed primed, unless touch-up or addition- al priming is required for proper base for paint systems specified. c• ALL WOOD frame trim, etc. shall be primed, and back-primed before stucco work is started. 3.5 FINISH PAINTING a. AT ALL ROOMS INDICATED ON INTERIOR ROOM FINISH SCHEDULE: 1) New and existing surfaces as scheduled under this contract. except where prefinished. 2) Exposed panels, cabinets, ducts, conduit, pipe and secondary items, whether factory finished or not, shall be finish painted as directed to achieve completely coordinated color schemes throughout each space. 3) Seal interior of all cabinets with clear sanding sealer. 4) Walls and ceilings at closets, utility spaces, etc., newly finished under this contract. 5) Doors shall be finished at all edges same as faces. b. BRUSH APPLIED wall finishes, except stipples, shall be immediately rolled, using fine rollers, sufficient to produce a uniform and fine stipple-like finish free from brush marks. No spray painting will be allowed. Proper rollers may be used for flat wall surfaces, etc. c. WORK NOT REQUIRED to be painted: 1) Factory, shop or prefinished materials and equipment. 2 Plenums and like enclosed or concealed spaces. 3 Non-ferrous metals. d. EXISTING WORK 1) Existing walls, partitions, ceilings and other surfaces reused scheduled for painting, 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 and up to a natural break line to achieve completely a finished appearance at the-existing areas. 00,557 2015-77 9F - PAINTING 9F-5 of 5 • 3.6 EXTERIOR FINISHES MATERIALS COATS DESCRIPTION a. FERROUS METAL 1 Primer, Ferrous Metal Not otherwise Scheduled 2 Alkyd Semi-Gloss b. GALVANIZED 1 Specified Pretreatment Metal not other- 1 Primer Zinc dust zinc oxide wise Scheduled 2 Alkyd Semi-Gloss c. DOORS, Wood 1 Exterior Primer Sash, Trim 2 Alkyd Semi-Gloss 3.7 INTERIOR FINISHES a. EXISTING PLASTER 2 Acrylic Latex b. GWB, SEMI-GLOSS FINISH 1 ` P.V.A. Sealer T Alkyd Semi-Gloss Stipple • c. WOOD TRIM, PAINTED 1 Enamel Undercoater 1 Semi-Gloss Enamel d. WOOD STAIN, CLEAR FINISH 1 Clear Sanding Sealer 1 Interior Wood Stain 1 Lacquer, Gloss 1 Lacquer, Flat e. FLAT FINISH 1 Primer, wall, Latex 1 Flat Latex Paint f. EXISTING FINISHES - Same as for new except omit primer or sealer. g. ALLOW FOR use of 25% deep tone colors. 1 3 f 0055,8 4S 1.xt {l. 2015-77 9G - ACOUSTICAL TREATMENT Page 9G-1 of 4 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. REFERENCE herein to an individual Div. F and H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes suspended acoustical board ceiling system. b. OTHER SECTIONS include: 1) Drywall construction C. QUALIFICATION AND SUPERVISION: 1) This installation shall be performed only by personnel trained and experi- enced in the respective types of work required and who are,in the employ • of an installation company which has been regularly performing this type of work for not less than three years. 2) This installation shall be made in consultation with an authorized repre- sentative of the ceiling system manufacturer. Notify manufacturer prior to commencing any work under this Section, allowing sufficient time to properly arrange for said service. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required, per IG-SUBMITTALS and as follows: 1) Material List: Provide complete description of all components proposed for work under this Section. 2) Shop Drawings: Provide complete layouts and complete details for ceiling system assemblies and related connections and details necessary to indi- cate compliance with design and structural requirements. 3) Materiel/Color Samples: Provide samples of all parts and components proposed for work under this Section. 4) Certification of Materials: Provide written certification or test reports from manufacturers indicating compliance with specified requirements for acoustical properties and finish of acoustical materials. b. GROUP 2 SUBMITTALS: Required per IG-SUBMITTALS and as follows: 1) Special Guarantee shall warranty acoustical tile against warp, sag or other physical changes within five (5) years from commencement date specified under GENERAL CONDITIONS. • 2) Extra Materials: Provide for each type and size of materials used in the work as follows: 24" x 48" acoustical board one (1) standard unopened carton. oarms 2015-77 9G - ACOUSTICAL TREATMENT Page 9G-2 of 4 1.3 c. 1H-PROTECTION WORK and as follows: 1 Protect adjacent construction and finishes as necessary. 2 Protect ceiling work under construction as necessary. d. MISCELLANEOUS: 1) Closely coordinate this work with that under other Sections as necessary for proper construction of preparatory work. Provide layouts or instruc- tions in advance of adjacent work or installations as necessary. PART 2: PRODUCTS 2.1 GENERAL: 18-MATERIALS 2.2 DESIGN REQUIREMENTS FOR GRID ASSEMBLIES a. CEILING SYSTEM components shall be especially designed for ceiling system work of the type shown or specified; and all components for each type of assembly shall be products of a single manufacturer throughout the work. b. EACH ASSEMBLY shall include all main and cross runners, bracing, peri- meters, connections and accessories designed to form an integrated and rigid framework in two horizontal directions. c. GRID ASSEMBLIES shall be designed and constructed to resist a lateral force of not less than one pound per square foot of ceiling area; per requirements of U.B.C. d. GRID MEMBERSshall be designed and arranged to limit deflection of any member to 1/360 of the span, measured from center to center of the supporting members or to face of supporting construction. e. FASTENINGS and other accessory parts shall be nonferrous or made corrosion-resistant by an approved method. 2.3 DESIGN REQUIREMENTS FOR ACOUSTICAL BOARD CEILINGS a. EXPOSED GRID ASSEMBLY (Extruded Aluminum Sections Only) 1) Manufacturer: Lok-Products Co.; Cupples Division of Alcoa Aluminum; or equal. 2) Exposed Grid System: Extruded 6063-T5 aluminum members. 3) Main Runners: T15V Tee, 1" wide flange and 1-1/2" high bulb web, I - 0.0355 in. 4 about horizontal axis. 4) Cross Runners: 4'-0" span or lessT]1V Tee, 1" wide flange and i 1.058" high bulb web, I = 0.0135 n.`4� about horizontal axis. 5) Perimeter Angles: WA-75R wall angle 0.75" wide x 0.75" high. 6 Connection Accessories: CL-51 and CL-52 three way and four way inter- section clips and other parts and members required to complete the work. • 7) Suspension Devices: 12 gauge galvanized steel wires at 4'-0" o.c. each way minimum. 8) Finish: Exposed surfaces factory finish for matt.white baked enamel. b. ACOUSTIC BOARD: 1) Manufacturer: Armstrong; or equal; Georgian Pattern ce@ofi%rd, 5/8" x 24" x 48". 2015-77 9G - ACOUSTICAL TREATMENT Page 9G-3 of 4 • 2.3 b. 2) Fire Hazard Classification: Approved to meet Federal Spec. SS-S-118a, Class 25 non-combustible; U.L. approved ASTM E-84 tunnel test. 3) N.C.R.: Noise Reduction Coefficient of .85. 4 Finish: Manufacturer's vinyl white finish. PART 3: EXECUTION 3.1 PRE-CONDITIONS a. PRIOR TO STARTING WORK: 1) ]A-GENERAL REQUIREMENTS 2 Building entirely enclosed and heated, not less than 2 days. 3 Adjacent partitions, furring and rough mechanical and electrical work in the ceiling plenum spaces shall be complete. 4) Review layouts and details with Architect; incorporate adjustments as directed. 5) Protective or other painting work required above grid ceiling shall have been completed. b. WORK UNDER the Contract shall be coordinated to achieve complete and effective ceiling installations as intended under these Specifications. . c. CONCEALED WORK required under other Sections shall be complete, including tests and inspections required therefor, before be by any work herein. ing made inaccessible 3.2 INSTALLATION OF GRID SYSTEMS a. PRE-INSTALLATION: I) Provide hanger wires at required spacings and locations. 2 Provide additional hanger wires when necessary to comply with other requirements herein. b. HANGERS: 1) Install plumb at all locations. Where obstructions are encountered, pro- vide additional hangers and metal framing as necessary to meet this requirement. 2) Space hangers along each main runner at not more than 48" on center; not more than 6" from any main runner splice joint; and not more than 12" from terminal ends of runners. 3) Light fixtures, larger than 12" x 12" supported by ceiling systems shall be supported by one hanger wire at each corner of fixture; arrange hanger layout for coincidental location to meet this require- ment, where possible; otherwise provide additional hangers as necessary. 4) Lock hanger wire ends by not less than three twists around the vertical • supporting wire section. 00561 i' iksM �. m� . ';Y:,ary >s��b, �'`` ,+e?}�k.S . :'.. ' r 015-77 9G -ACOUSTICAL TREATMENT Page 9G-4 of 4,'_ 3.3 COMPLETION a. 10-COMPLETION OF WORK and as follows: Remove unwanted debris resulting from this work.. 2 Clean runners, tile, aluminum louvers and.adjacent surfaces free from smears, splatters, dust, etc., as the work progresses--all as per approved procedures. b. WHEN COMPLETE, work shall be free from broken or damaged members, scratches, smudges or other defects. - t: • A � } t i # ,k ll" gl - +` 'x }s.'i �T v rlr ' k a r x �t .�k y c� n N i 1 y* N,-- .t v1 Za i 4 y, ,P" X z ? w 1�I >o z x S �^ft .�i�,,)) {a a- X } M 2015-77 10A - METAL PARTITIONS Page lOA-i of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, H-GENERAL PROVISIONS and Div.l- GENERAL REQUIREMENTS contain provisions essential and basic to these Spec- ifications; and shall apply whether or not referred to individually here- inafter. REFERENCE herein to an individual Div. F, H, or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes metal toilet compartments and privacy screens for locations shown; and related work. b. OTHER SECTIONS include supporting construction and.backup surfaces; concealed ,fob-constructed blocking for attachments. c. QUALIFICATIONS: Installer shall be a company regularly performing work of the types required; for not less than three years; and shalt be licensed or approved by metal partition manufacturer. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per 1G-SUBMITTALS. b. 1H-PROTECTION WORK and as follows: lj Protect adjacent construction and finishes as necessary. 1.4 IN ADVANCE of work under DIVISION b, provide layouts or instructions to Gen- eral Contractor necessary for proper construction of supporting 2 x & D.F. work for wall bracket screws. PART 2: PRODUCTS 2.1 GENERAL: 18-MATERIALS. 2.2 METAL TOILET COMPARTMENTS a. STYLE: Flush panel, floor supported, overhead braced, painted steel; Sanymetal Products Co. Academy series; Global; or equal; as follows: 1) Panel Faces: Stretcher-leveled prime quality steel, galvanized. 2 Partitions: 1 inch thick, 20 gauge min. faces. 3 Pilasters: 1-1/4" thick, 20 gauge min, faces. 4 Doors: 1 inch thick, 22 gauge min. faces. 5 Face Panels: Match-mated and welded together. . 6 Cores: Manufacturers standard incombustible type sound deadening. 7 Panel and Door Trim: 18 gauge oval sections for door and panel edges; 'corners reinforce with matching stainless steel units; all secured with concealed fastenings or methods. 00563 ..-aav'7�F,7h ��w': 2015-77 10A - METAL PARTITIONS Page 1OA-2 of 3 2.2 a. 8) Internally reinforce for surface mounted accessories and grab bars. Provide wood or metal blocks, full'partition core thickness, for grab bar reinforcing. g} Headrails: Tubular, anti-grip type. b. ACCESSORIES: lJ Stirrup and Wing Brackets and Angles: Cast non-ferrous alloy, US 26. 2 Shoes: Stainless steel, at each pilaster. 3 Hardware: Standard types, including gravity or torsion hinges, bumpers, keepers, and coat hooks: US 26. 4 fastenings: Theft-proof type, US 26. ' 5 Pilaster Anchors: Standard concealed devices esppecially designed for leveling and anchoring units to structure, with locknuts for threaded studs. c. FINISHES: 1 Stainless steel Items: Satin. 2) Other Exposed Hardware and Fastenings: Polished chrome, US 26. 3 Concealed Items: Corrosion-resistant base metal or coating. 4 Doors, Panels, Pilasters, Rails: Surfaces cleaned and pre-treated; painted one coat of prime paint and two coats of enamel finish, each sprayed and baked; all per manufacturer's standard quality and processes. d. COLORS: Allow for two standard palette colors throughout; in one or two-color combinations at different spaces; as selected. 2.3 NOT USED PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to Starting Work: a. 1A-GENERAL REQUIREMENTS and IE-GENERAL CONTRACTOR. b. WALL and floor finishes and finish painting completed within areas to receive metal partitions. 3.2 INSTALLATION a. SET and secure pilaster floor anchor devices prior to floor tilework. y b. INSTALL per approved layout; doors set plumb in all positions with not more than 3/16" clearance from pilasters; adjusted to stand open at approximately 30 degrees from pilaster face when unlocked, and all tops to same level when closed. c. NO TOGGLE BOLTS or similar wall anchors will be permitted. 06564 2015-77 10A - METAL PARTITIONS Page IOA-3 of 3 3.3 COMPLETION a. 1J-COMPLETION OF WORK and as follows: ' Remove unwanted debris resulting from this work. 2 Adjust operating parts and mechanisms. b. WHEN COMPLETE: 1) All parts shall be 1n perfect-condition. 2 Work found damaged shall be removed and refinished or replaced with new materials to meet specified standards. Job repainting not permitted. 1F t y3 a 1 r� t 4 ,6W, ;a x rpi � t t 3 L.. a y� ''t it 4 �. b -N, tjc}^Y .x{ a urn` s "' !' L y. 7 2015-77 106 - SPECIAL ACCESSORIES Page IOB-i of 2 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to indivi- dually hereinafter. REFERENCE herein to an individual Div. F, H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes special accessories as specified, for locations shown; and related work b. OTHER SECTIONS include supporting construction and backup surfaces, including recesses and concealed ,lob-constructed blocking or other reinforcing for attachments; and similar items under other Div. 10 Sections. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per 1C-SUBMITTALS. b. IN ADVANCE of related work under other Sections. provide layouts or instructions necessary for proper construction of supporting work. c. IN-PROTECTION WORK and as follows: i} Protect adjacent construction and finishes as necessary. PART 2: PRODUCTS 2.1 GENERAL: 1B-MATERIALS, 1D-CODES & STANDARDS and as follows: a. ITEMS shown orspecified by product name or number establish the types, styles and quality required, except as specified; and each Item shall be designed, constructed, finished and provided complete with all features per standards of manufacturer's catalog specifications, as approved. b. LOCKS: Key alike locks for similar items; deliver keys to Project Inspector. C. FACTORY package and identify items for location; and deliver at times required, complete with installation instructions and fastenings necessary for assembly or mounting. d. FINISHES: Stainless steel - US320; others - US26 pgljs �hrome, including exposed fastenings. VVu 2015-77 10B - SPECIAL ACCESSORIES Page 106-2 of 2 • 2.2 SPECIAL ACCESSORIES a. FRAMED MIRRORS: Bobrick Corp. B-29O1.series; or equal; as follows: 1 Sizes: Overall as shown. 2� Mirrors: 1/4" polished plate glass, silvered, electro-copperplated and painted one side. 3) Backing: Galvanized sheet steel; one-piece. 4) Frame: Type 302, 20 gauge stainless steel; corners mitered, welded and ground smooth. 5) Hangers: Concealed wall type; theftproof fastenings. b. PAPER TOWEL DISPENSERS: Bobrick B-3596; or approved equal; with stainless steel skirt for semi-recessed mounting. 1 Style: Semi-recessed, Type 302 stainless steel. 2 Single fold Crown Zellerbach towels. c. TOILET TISSUE DISPENSER: Bobrick B-266 or approved equal, stainless steel, surface mounted. d. FEMININE NAPKIN DISPOSAL: Bobrick 8-270, or approved equal, surface mounted, stainless steel. e. SOAP DISPENSER: Bobrick B-8295 or approved equal, stainless steel for liquid soap. f. TOILET SEAT COVER DISPENSER: Bobrick 221, or approved equal, surface mounted, stainless steel. g. GRAB BARS: Bobrick 8-490 series; or equal; Type 302, 1-1/4" stainless steel; with theftproof type fasteners. PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to Starting Work: a. 1A-GENERAL REQUIREMENTS and 1F-GENERAL TECHNICAL PROVISIONS. b. PAINTING and other finish work completed before installations herein. 3.2 INSTALLATION: Per approved locations and {manufacturer's instructions; each item securely attached. 3.3 COMPLETION: a. 1J-COMPLETION OF WORK and as follows: 1 Remove unwanted debris resulting from this work. 2; Adjust operating parts and mechanisms. b. WHEN COMPLETE, each item shall be properly aligned, square and plumb; • and with surfaces free from scratches, dents, stains or other defects. 00567 2015-77 IIA - RESIDENTIAL EQUIPMENT Page 11A-1 of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, H-SPECIAL CONDITIONS and Div. 1- GENERAL REQUIREMENTS contain provisions essestial and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. REFERENCE herein to an individual Div. F and H or Div. 1 Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes furnishing and installing residential appliances. b. OTHER SECTIONS include cabinetwork, plastic laminate countertops, electrical work, plumbing work. 1.3 GENERAL REQUIREMENTS: a. GROUP 1 SUBMITTALS: Required per 1G-SUBMITTALS. b. GROUP 2 SUBMITTALS: Required per 1G-SUBMITTALS and'as follows: 1) Special guarantee shall warranty work under this Section against defective materials and workmanship, normal wear and tear and abuse excepted. c. IH-PROTECTION WORK and as follows: 1) Protect adjacent construction and finishes as necessary. PART 2: PRODUCTS 2.1 GENERAL: 18-MATERIALS, 10-CODES & STANDARDS and as follows: a. ITEMS specified by product name or number establish the types, styles and quality required, except as specified; and each item shall be designed, constructed, finished and provided complete with all features per standards, of manufacturer's catalog specifications, as approved. b. ELECTRICAL WORK: U.L. listed and labeled. c. FACTORY fabricate and pre-assemble operating and major components; substantially crate against damage for shipping. d. DELIVER items at times required; for shortest storage period at job- site; but not until facility and protection are in proper condition. t z ON$ i 2015-77 11A - RESIDENTIAL EQUIPMENT Page 11A-2 of 3 2.2 DROP-IN RANGE OVENS a. TYPE: Sears Roebuck, Kenmore Series 452; or approved equal; b. COOKTOP: Four (A) Burner electric, porcelain enamel, one (1) 2100 watt plug-in burner, three (3) 1250 watt plug-in burners. c. OVEN: Continuous cleaning; visi-bake window; clock and timer; oven light; Bake 2200 w.; Broil (3000 w); Preheat (5200 w�. d. POWER RATING: 12.0 K.W. 2.3 REFRIGERATORS a. TYPE: Sears Roebuck, Kenmore Model 67741. b. TWO DOOR REFRIGERATOR, 17.0 cubic feet total capacity; 4.17 cubic feet freezer. Reversible door model. c. NO FROST freezer and fresh food section. d. COLOR: As selected by Architect. • e. FINISH: Porcelain enamel. 2.4 KITCHEN HOOD a. TYPE: Thermador Thrustpower series; or approved equal. b. MODEL: Wallmount H41 series 12-3/8" high x 24" deep x 72" long. c. FINISH: Stainless steel d. BLOWER: VR-1000 roof mounted squirrel cage ventilator e. CONTROL HOUSING: VCH-6, satintone finish, rotary switches for lighting and blower control, snap out light shield, twin 75 watt reflector bulb lights, 250 sq. in. wraparound filter. f. POWER RATING: 120 v a.c., 6.7 amps, 750 watts PART 3: EXECUTION 3.1 PRE-CONDITIONS.-Prior to Starting Work: a. ]A-GENERAL REQUIREMENTS. • b. BUILDING entirely enclosed and adjacent finish work completed. c. CO-ORDINATE cutouts for drop in range oven with cabinet work. 40569 -4?:3".e. e:.s.we, 2015-77 Page 1RESIDENTIAL EQUIPMENT • 2 INSTALL units per approved layouts of 3 and manufacturer's instruction; set 3 plumb and with tops and shelves water-leveled. 3.3 COMPLETION a, lJ-COMPLETION OF WORK and as follows: protection materials 1) Remove unwanted debris resulting from this work, its and mechanisms. and cratinutility connection, adjust operating P 2) Following b, WHEN COMPLETE: h :Exposed surfaces sall be clean and free from scratches, dents, 1) stains or other defects, 2) Operating parts shalt function properly and free from squeaks and superfluous noises. a r� r , s n r ° 4 r 005' 0 i 2015-77 15A - MECHANICAL GENERAL Page ISA-1 of 4 PART 1: GENERAL 1.1 GENERAL PROVISIONS a. SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to Individually hereinafter. b. REFERENCES to individual Div. F and H or Div. 1 Sections are given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THIS SECTION includes: 1) General Requirements for all plumbing, heating and ventilating work. b. OTHER SECTIONS include: 1} Supporting construction; wood framing and furring; Div. 6. 2 Field painting: Div. g 3 Electrical services and field connections: Div. 16 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per 1G-SUBMITTALS and as follows: 1) Material List: Also provide complete catalog cut brochure of plumbing, heating and ventilating equipment and materials. b. GROUP 2 SUBMITTALS: Required per 1G-SUBMITTALS and as follows: 1) Certification of Installation: Provide written certification satis- factory to Architect indicating compliance with specified requirements. 2) Service Manuals: Provide as specified. 3 Special guarantee shall warranty new plumbing, heating and ventilatin work as follows: (Contractor not responsible for existing equipment.3 a) In accordance with requirements shown as specified. b) Against failure of materials or defective workmanship. c) Against damage caused by said failures or defects to structure, improvements and other works or finishes installed also under the Contract. d Replacements or repairs also include patching and refinishing. e Duration shall be one year from date of acceptance. f Owner reserves right to make temporary repairs as necessary to keep equipment in operating condition without voiding Con- tractor's guarantee nor relieving Contractor of his responsibility during guarantee period. 4) Record Drawings: Maintain, prepare and submit per requirements under 1A-GENERAL REQUIREMENTS. c. 10-CODES & STANDARDS: No exceptions or modifications specified herein. 005'71 r. 4 2015-77 15A - MECHANICAL GENERAL Page ISA-2 of 4 1.3 d. PROTECTION: 1H-PROTECTION WORK and as follows: 1) Protect adjacent construction and finishes as necessary. 2 Protect plumbing, heating and ventilating work under construction. 3 Liability herein includes damage caused by leaks to adjacent tem- porary or permanent works under the Contract or to Owner's premises or improvements near the work. e. MISCELLANEOUS PROVISIONS: 1) Permits and Fees: In addition to GC 2, include payment of all in- spection fees when required for plumbing, heating and ventilating work. 2) Drawings: H4-CONTRACT DOCUMENTS and in addition: a) Drawings provide a basis for plumbing, heating and ventilating work required. Provide layouts, materials and incidental items and work necessary for complete, operable and properly fitted mechanical work. b) Incorporate minor adjustments in arrangements and locations as necessary before placing or roughing in the work. c) Incorporate minor adjustments required by supplementary instruc- tions issued to work. d) Examine prefect premises and correlate Contract Documents as specified. 3) Cooperation: 1A-GENERAL REQUIREMENTS. In addition, arrange plumbing, heating and ventilating work to fit within the spaces provided; in concealed locations except as particularly shown exposed; and to avoid interferences, with work under other Sections. 4) Claims for extras under this Section will not be considered for: a) Ill-timed or improperly placed work. b) Providing minor adjustments before the work is placed. c) And avoiding interferences. 5) Cutting and Patching: In addition to GC 4.15.1: a) Boring and notching of wood framing; structural supports, plates, bolts and other items required and not provided under other Sections shall be provided herein as necessary. b) Sections 613 and 617 and other portions of Title 21-24 shall govern as applicable. C) No structural member shall be cut without prior approval. PART 2: PRODUCTS 2.1 MATERIAL, EQUIPMENT AND APPARATUS a. PROVIDE all motors for equipment specified herein. Provide all motor starters, controllers and other electrical apparatus and wiring which are integral with equipment specified herein. PART 3: EXECUTION 3.1 EXCAVATION AND BACKFILL a. Minimum trench width shall be 16 inches. Pipe crown shall not be less than 24 inches below the finished ground surface for metallic pipe unless otherwise indicated on the Drawings or otherwise necessary for connection to existing work. 00572 2015-77 ISA - MECHANICAL GENERAL Page 15A-3 of 4 3.2 b. BACKFILL material from the bottom of the trench to a level 6 inches above the pipe crown shall be unwashed sand, dampened but not puddled, and subsequently compacted. The remainder of the backfill shall be excavated earth, free of organic matter, dampened and tamped in 6-inch layers by air hammers to 90-percent compaction in accordance with ASTM D-1557-58T. Replace to their original condition all concrete, asphalt, etc., or otherwise improved areas which become disturbed by trenching. 3.3 CUTTING AND PATCHING a. PROVIDE all cutting, and patching required for the proper installa- tion of material and equipment specified in this Section. Cut and repair roofing to match existing and/or as directed. 3.4 CLEANING AND CLOSING a. INSPECT and test all work prior to burying. concealing, or placing into operation. Clean the interior of all Piping prior to closing. Lines shall be flushed in the presence of the inspector. b. UPON termination of the work, and at other times as the Architect may direct, remove all debris, rubbish, and all other discarded and abandoned items. c. UPON termination of the work, thoroughly clean all material, equip- ment and apparatus installed. 3.5 ADJUSTING AND BALANCING a. GENERAL: 1) Adjust and balance all equipment, apparatus, and systems to operate as indicated, or as otherwise necessary for proper operation of the installation. Note: The Contractor will not be held responsible for any existing equipment that does not operate. Provide all measurement instruments required for the specified adjusting and balancing. 2) Upon completion of adjusting and balancing, certify to the Architect, in writing, that the specified adjusting and balancing have been performed and that the installation complies with the specified requirements. 3.6 INSTALLATION a. GENERAL: • 1) All new material, equipment, and apparatus shall comprise complete and operable systems. Provide allapparatus. parts, material, and accessories which are necessary to accomplish this result. 00573 i 2015-77 ISA - MECHANICAL GENERAL Page 15A-4 of 4 3.6 a. 2) Should any part of the new installation result in an incomplete or inoperable system, or systems, provide additional material or equip- ment necessary to complete the installation as required. 3) Install all material, equipment and apparatus entirely out of the way of lighting fixtures, doors, windows and other interferences unless specifically indicated otherwise, 4) Provide means of access to all valves, dampers, controllers, operable devices and other apparatus which may require adjustment or servicing. b. PIPING: 1) Install all piping concealed above ceilings or in walls unless other- wise indicated or not possible because of existing conditions. 2) Unions: Provide unions to render all items in the systems easily removable, including valves, piping specialties and on both sides of pumps and equipment. Provide dielectric unions at all connections of ferrous to non-ferrous piping and equipment, 3) Domestic Water: Connect copper piping to fixtures with hard brass fittings. c. VALVES: 1) Wherever possible, install valves accessible from floor level. Do not install valves with stem pointing downward, unless indicated otherwise. Provide operating handles for all valves and cocks with- out integral operator. 2) Provide valves and cocks same size as line size, unless indicated otherwise. d. PIPING SPECIALTIES: 1) Provide escutcheon at all points where piping passes through finished floors, walls and ceilings, 3.6 e. HANGERS AND SUPPORTS: 1) Securely fasten all piping and Duct Work to the building construction by means of hangers, supports, guides, anchors and sway braces to maintain alignment, prevent sagging, and to prevent noise and excessive strain on piping due to movement under operating conditions. 2} Adequately mount, support and anchor all material and equipment as required. Include lateral bracing as required to prevent horizontal, seismic movement. f. PLUMBING FIXTURES: 1) Verify all rough-in locations in field. Accurately align and levet all plumbing fixtures. Mount fixtures at heights and locations indicated on the Architectural Drawings. Where heights are not indicated, use manufacturer's standard height. Gasket tightly and neatly caulk into position all floor mounted fixtures. Provide winged ell or tee at each fixture stop valve. w * ** * 00574 2015-77 15B - PLUMBING Page 15B-1 of 11 PART 1: GENERAL 1.1 GENERAL PROVISIONS a. SECTIONS under Div. G-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS, and Div. 1-GENERAL REQUIREMENTS and 15A-MECHANICAL GENERAL contain provisions essential and basic to these specifications, and shall apply whether or not referred to individually hereinafter. b. REFERENCES to individual Div. G and Div. H or Div. 1 Sections are given by mere number and title: and provisions immediately follow- ing such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. THE CONTRACTOR shall be responsible for the installation of com- plete and operable systems as indicate on the drawings and/or described herein and shall include in his work the procurement and installation of all equipment, materials and devices, and the furnishing of all labor, transportations, tools and service necessary thereto. b: ALL WORK and materials shalt be in full accordance with the latest rules and regulations of the Fire Marshal, the Safety Orders of the Division of Industrial Safety, Occupational Safety and Health Act, the local plumbing code, applicable laws or regulations. Nothing in these plans or specifications is to be construed as permitting work not conforming to these codes. The foregoing shall be construed as minimum requirements; where drawings or specifications require quality in excess of these requirements the drawings and/or specifications shall govern. c. MAJOR WORK included in this section is; 1) Additions and alterations to the system of sanitary waste and vent piping, including all connections. 2) Additions and alterations to the system of hot and cold water pip- ing, including all connections. 3) Plumbing fixtures, supports and trim, floor drains, traps, access panels, etc., as required or as indicated. 4) Flashings, pipe sleeves, plates, hangers, anchors, miscellaneous piping accessories and incidentals necessary to make such system complete and in operation. 5) Testing of systems as required herein. 6 Removal of existing fixtures and related piping as indicated on drawings. 1.2 WORK NOT INCLUDED: The following items, related to the work under this heading, are included under the section indicated or are not included • in the contract. a. Electrical work. 00575 5 E 2015-77 156 - PLUMBING Page 15B-2 of 11 b. Painting, unless specifically required, shall be done as specif- ied under "Painting" section of the specifications. c. Architectural, sheet metal. 1.3 MATERIALS: Within fifteen days (15) after the award of the contract, submit to the architect for approval five copies of a complete list of materials and equipment proposed for use, including manufacturer's names, catalog numbers and published dataFor proposed substitutions include sufficient information to permit judgement of equality with the items specified. Substitutions of items which, in the opinion of the Architect, are equal in quality and utility to those specified will be permitted, provided permission for such substitution is issued by the Architect in writing. Install no equipment or materials without the Architect's consent. The Architect may require the removal and/or replacement of any unapproved materials or equipment installed without change in contract price. 1.4 RULES AND REGULATIONS: All work and materials shall be in full accor- dance with the latest rules and regulations of the State Fire Marshal, the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Occupational Safety and Health Act, the Uniform Plumbing Code, published by the Western Plumbing Officials' Associa- tion, Local Utility Company, Water District and Sanitary District, Department of Public Works ano other applicable State laws or regula- tions. Nothing in these plans or specifications shall be construed as permitting work not conforming to these codes. 1.5 PERMITS AND FEES: In general the county will secure and pay for all Utility Fees associated with the Utility of all plumbing work on this project. This shall not, however, relieve the Contractor of coordina- ting his work and performing all work necessary for the complete plumb- ing installation as shown on the drawings or further described in these specifications related to Utility Company Service. 1.6 VISIT TO SITE: Visit the site of the building, take measurements and obtain such other information as may be necessary for bidding, No allowance will be made for any failure on the part of the bidder to familiarize himself with the extent of the work, or the circumstances under which work is not to be done. 1.7 SUPERVISION AND WORKMANSHIP: Constantly supervise the work and as far as possible, keep the same foreman and workmen on the work from com- mencement to completion. The workmanship of the entire job must be in every way first class, and ony experienced and competent workmen will be allowed on the job. 1.8 STORAGE AND SHOP: Provide all temporary storage and shop rooms that may be required at the site of the job for the safe and proper storage • of tools, materials, etc. These rooms shall be constructed only in the locations approved by the Architect and must in no way interfere �Q1J,"l� : P _Q � •� 2015-77 15B - PLUMBING Page 15B-3 of 11 with the proper installation and completion of other work, and shall be removed by the Contractor at his own expense within three days after having been notified by the Architect that such removal is necessary. 1.9 INTERPRETATION OF DRAWINGS a. THE DRAWINGS are diagrammatic and establish the general requirements of the work, the sizes of members and the relations of parts. Be- fore laying out or installing any work, refer to the general draw- ings (including structural, heating and venitlating, electrical), for conditions and dimesions, and take all necessary measurements at the building. b. IF ANY PART of the plans or these specifications may not appear clear or definite, apply to the Architect for his interpretation and instructions. Do not proceed with the work affected until clarifi- cation is obtained from the Architect. 1.10 INSPECTION OF WORK a. ALL WORK and materials covered by these specifications shall be sub- ject to inspection at all times by the Architect and his duthorized representatives. • b. DO NOT cover or enclose any work before all required inspections and tests. Any work prematurely closed in shall be reopened for inspection. Restoration of all work (structural and finished) dam- a?ed thereby shall be made by the Contractor without extra compensa- ton therefor. 1.11 UTILITIES: Comply with applicable rules of local utility companies furn- ishing service. Verify locations of existing utilities. Utilities shall be connected at any time that best serves the convenience of the Owner. 1.12 ALIGNMENT AND GRADE OF UNDERGROUND PIPE a. ALL PIPE shall be laid to the required lines and grades. Fittings and valves shall be at the required locations and with ,joints centered spigots home and all valve stems plumb. b. TEMPORARY SUPPORT, adequate protection and maintenance of all under- ground and surface utility structures, drains, sewers and other ob- structions encountered in the progress of the work shall be furnished by the Contractor at his own expense under the direction of the Architect. c. WHERE THE GRADE or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, branch connections • to main sewers, or main drains, the obstructions shall be permanently supported, relocated, removed or reconstructed by the Contractor in cooperation with Owners of such utility structures. 00571 .ti x.�._�r5e ,�e:ai�t, ,�.="su ,�;��,:+1.a, ,3a,;�' x, e:uz,�€- •..:�,,:,n. ;..� r gip, �c,��,r ,; i 2015-77 15B - PLUMBING Page 15B-4 of 11 d. NO DEVIATION shall be made from the required line or grade except with the written consent of the Architect. e. WHENEVER NECESSARY to determine-the location of existing under- ground utility structures, the Contractor, after an examination of available records, shall make all explorations and excavations necessary to determine utility locations. 1.13 EXCAVATION AND BACKFILL a. TRENCHES SHALL be dug to the required alignment and depth, only so far in advance of pipe laying as the Architect shall permit. The trench shall be braced and drained when necessary so that workmen may work therein safely and efficiently. Any part of the excava- tion below grade of the trench shall be corrected with thoroughly compacted sand. b. GRADE the bottom of all trenches evenly to insure uniform bearing for the full length of all pipes, cut holes as necessary for all Joints and joint making. Excavate all rocks, cemented gravel, old masonry or hard material to at least 6 inches below the pipe at all points. Refill such and all other cuts with sand or fine gravel firmly compacted. • c. WATER LINES and sewer lines shall be run in separate trenches except where, in locations, separate trenches are impractical, then water piping shall be on a separate solid shelf, 2 feet from and 12 inches above the sewer line. d, ALL BURIED WATER piping shall be embedded in an evelope of sand ex- tending 6 inches in all directions from surface of pipe. e. ADEQUATE BARRICADES, construction signs, torches, red lantern and guards, as required, shall be placed and maintained during the pro- gress of the construction work. Whenever required, watchmen shall be provided to prevent accidents. Rules and regulations of the local authorities regarding safety provisions shall be observed, f. TREES, FENCES, poles and all other property shall be protected unless their removal is authorized. Any property damaged shall be satis- factorily restored by the Contractor. g. BACKFILL SHALL contain no rock, stones or boulders larger than 3 inches in its greatest dimension and shall be free from brush or any other perishable or objectionable matter that would prevent pro- per consolidation or that might cause subsequent settlement. It shall be compacted thoroughly by tamping in layers. h. RESTORE and/or replace paving, curbing, sidewalks, gutters, shrub- bery fences, sod or other disturbed surface or structure to a con- dition equal to that before work begins, and to the satisfaction of the Architect. In restoring improved surface, complete new pavement As required. 005'78 i 2015-77 15B - PLUMBING Page 15B-5 of 11 I. ALL DIRT, rubbish and excess earth from excavation shall be hauled to a dump provided by the•contractar, and the construction site shall be left clean, to the satisfaction of the Architect. PART 2: PRODUCTS 2.1 PIPE a. BRASS PIPE: Shall be made to conform to A.S.A. Specifications H-27-1, latest edition. b. STEEL PIPE: Shall conform to A.S.T.M. Standard A-120. Pipe shall be Scheduled 40 except as otherwise specified, black or galvanized as specified hereinafter. c. COPPER TUBING: Shall conform to A.S.A. Specification H-251, latest edition, and shall be Type L or K as specified hereinafter. d. CAST IRON: Shall be service weight A.S.A. A40.1, American Brass & Iron Foundry or equal. Bell and spigot with lead and oakum joints. Clay pipe shall be Bell and Spigot snap seal or equal. No-hub not acceptable. • 2.2 FITTINGS a. MALLEABLE IRON FITTINGS: Crane or Walworth, 150 or 300 pound fit- tings threaded, with flat bands, galvanized or black as hereinafter specified. b. UNIONS: Crane No. 519 or Walworth No. 7715 for steel piping 2" size and smaller. Welding flanges or standard cast iron flanged unions for steel piping 2 1/2" and larger. c. FLANGE BOLTS AND GASKETS: Cranite 1/16" asbestos sheet packing coated with thread lubricant when being installed. Flange bolts shall be open hearth steel, with square heads and hexagonal nuts. d. COPPER FITTINGS: Including type M waste and vent piping shall be Mueller "Streamline" wrought copper fittings and ground Joing unions; Joints made with 95-5 solder. e. BRASS FITTINGS: 125 pound standard bronze alloy, screwed. 2.3 WASTE AND VENT PIPING a. ALL UNDERGROUND waste and vent piping - service weight, cast iron soil pipe and fittings. • b. WASTE PIPING 3" and larger - service weight soil pipe fittings or type M copper.- 005'79 - 2015-77 15B - PLUMBING Page 15B-6 of 11 c. WASTE PIPING 2" and smaller - standard weight galvanized steel pipe with cast iron (Durham) drainage fittings. d. VENT PIPING 3" and larger - service weight soil pipe and fittings, or type M copper. e. VENT PIPING 2 1/2" and smaller - standard weight galvanized steel pipe with cast iron (Durham) drainage fitting, or type M copper. f. VENT THROUGH roof shall be flashed with four-pound lead flashing with flanges extended 10" on all sides of pipe. Counterflash all vents with "Mechanically Designed Products Company" cast iron ring. 2.4 WATER PIPING a. ALL ABOVE GROUND hot and cold water piping shall be type L hard drawn deoxidized copper tubing with wrought copper fittings made up with 95-5 solder. Screwed connections shall be made with I.P.S. red brass fittings. b. ALL UNDERGROUND piping shall be type K copper. 2.5 VALVES • a. GATE, GLOVE angle and check valves for water piping shall be Red- White, or equal. Valves for copper tubing shall have I.P.S. threads with adapters union ends. Solder valves are not acceptable. Type Size Red-White No. Gate 3" and smaller 206 Gate 4" and larger 206 Globe 2 1/2" and smaller 211 Globe 3" and larger 211 Check 2 1/2" and smaller 230 Check 3" and larger 230 2.6 ACCESS PANELS: This contractor shall furnish access panels where shown on the drawings or required for access to shut-off valves, trap primers, shock absorbers and other plumbing items concealed in walls or ceilings, whether indicated on drawings or not. Access panels shall be Inland Steel Products Company "Milcor"or approved equal, complete with Corbin locks with BLL-7 key. _ v+a 0058p 3 i 2015-77 158 - PLUMBING Page 15B-7 of 11 2.7 INSULATION a. INTERIOR COLD WATER LINES 1/2" - All interior concealed 40°F. or above cold water lines except sprinkler fire lines shall be insu- lated with Fiberglas Sectional Low Pressure Pipe Insulation with the factory applied vapor barrier. Insulation shall be applied to the pipe with side and end joints butted tightly. The factory ap- plied vapor barrier shalt be adhered smoothly and securely over all end joints with a vapor barrier adhesive to insure a continu- ous vapor barrier. b. ALL FITTINGS shall be insulated with Aerocor tightly wrapped and covered with a thin coat of insulation cement to a thickness flush with adjoining insulation. After the cement is thoroughly dry, all fittings shall be coated with a 1/8"-finch thick wet coat of Benja- min Foster C-1 mastic or approved equal. While still tacky, a layer of Glassfab shall be embedded in the mastic. After the Initial coat has dried, the fittings shall be finished with a heavy brush coat of the mastic. c. INTERIOR HOT WATER 3/4" - All interior hot water, hot water re- circulating, and tempered lines shall be insulated with Fiberglas Sectional and Low Pressure Pipe Insulation. Insulation shall be applied to the pipe with side and end joints butted tightly. The factory applied canvas jacket shall be pasted smoothly at longi- tudinal and circumferential Joints. All fittings shall be insu- lated with Fenco All-Purpose Cement to a thickness flush with adjoining insulation and finished with a light-weight canvas securely pasted in place. 2.8 PIPE HANGERS AND ACCESSORIES: Superstrut as follows: a. INDIVIDUALLY SUSPENDED PIPING - shall be supported by #C-711 or C-713 hangers, complete with #H-104 all thread rod. #C-713 hangers to be used when pipe is subject to slight movement due to thermal expansion. Pipe hangers to be manufactured of i" minimum width steel. b. TRAPEZE SUSPENSION - for three or more pipes in the same plane. Superstrut 1 5/8" width channel of a size suitable for load, in accordance with manufacturer's published load ratings. No deflec- tion to exceed 1/180 of a span. c, TRAPEZE SUPPORTING RODS - shall be a diameter sufficient to support the load with safety factor of S. Rods shall be securely anchored to the building structure. d. PIPE STRAPS - to attach pipe to channel, shall be #702 for standard pipe, #701 for cooper. 00581 2015-77 15B - PLUMBING Page 15B-8 of 11 e. SIZE - where insulation is required, #C-711 pipe hangers shall be sized to allow pipe insulation to pass continuously through the hanger. #702 and #701 pipe straps shall be furnished with #715 and #716 isolators, to allow insulation to butt to pipe strap. #C-713 hangers may be attached directly to pipe. Insulate over hanger. Pipe Size Rod Size 2" and smaller 3/8" 2 1/2" to 5" 1/2" 6" to 8" 5/8" f. HANGERS SPACING - all horizontal piping (other than soil pipe) shalt be supported with hangers spaced at maximum centers as listed below. Nom. Pipe Size 1/2 3/4 1 1 1/2 2 2 1/2 3 4. 6 6 Max. Spacing Ft. 6' 6' 7' 9' 10' 11' 12' 14" 16' 17' Soil Pipe: 5"-0" on center maximum; 1 at each bell minimum. g. VERTICAL PIPE RISERS - supported with #C-720. h. ISOLATORS - install #715 or #716 isolators at all hangers and clamps supporting bare copper pipe and tubing. 2.9 PROTECTIVE COATING: Protect all steel piping installed underground with Kopper's No. 70-B primer and No. 70-8 enamel, or equal in quality and utility. Apply by the spinning method to a thcikness of 3/32" and wrap with 15-pound coal tar saturated asbestos felt while enamel is hot. Coat and wrap fittings and field joints with same material to provide equal protection. 2.10 PLUMBING FIXTURES: General Requirements - fixtures shall be as shown on the drawings, complete as described in manufacturer's catalog unless modified herein. See drawings for locations, quantities, fixtures, plate numbers, and sizes of connections. Enamelware shalt have "Acid Resisting Enamel". Fixtures shall be factory drilled specifically for trim and supports required, as faucet hole covers, etc., will not be accepted. PART 3: EXECUTION 3.1 INSTALLATION OF PIPING a. GENERAL REQUIREMENTS - Contractor shall install all piping so that a minimum of space is occupied, furnishings all necessary fittings and offsets. Spaces provided in the design of the building for installation of mechanical work shall be utilized and the contractor 005* k i 2015-77 Page - PLUMBING Page 15B-9 of 11 shall keep all pipe within the furring lines established on the architectural drawings, unless pipes are shown exposed. Should additional space be required, it shall be arranged for by the Contractor in proper time to prevent unnecessary cutting. The Contractor shall do all cutting necessary to his work and shall make all repairs. b. SLEEVES shall be installed wherever pipes pass through floors, walls, and partitions. Sleeves shall be 1" larger in diameter and concen- tric with pipe. Where pipes go through fittings sleeves shall be "Adjust-O-Crete", or equal in quality and utility. All pipes passing through sleeves underground and/or slabs or grade shall have clear- ance caulked with oakum and mastic sealed to make watertight. Chrome cover the sleeve openings and inside diameter to fit snug around pipe passing through finished floors, walls and ceilings. c. DOMESTIC WATER PIPING - run generally level, free from traps or unnecessary bends. Arrange and valve to provide complete drainage and control of each system. Install all piping as to avoid undesir- able noise from water flow under operating conditons. All pipe sizes given are nominal inside diameter sizes unless otherwise noted. Provide 12" capped air chambers on each fixture connection not hav- ing shock absorber. There shall be a union at each valve or equip- ment. There shall be a dielectric union at each location there is dissimilar metals. Provide escutcheons at all locations where pipes pass through finished surfaces. d. CONNECTIONS between copper and steel shall be EPCO dielectric unions or couplings, or equal in quality and utility. e. ALL NOT AND COLD water piping shall be type L copper tubing above grade and type K below grade with wrought copper fittings, including copper IPS fittings and adapters. Connection to fixtures shall be made with IPS brass nipples, terminating tubing with drop ell'or other IPS adapter fitting capsule of secure anchorage to building structure, in order to prevent strain on tubing when tightening screwed piping. 3.2 TESTS a. PIPE SYSTEMS shall be testes and proven tight by pressure tests prior to covering or enclosing pipe lines. Tests shall conform to local code requirements, but in no case less than the following. Min. test Min. test Method System pressure period of test Domestic hot & cold water 150 PSIG 50 min, hydrostatic Waste and vent 10 feet 4 hrs. hydrostatic 3 00583 2015-77 15B - PLUMBING Page 158- 10 of 11 b. THIS CONTRACTOR shall test any portion of the installation as may be required by the Architect to determine specification compliance. c, ONE TEST on the complete installation shall be made with all the fixtures and other appliances connected and operating to demon- strate the successful operation of the various systems. The con- tractor shall furnish all labor, materials and equipment required to make these tests. Acceptance tests shall be made in the pre- sence of the engineer, and tests shall be repeated after repairs are made until satisfactory test is obtained. Should one piece of apparatus or any materials or work fail In any of these tests, it shall be immediately removed and shall be replaced by perfect materials. 3.3 STERILIZATION a. ALL WATER LINES, fittings and valves and connections must be steril- ized after installation. The following method shall be used and performed by a recognized test laboratory. After all lines.are installed, tested and made tight, a mixture of chlorine gas and water shall be slowly introduced into the pipe as a small amount of water is withdrawn from the end of each line or branch. After the lines have been completely filled with the treated water they shall be left under full pressure for 8 hours, during which period all • valves shall be opened and shut several times. b. THE CONCENTRATION of chlorine must by fifty (50) parts in one million and this concentration shall be maintained throughout the 8 hour period. After completion of the 8 hour period the lines shall be flushed with clean water so that the concentration of chlorine will not exceed two (2) parts in one (1) million. 3.4 MINIMUM REQUIREMENTS FOR FINAL ACCEPTANCE a. PREPARE, or have prepared, the following docuements for use by the Owner: 1) Three copies of maintenance and parts lists including exploded views for all equipment furnished. 2) Certificate of sterilization of water piping as prepared by labora- tory. 3) Complete set of "As-Built" drawings dementioned on a reproduceable tracing. The As-Built drawings must be current on a clean set of drawings. These will be checked at each payment period and the pay- ment will not be approved if the drawings are not current. The drawings shall show depth of burial and location from a fixes loca- tion. 4) There shall be a valve schedule showing use, N.O. or N.C. posted in a frame under glass as directed by Architect. Each valve shall have a number on a 1 1/4" round brass tag secured with brass chain show- . Ing N.O. or N.C. OU584 { .. w ^.._,..r,^..t..o,..`i3Y°aTl.3"�R"�°E..x.x*.F;��zdf+s^vtt '�+i.y.,,'�-d'•11}.'S Px..�.,y �cY*�' �. 15B _ PLUMBING page 158-11 of 11 2015-77 It' all keys, valve wrenches, cleanout wrenches, • b• FURNISH OWNER to operate all equi>�nt' trim shall be etc., necessary fixtures and equipment equipment, damaged, and all q factory finishes ree Ali debris shall be removed c ALL PIPING accessories. q clean, for demonstrations' in operation ready qualified resenCative shall be pre- from site• d• PLUMBING CONTRACTOR or his q rep sent during inspection• es specially called to the attention is uarantees, and the following' GUARANTEE: The contractor's „ regarding g and equipment 3.5 General Conditions Op faigur system follow the reg paragraphplumbing final ac- wtrkmanship,p year after The Contractor shall guarantee for a period of one Y against in repairs, replacements at free defer ecifications,s drawings or spa shall make all necessary the Arc tractor ding ceptance, to the satisfaction of+ the contractor within the one request of of°the equipment furnished by servicng year period. "00585 i t xMkYC.Cy r.Ti�s x?fTM �i `73.`i�n 1. 1'S'7 2015-77 ISC - HEATING AND VENTILATING Page 15C-1 of 2 PART 1: GENERAL 1.1 GENERAL PROVISIONS a. SECTIONS under Div. F-GENERAL CONDITIONS, Div, H-SPECIAL CONDITIONS, Div. 1-GENERAL REQUIREMENTS and 15A-MECHANICAL GENERAL, contain pro- visions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. b. REFERENCE hereih to an individual Div. F and H or Div. i Section is given by mere number and title; and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. COMPLETE systems, including all equipment, piping, ducts, insulation, controls and appurtenances other than that indicated as existing. 1 Kitchen hood 2 Exhaust Fans 3 Air distribution 4 Flue PART 2: PRODUCTS 2.1 DUCTWORK a. GENERAL: Construct all ducts and plenums of gages and with joints, bracing, reinforcing, and other construction details in accordance with the latest ASHRAE Guide and Data Book, and SMRCNA Duct Manuals, unless herein specified otherwise, and comply with requirements of NFPA Pamphlets. Curved elbows shall have a centerline radius not less than 1-1/2 times the width of the duct. Joints shall be made airtight. Duct sizes are indicated as net inside dimensions on the Drawings. The indicated dimensions shall be altered at the job site for the purpose of avoiding interferences and clearance difficulties to other dimensions producing the same air handling characteristics. Supports shall be 1" sheet metal straps. No wire supports allowed, 2.2 REGISTERS AND DIFFUSERS a. GENERAL: Barber-Colman with No. 7 finish b. CEILING EXHAUST GRILLE (CEG); Model GER c. WALL GRILLE: Model GER 2.3 DUCTWORK SPECIALTIES a. FLASHING: Duct flashing shall be 26 gage, galvanized steel, flashed and counterflashed`and caulked to secure a waterti,ght construction. 00,586 15C - HEATING AND VENTILATING page 15C-2 of 2 2015-77 2.4 Not Used • 2.5 Not Used • Acoust; rating: 2.6 Not Used 2.7 Capacity as indicated. tern, roof TOILET EXHAUST FANS: Jenn-Air or ILG inline fan. 3 sones maximum. inch oval flue with adapt room heater. FLUE: Matalbestos UL listed,4 Connect to existing 2.8 cap- flashings storm collar and cap- Kt f. 4 P • � t j_- S J '' {i 1 KY, r: s} {. t � .� e.ke 3 iYe �y�;• �,u'`!!�f' y# Y { f. Y i L as i d3 i * * * * 0587 2015-77 16A - ELECTRICAL Page 16A-1 of 12 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIRE- MENTS contain provisions essential and basic to these Specifications; and shall apply whether or not referred to individually hereinafter. 1.2 SCOPE: Furnish all labor, materials, apparatus, tools, equipment, transportation, temporary construction and special 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, mechanical, plumbing and architectural drawings, and includes but is not limited to the following items: a. REVISIONS to existing electrical service shall be as shown on the drawings. b. REVISIONS to existing main switchboard with provisions for Power. Company's metering. c. BRANCH circuit panelboards. d. ELECTRICAL feeders. e. ALL BRANCH circuit wiring, and wiring devices for lighting, receptacles, appliances and electrically powered equipment or apparatus, including wiring and connections to motors and motor controllers. f. LIGHTING fixtures and lamps. g. CONNECTION and testing of electrical appliances. h. TEMPORARY light and power for construction purposes during the period of construction of required and maintaining service to existing building electrical loads for existing use when required. Cutting, patching and caulking for all penetrations required for electrical work. I. CONDUIT only for mechanical systems where required. J. AS-BUILT drawings. O0580 € .r,'^ - `xi '':•) ..;t.a -, ?fir �a.a .�r'm`yG' %Sa.,�'._;u.•,f,X;i. A2=>cgxyr, +, ' 2015-77 16A - ELECTRICAL Page 16A-2 of 12 1.3 CODE REQUIREMENTS: All work shall be performed in accordance with all applicable requirements of governing codes,,rules and regula- tions including the following: a. National Electrical Code. b. State of California, Administrative Code, Title 24. c. Rules and regulations of the local power company. d. All pertinent city and county codes. e. O.S.H.A. 1.4 PERMITS AND FEES a. Secure and pay for all permits, licenses, fees and inspections necessary for the prosecution and completion of the work. b. Pay any and all Power Company fees and charges. c. Provide properly signed "Certificate of Inspection" before work is accepted. 1.5 VISIT TO SITE: Visit the project site, take requisite measurements, and verify exact location of building, utilities, and other facili- ties, and obtain such other information as is necessary for an intel- ligent 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. 1.6 DRAWINGS: The electrical drawings, which constitute an integral part of this contract, shall serve as the working drawings. They indicate diagrammatically the general layout of the complete electrical system, including the arrangement of feeders, circuits, outlets, switches, controls, panelboards, service equipment, fix- tures, 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 plumb- Ing drawings and adjust work to conform to all conditions indicated thereon. Discrepancies 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. 1.7 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 00589 t t 2015-77 16A - ELECTRICAL Page 16A-3 of 12 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. 1.8 COOPERATIONS WITH OTHER TRADES: Cooperate fully with other trades during work on the project as may be necessary for the proper com- pletion of the project. Refer to the architectural, mechanical, plumbing, and structural drawings for details of building structure and equipment installation which will tend to overlap, conflict with, or require coordination with the work of this section. All work in this section shall be scheduled as to avoid any overlapping and con- flict and to effect such coordination as may be necessary for the building as a whole. 1.9 PROTECTION AND CLEANING: During construction, protect all work from theft or damage by accident 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. 1.10 GUARANTEE: All work and materials provided under this section shalt 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. 1.11 SUBSTITUTIONS a. It is the intent of these specifications to establish quality standards of materials and equipment installed. Hence, specific items are identified by manufacturer, trade name, or catalog designation. b. Should the Contractor propose to furnish materials and equipment other than those specified, as permitted by the "or approved equal" clauses, he shall submit a written request for any or all substitutions to the Architect. Such a request shall be alter- nate to the original bid; shall be accompanied with complete descriptive (manufacturer, brand name, catalog number, etc.) and technical data for all items, shall indicate any addition or deduction to contract price. Proposals to furnish alternate materials and equipment shall be submitted with the original bid. c. Where such substitutions alter the design or space requirements indicated on the plans, the Contractor shalt include all items of cost for the revised design and construction, including cost of i all allied trades involved. 005 i 2015-77 16A - ELECTRICAL Page 16A-4 of 12 d. Acceptance or rejections of the proposed substitutions shall be subject to approval of the Architect. If requested by the Archi- tect, the Contractor shall submit for inspection samples of both the specified and the proposed substitute items. e. In all cases where substitutions are permitted, the Contractor shalt bear any extra cost of evaluating the equality of the materials and equipment to be installed. 1.12 SUBMITTALS AND SHOP DRAWINGS: Within 15 days after award of contract six (6) copies of a complete submittal, consisting of catalog cuts or brochures of materials and shop drawaings of equipment proposed for,use, shall be deposited with the Architect for approval. The complete electrical materials 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 shalt clearly indicate: 1) Tag, mark or number by which item is identified by contract documents. 2 Complete dimensional data and descriptive information. 3 Elevation views for compiete'representation. A Construction details and arrangement. 5 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 Main switchboard (shop drawings). 5 Lighting and power panelboards (shop drawings). 6� Any other electrical equipment calling for shop drawings in other paragraphs of this specification. c. IN SUBMITTING shop drawings or data at variance with the specifi- cations 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. 1.13 MAINTENANCE AND OPERATING INSTRUCTIONS w a. UPON COMPLETION of the work, furnish maintenance and operating instructions together with catalog cuts and service deatils of the equipment installed. This sahli include parts lists, parts 3 00591 2015-77 16A - ELECTRICAL Page 16A-5 of 12 numbers, and other pertinent data for all equipment requiring maintenance, special adjustment or operation. The above infor- mation shall be delivered to the Architect in triplicate before final certificate of payment will be issued. b. AT THE TIME of occupancy, arrangements shalt be made for manu- facturer's representatives to instruct building operating and maintenance personnel in the use of any equipment requiring operation and maintenance by building personnel. 1.14 AS-BUILT DRAWINGS: a. AT START OF WORK, the Contractor shalt be furnished one set of sepia transparencies of the drawings relative to this work. The responsibility of obtaining said sepias rests with the Contractor. b. "AS-BUILT" work which is at variance with that originally shown shall be clearly and neatly noted on the transparencies, includ- ing 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. 1.15 TEMPORARY POWER: a. Under this section include all labor and materials requisite to provide power for lighting outlets, power outlets etc., and connections to equipment to remain in operation during the period of construction. 1,16 PRODUCTS AND MATERIALS - GENERAL a. 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 instal- lation of materials furnished under this section shall be in accordance with manufacturers' instructions and technical data pertinent to the product specified and/or approved. b. 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 designations are listed, choice shall be optional with the Contractor. 00592 2015-77 16A - ELECTRICAL Page 16A-6 of 12 1.17 PRODUCTS AND MATERIALS - SPECIFIC a. CONDUIT: 1) Rigid steel, full weight, threaded, hot dipped glavanized or sherar- dized. Conduit bushing shall be OZ type A or T & B series 200. Grounding bushings shall be T & 8 series 3800 or OZ type IGB. No conduit size less the 3/4". 2) Electrical metallic tubing, hot dipped galvanized or sherardized. Connectors and couplings shalt be compression type. Connectors shall have insulated throat. No conduit less than 3/4". No set screw connectors. 3) Watertight flexible metallic conduit shall be "Sealtite" flexible conduit with T & 8 series 5331 connectors or equivalent by Appleton. b. OUTLET BOXES: 1) Boxes for dry locations shall be one-piece, galvanized steel, minimum size 4" square or octagonal x 1 1/2" deep. 2) Boxes for exterior use or in damp or wet locations shall be Crouse- Hinds Condulets, Appleton Unilets or Kiliark Adlets, complete with covers, neoprene gaskets and threaded hubs. c. PULL BOXES: 1) Junction and pull boxes shall be standard outlet boxes wherever possible, otherwise code gauge galvanized steel of required size with covers sealed with cadmium plated machine screws 6: on centers. Where pull boxes are installed in exposed areas', they shalt be fin- ished with one coat of dichromate primer and two coats of ASA #49 medium gray baked enamel and shall be built from approved shop drawings. d. WIRE AND CABLE: 1) 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 cooper with 600 V insulation as hereinafter specified. Wire and cable shall be as man ufactured by Rome Cable Company, General Electric Company or approved equal. 2? Minimum conductor size shall be #12 AWG. No aluminum wire. 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 TRW 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. Tag all circuits each end with Brady number labels. e. WIRE AND CABLE CONNECTORS: 1) T & B one-piece type RP12, self-insulated connector for #10 wire or smaller or MMM Co. Scotchloks. Provide Bradley tag on each circuit at each panel, T box or outlet. 00593 i 2015-77 16A - ELECTRICAL Page 16A-7 of 12 21 Minimum conductor size shall be #12 AWG. No aluminum wire., 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. e. WIRE AND CABLE CONNECTORS: 1) T & B one-piece type RP12, self-insulated connector for #10 wire or smaller or MMM Co. Scotchloks. Provide Bradley tag on each circuit at each panel, T box or outlet. 2) For 08 and larger use T & B compression connectors series 54000. 3 Splices 300 volts (phase to phase) and below shall be insulated with two layers of Okonite rubber tape at 1/2 lap and two layers of Mason friction tape at 1/2 lap. 4) Splices above 300 volts (phase to phase) and up to 600 volts shall be insulated with one layer of varnished cambric tape 1 1/2 times the thickness of the wire insulation and covered with two layers of Okonite rubber tape and 1/2 lap and two layers of Manson friction tape at 1/ 2 lap. 5) Splices in wet or damp locations shall be covered with layers of Okoprene weather resistant tape at 1/2 lap, and two coats of Glyptol paint. • f. CONDUIT SUPPORTS AND HANGERS: 1.) Kindorf, Unistrut, or approved equal. g. 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 by the Architect. 1) SPST AN 1991 2 Three way AN 1993 pilot lights for the above switches shall be AN T1376 with T-S-6 6 watt lamp. 3) Thermal switches for fractional HP motors shall be AN RL-21 (surface mounted) or RL-21-F (flush mounted). 4) Weatherproof switches shall have Crouse-Hinds DS 185 covers or approved equal. h, RECEPTACLES: Arrow-Hart, Hubbell, Sierra, or approved equal with ivory, brown or gray finish as selected by the Architect. 1) Duplex, 20A, 125V, 3 wire, groundabie-AH 8300. Weatherproof receptacles in exposed locations shall be in cast FS or FD boxes with Crouse-Hinds DS 136 threaded cap housing. I. DEVICE PLATES: 1) Sierra (S series smooth stainless steel) P series smooth plastic, ivory, brown or gray as selected by the Architect. 00594 `i 2015-77 16A - ELECTRICAL Page 16A-8 of 12 2) Telephone and signal system device plates shall have 3/8" diameter bushed hole. 3) For surface mounted sheet steel boxes use Appleton 8300 series box covers. ). LIGHTING AND RECEPTACLE PANELBOARDS: Shall be as manufactured by Square "D", or approved equal. Shop drawings are required. 1) Branch circuit panelboards shall be of the circuit breaker type with number and ratings of branch circuits as indicated on drawings. Bus bars shall be copper. 2) Panels shall be arranged for service as shown on the drawings. 3 Circuit breakers shall be as called for on the drawings. 4 Panel trims shall be furnished for flush or surface mounting as noted. Surface mounted panels and trims of flush mounted panels shall be finished with one coat of di-chromate metal primer and two coats of ANSI No. 49 medium gray enamel. 5) Cabinets shall be provided with stretcher-leveled steel doors of code gauge thickness with concealed butt hinges. Panel doors shall be single door construction with combination spring catch lock on inside edge of door trim. Locks on all panelboards and switch- boards shall be keyed alike. 6) All wire and cable shall be bundled with T & B TY-Rap series TU 525 and TY 535 bundle clamps. 7 Furnish lockouts for branch circuits where required by code. 8 All panels shall have spaces indicated equipped with provision for future breakers. 9) Panelboards shall be provided with typewritten circuit directories mounted under plastic in 6" x 8" metal frame on interior surface of panel door. k. DISCONNECT SWITCHES: Shall be general purpose type, 600 volt, or proper size and rating, in NEMA i or NEMA 3 enclosure as required, with externally operable handle capable of being locked on or off. Switches shall be non- fused unless otherwise specified. Where fuses are to be provided, use Economy renewable delay type. Switches shall be as manufactured by Square D Company, or approved equal. 1. LIGHTING FI%TURES: 1) Shall be as specified on the drawings, furnished and installed com- plete and ready for service, including lamps. The finish of all fixtures and trims, not specified, shall be submitted to and appro- ved by the Architect. Fixtures shall be wired with an approved type fixture wire. 2) Ballasts for fluorescent fixtures shall be one or two lamp HPF as manufactured by Advance, Jefferson or approved equal. 3) Ballasts shall incorporate a thermosetting dry-fill and shall be protected by an automatic-resetting thermostatic type protector, Ballast thus protected shall be labeled "Class P" and shall be CBM/ETL certified. Rapid start ballasts shall have an "A" sound rating. 00595 t 1} t 2015-77 16A - ELECTRICAL Page 16A-9 of 12 4) Lamps shall be as manufactured by General Electric Company, Syl- vania, Westinghouse, or approved equal. Lamps selected for the project shall all be of one manufacture. m. WIREWAYS AND GUTTERS: Wireways shall be built of not less than 16 gauge galvanized sheet steel formed to size shown on the drawings and provided with 3/4" wide return for attachment of cover plates. Cover plates shall extend to outer edges of wireways. Adjacent plates shall fit with close even joints. Cover plates shall be fastened to wireway re- turn edges with evenly spaced cadmium plated machine screws in drilled and tapped holes. The interior surfaces of wireways and covers shall be given one coat of primer and one coat of rust- preventing paint. All exterior surfaces shalt be given one primer coat and two finish coats of ANSI #49 baked on gray enamel. 1.18 EXECUTION a. All wiring shall be installed in an accessible conduit system which shalt be electrically continuous throughout. The conduit system shall be concealed unless exposed work is clearly called for on the drawings. Where field conditions require indicated conduits to be run exposed, approval of the Architect shall be secured prior to installation. The term "Conduit" as used in this specification refers to rigid conduit and electrical metallic tubing. b. Except as otherwise specified, preparation, handling, and installa- tion 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. 1.19 INSTALLATION OF CONDUIT a. CONDUITS shall be installed in a neat, workmanlike manner and in- stallation shall conform to the best of modern practice. All con- duits shall be installed with code radius bends with not more than four bends per run. Where more than four bends are required in a particular run, pullboxes shall be installed to facilitate the putting of conductors. b. ALL CONDUIT runs concealed above furred ceilings shall be installed to avoid conflict with lighting, heating and ventilating ducts and plumbing systems. Conduit in main room shalt be run in insulation above ceiling. c. PARALLELED CONDUITS shall be run straight and true with offsets uniform and symmetrical. Conduits shall be secured by means of straps or clamps where single runs occur or on racks and hangers for multiple runs. i 2015-77 16A - ELECTRICAL Page 16A-10 of 12 d. CONDUIT TERMINATIONS at cabinets and boxes shall be rigidly secured with locknuts and insulated bushings. All conduit ends shall be reamed after cutting and, if not secured to boxes or cabinets, shall be capped and protected during construction. e. SQUARE OR EMPTY conduits shall be capped at dead ends and empty conduits shall have a 1/8" nylon pull line installed. f. RIGID STEEL CONDUIT shall be used for interior feeders, sub-feeders, wiring in concrete walls and floors, underground and exposed work. Where rigid steel conduits are installed under floor slabs or under- ground, they must be enclosed in a 2" concrete envelope or covered with a protective coating of "Pabco Wrap" with threads and couplings covered with Scotch Tape. g. ELECTRICAL METALLIC TUBING may be used in concealed locations above grade, but not in concrete walls or floors. h. FLEXIBLE CONDUIT shall be used for connection of recessed lighting fixtures, motors, heating and ventilating and plumbing equipment or locations where it is not practicable to use rigid conduit or, electrical metallic tubing. In exterior locations or in wet or damp ipcations the flexible conduit shall be "Seal Tite". • I. PROVIDE ail necessary sleeves and chases where conduits must pass through concrete walls or floors. The provision of sleeves and chases shall be scheduled well ahead so as to prevent unnecessary cutting of poured concrete. After conduits are in place, openings in walls and floors shall be filled, sealed and finished to match adjacent surfaces. J. EXPOSED CONDUIT, when allowed, shall be run parallel to, or at right angles to building lines and/or center lines of beams and columns. Exposed conduit work shalt be neat, of good appearance and free from irregularities and damage. 1.20 INSTALLATION OF OUTLETS a. INSTALL standard 4" octagon or square boxes at each ceiling or wall fixture and as indicated for continuous rows of flourescent fixtures. Outlet boxes for suspended fixtures shall be provided with 3/8" fixture studs. b. INSTALL SWITCH and receptacle outlets in separate or gang boxes as required. Outlets for switches shall be located where indicated on the drawings at a mounting height of 52" unless otherwise noted or indicated. Receptacle outlets shall be mounted at 12" above finished floor or 6" above tops of counters or in counter splash, if noted, or in a manner described on the drawings. -s- 00597 2015-77 16A - ELECTRICAL Page 16A-11 of 12 c. GENERALLY, outlets shall be mounted on adjustable bar hangers. In wood stud walls outlets shall be mounted on 2" x 4" wood block- ing. Flush in all cases in block walls. d. ALL OUTLETS in furred wails or ceilings shall be provided with plagter rings of proper depth to match wail finish no more than 1/B from surface. 1.21 INSTALLATION OF WIRE AND CABLES a. NO WIRE shall be pulled into any portion of the conduit system until all construction work that might damage the wire has been completed. b. NO MECHANICAL means shall be used for pulling in wire without the permission of the Architect. c. ALL WIRING shall be continuous from outlet to outlet, or from ter- minal to terminal. . No splices will be permitted in conduits. d. SPLICES in wires and cables shall utilize approved type solderless connectors. In no case shall the insulation of the wire joint be less than the insulation value of the conductor. e. SECURELY TAG all branch circuits, noting the purpose of each, Mark wires with Brady "Quicklabel" wraparound wire markers. Where two or more conduits enter a single outlet mark each conductor with it's corresponding circiut number. f. COLOR CODE all conductors. 1.22 CONNECTION OF MECHANICAL EQUIPMENT a. INSTALL AND CONNECT all motor starters, connect all motors and heat- ing units 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, 1.23 LIGHTING FIXTURES a. LIGHTING FIXTURES shall be installed plumb level, in straight lines, without distortion, and shall be clean. b. PENDANT FIXTURES shall be provided with ball aligners. c. RECESSED FIXTURES shall be provided with the proper suspension yokes and accessories and the proper type and depth of plaster frame. d. SURFACE MOUNTED fluorescent fixtures shall be mounted on 1 1/21" spacers only if required by code for low density ceilings. 00598 ;,Ak s ., 2015-77 16A - ELECTRICAL Page 16A-12 of 12 e. LIGHTING FIXTURES mounted on tile or pan ceiling shall be mounted so fixture shall be centered on a tile or a crack between the tile. 1.24 IDENTIFICATION OF EQUIPMENT AND CIRCUITS a. Nameplates shall be provided to permanently identify all switch- boards, circuit breakers, panelboards, motor starters, relays, time switches and other cabinet mounted equipment or apparatus. Name- plates shall be of a laminated phenolic type consisting of three layers, black-white-black, with the uppermost layer engraved to show the white layer, not less than 1/2" x 3". Oymo labels will not be approved. 1.25 GROUNDING a. 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. Ground con- ductor shall be Type TW wire installed in rigid conduit and ex- tended to a cold water line which is not less than 1 114" iron pipe from point of ground connection to earth. Attach to cold water pipe with T & B conduit hub and water pipe clamp. Ground resistance at any point shalt not exceed 3 ohms. 1.26 TESTS: Tests shall be conducted during the construction period to deter- mine conformity with applicable codes and with these specifications. Tests shall be performed in the presence of the Architect or his repre- sentative and shall include: a. Test all circuits for continuity. b. Record ampere readings at mains of all panelboards. Any phase unbalanced in excess of 10% for three phase systems shall be corrected. c. Perform megger tests on all feeders. The minimum acceptable insulation value for feeder conductors is one meg-ohm. d. Test all motors for proper operation and rotation. e. Test all Contractor furnished equipment for proper operation. f. Test Owner furnished equipment for proper operations. g. Prior to energizing the electrical system, the neutral circuit shall be checked for accidental grounds. Any accidental grounds shall be corrrected. 00,500 e In the Board of Supervisors of _Con tra Costa County, State of California July 19 19 77 in the Molter of State Department of Aging to fund employment Serviccontract IT IS BY THE ` execute State DepartmentB f ORDERED that its Chairmaq A r for the Social Ser% De Aging coatract ¢07971040 �0R1� to ` in federal funds (Title contract Area Office on 6 (Couaty 129-009-1) match Of $1,730 Older Americans Act of ging to provide `$44;710 Part-time subcontractor local stare of 1965) with a ymentCoun through June 30. 197 for senior -it3ze=yy'dur $3'238, to provide 1978. during the period July 1,:1977 PASSED BY THE BOARD on July 19r 1977. r;. hereby certify thot the fo minufes of said Board of Sv '"am8 is a true and correct co py pa+risors an the dote aforesaid °f an order entered an the Oris: Human Resources Agency Attn_ Contracts S Grants Unit Su 1A**53 my hand and the Seal of the Board of cc: County Denison Count for-Cotor of£uted this19th County Auditor-Controller d°Y of July County Social Service Dept. ��� 19 77 Office on Aging State Dept. of Aging J R. OLSSON, Clerk Max a M. Heupeld Deputy Clerk 00 t'/ APPROt/.O SY TH/ • ' G CONTRACTOR STMKOAF7•AgREEAtrr.NT—ATroRNSY GwtRAL 0 ttrwTt AGENCT TTA-C CF CAUFORMIA , STD�:eW,i•'•'s/ (3 O[PT.OF GEN.SER. TitiS AC1:GE\iS :::aado and catered into fit. 23 An of '1u 19- 77 � eoNTRou.ae in tl•e sta.:of C•tliforniku by and bet—en State of California,through its duly elect=d or appointed. D qualified and acting ❑ TITLS OF OFFICEA ACING FOR STATE AGENCY I NUMara D;T4+ct or State of California - Department of Aging 079710 W- cra/ta R the Saxe, /� Contra Costa County 2 9 V 9 �- tne Contmc w. -*VM- S.SETH:That the Contractor for and is coasldecation of the covenants,conditions,agm men%and atkmlations of the -State hereinafter eque md.does hereby agree to furnish to the State services and materials,as follows: (Sat Jorth teroiea m ba rendendby Cameeiormromlta 6spoidConacelo,erne Jorper(orarRcsa wwlplsKay aodattaei.atoasondsys�tia►;iJmlgrl In order to carry out the purposes of Title 29 Code of Federal Regulations, Labor Subtitle A,-Office of the Secretary of Labor, Part 89, pursuant to provisions of Title IX (Coamtttaity Service Employment for Older americans) of the Older Amer--cans Act of 1965, as arerded, the Califo=-:a Departaeu'. of Aging has been authorized to receive tands for paying part of the casts for providing part-time employment in community service activities for eligible older Americans, 55 years of age and older, as defined in Section 89.19, Title 29, Code of Federal Regulatinns. In addition to providing subsidized employment this program offers older persons the opportunity to acouire specific Job skLils, upgrade existing job skills, obtain assistance with personal and job--elated problems, receive yearly physical examinations, and an opportunity for a rmexed sense of personal value arising from involvement with' the community and in some cases placement into the regular, competitive Sob market. F'0 r APPROVED jam *Me provisions on the reverse side hereof constitute a part of this agreemmt ' IH wrnnSS�FHEREOF,this agreeanent has been eat ctited by the partit"c hereto.upon the date a written. STATE OF CALIFORNIA COMEACTOR AGENCY _ . OR IIP AN INOr1a9UY.STATa T/NSn.ot ACORFOYIO TR. {, C9lifo=ia Deozrtment of .Con 8.tbsta Coua +; 6Y(AUTN l2tDIGIJA O �Y�t URIC) r •{' ` Tr= TLC Vti�. r� lV71. Director Chairman Board o :$�ervisors REaa I{ . tCONnNUCD ON-L SNEErS•FACH M"MINO NAME OF CGIMMILTORS ;.'!i_jtez_ r'A Q4S5a•r.f�%. to tale we"IR Thh Spew AMOUNT OF T340 ESTI.IATC APPROPRIATION ru►.o• { $ 44,710 Title IX Grant Special Dein t UMENCUMEZREO SALAI/CC ITEM CMAPTER STATUTaS! •. FISCAL YGR F:� 1~> s 1977/ a'n"Id swkica ADJ.INCREASING ENCUM- FUNCTION YY ewwNCC� a $ Contractual Services AOI.OCCREASIMO EN=UM• UNC ITCH ALLOTMENT s RANCC 097-0• AUG 25 1972 1 herby certify upm my Drew pmonat l,Roletrdp that budtatal Janda T.B.A.No. a.R.NG. a/e=aAddr Jor the prriodawd tsn meof the esrrndifarea:atntabow. SIGNATURE OF ACCOUNTING 9F/IC4 OATS !. 1 - .21- 77 6rf tisarl I hrrrlwl erTkjr aL!concur&Ins Jne rD•mptina rt forth in Scare AdmWa mdw d[aaaai Srsaaw 1111:13 huge baew corn d rr5th and this rLrnment is ezempt from reviclr/bg the Dcprlrfnlrnt of Eirmac. • `^rNATy1 Z OF OTF7COt�ICN1 4/1 7CNALF OF TMC AGFYCY /C/�_ ./t 'tll•boo 7 R I Contra Costa County -2- 1. (a) ,This project, Senior Community Service Z-solo:ment ?roman no. 907720 shall be carried out in accordance with Title IX of the Older Americans Act of 1965, as-amended, thea program regulations and directives thereto, federal and state Laws, and the State Manual for Title IX operations and reporting requirements, all of which are or may be operative during the term of this contract. (b) In addition, this project shall be carried out consistent with the terms and conditions of the Project Grant Application as approved by the State in making this award. (c) In the event of conflict between the provisions-set forth in subparagraph I (a) and the terms and conditions of the Project Grant Application, the provisions listed in subparagraph 1 (a) shall control. (d) In the event of conflict between provisions of this agreement and of the Project Grant Application, the provisions of this agreement shall control. (e) Copies of all documents set forth in subparagraph 1 (a) hereto are available for inspection at the California Department of.Aging, 918 "J" Street, Sacramento, California 95811.. : 2. The approved Project Grant Application which is on file with the State is hereby incorporated by reference and is made.part of this agreement. - 3. This agreement shall not be considered effective until signed by ...both parties hereto and approved by the State Department of General Services. 4- The term of this agreement is from JUI9 1, 1977 to Jane 30, 1978 , subject, however, to earlier term- ination as herein provided. 5. In consideration of the on-going performance of the above in a manner considered satisfactory to the State, the State shall pay Contractor a total amount not to exceed St U,710 1 . which is derived solely from federal funds and which shall be spent in accordance with the budget which is part of the approved Project Grant Application. A portion of the total contract amount shall be paid Contractor not more frequently than monthly, in advance during the term of this agreement up to the total contract amount, upon receipt of a Financial Status Report and Request for Payment of Title IX Federal Funds (CDA 29) by the State in quadruplicate (4). 6. Contractor shall accou.-zt for and maintain all funds received under the terms of this agreement separate from any other funds administered by Contractor. Contractor shall expend all funds received hereunder in accordance with this agreement. `.0602 Cca-tra Costa Cor.^:tp -3- 7. 7. Contractor shall at all times during the term of this :,reemsnt maintain complete records of its activities and expenditures here- under in form satisfactory ctory to the State and shall marc all records pertaining to the project available for inspection and audit by the State or the the government or their duly authorized aZents at any time during, normal business hours. All such records must be maintained and kept available by Co.-tractor for a mi.-iiim= of three years from ttm endin.; date of this contract if a state or federal audit has occurred, or five years from said date if no audit has ' occurred. In the event of audit exception, such records shall be (maintained and kept available until every exception has been cleared to the satisfaction of the State. In addition, records for non--e-Vendable property which was acquired with federal funds shall be retained for three years after final disposition of such property. Contractor shall timely submit all reports of its activities and expenditures as may be required by the State. S. In the event any subcontractor is utilized by the Contractor for .any portion of the project, Contractor, nevertheless, retains the prime responsibility for carzyi.-Z, out all the terms of this agree-meat, including the responsibility for insuring the availability and retention of records of subcontractors in accordance with para_aph 7 hereto. Ho subcontract utiliziro funds from this aEreement shall be entered into which has a term extending.b and the endirC- date of this agreement as set forth in paragraph l; hereto. Specifications -Tor a-V suocontract shall be submitted to the State in uri`,.inr, 15 days prior to award of that subcontract by Contractor. In the event Contractor contemplates using any profit-cW i = entity as a subcontractor, the State mast approve of each sgch prof it-amaling entity in aritir4; prior to award of aq/ such subcontract by Contractor. A copy of any executed subcontract must be forerarded to the appropriate Pegional Office of State t thin 30 drys after the beginning date of the subcontract. 9. Contractor shall have no authority- to contract for or on behalf of, " or incur obligations on behalf of, the State of Californiz. 10. For work or services performed under this agreement, no iuM-Adual y' shall be paid waxes or salary by Contractor either (1) in excess of $18.75 per hour during ary 24-hour period, or (2) more than $150.00 for any 24--hour period, out of funds pajable to Contractor hereunder. 11. Contractor shall comply with all Department of Ihealth, Education and Welfare re--ulatiors promulgated pursuant to Title VI of the Civil. Rights Act of 1?64. As indication of his intent to comply, Contractor shall co mlete and siZn an.Assurance of Compliance with such regulations (Aon-4-1141), which form, When completed and sided by Contractor shall be attachcd•hereto and incorporated herein by reference. 12. Authorized State or federal representatives shall have the right to monitor, assess, or evaluate Contractor's performance pursuant to ' this agreement. on at least a quarterly basis, said monitoring, f assessments, or evaluatians-to include but not hie limited to audits,. son contra Costa County , inspection of promises, and interviews of project staff and participants. 13. Authorized State or federal representatives shall have the right'' to inspect work sites of the Contractor daring the term of this agreement at any time during normal business hours. M,. Ido vaiverr of any of the grorisions of this agreement shall be binding unless in vritina and sisned by a duly authorized representative of Contractor and State. No waiver or-modificatioi shall.be effective is aV case -.here approval of such -wiser or modification by the State Department of General Services is requ red by lm., until such approval is obtained in w itixj�-,from the State. Department of General Services. 1.5. Prior to commencement of any v k under this.contract,,Contractor', sial' secure Eton funds provided by the State pursuant to this contract_ 1. adequate insurance against. liability on account of. d ge to persors or property; 2. adequate insurance covering all Contractor's ecpl ogees under applicable uor'.caen's coag,enzati ort,lass; 3. adequate insurance as recriired by applicable local l.sr or requirement. The Contractor,shall., until all cork under this contract. has been co¢rpileted and all advance percents made hereunder have been. liquidated, (i) maintain such insurance; (ii) maintain..degturte in urance tt on any property used for, acquired for or allocable to this contract to which title is held by the State; (iii) furnish such wn_cLr_ce respect to his insurance to the'State as the State maT-from tine to tine require. .* , All insurance contracts secured by Contractor pwsua-:t to,this par.:- graph shall require each in rrer to imti fy the State.by re&iutered mail to t::e California Departrer_t of Aging:at 918 "J"'Street, Sp- a menta, Caliior da of arV codification, termination or cancel- lation of --*V contract of insurance betjeen insurer and Contractor no less than five (5) dvjs prior to the effective date of such modification, terain tion, or cancellation. Notice,by the :,.-curer shall be effective upon receipt of same by the State. In addition to axly other re=f-resents of this contract, Contractor shall notify the State of any modification, termination or corcei- lation of any contract of insurance secured by Contractor purs:aat to this paragraph as soon as Contractor learns of the potentia for or existence of, whichever is earlier, any such modification, termination or cancellation. KF 16. Contractor shall comply*with all federal, state and local laws.and regulations pertinent to its operation and shall keep in effect aAT � 0 and all licenses, permits, notices and certificates as are recfxired��b`�+ �iQ €34fi Contractor shallTurther comply with all laws applicable to wanes and hours of empl%-=nt, occupational safety, and to fire safety, health, and sanitation. Cmxl-a Costa Countf 17. Contractor shall indemnify, save harmless, and defend State from all liability from loss, damage, or injury to persons or property in aV manner arisixg out of or incident to the performance of this agreement, including zrithout limitation all consequential damafes, whether or not resulting .from the negligence of State or its agents. 18. lrq notice to be given hereunder by either party to the other mz*r be affected by personal delivery in writing, or by registered or certified mail, postage prepaid, return receipt requested, and shall be deemed communicated as of actual receipt. tailed notices to the State shall be addressed to the California Department of Agin„ 918 IVI Street, Sacramento, California 9%11:, and nailed. notices to Contractor shall be addressed to Contractor at the address indicated by it in its project grant application. Each party may chane its address by written notice in accordance with this paragraph: lq. Upon written request to the State, Contractor my be excused from performance hereunder for any period of time,attributable to dela;; caused by inclement weather, earthquake, fire, flood, cloudburst, cyclone or other natural phenomenon of a severe and unu!r=l nature, act of the public enemy, epidemic, quarantine restriction, frei&b embargo, strike or labor dispute or aV other unforeseeable cause beyond the control and withoat the fault of Contractor. Contractor shall terminate the project only upon receipt of written approval by State and in accordance with procedures and instructions set . forth in said notice of approval. 20. State, at its sole discretion, may extend the time far performance of ary act by Co-tractor hereunder bj written notice of such extension to Contractor. 22. If, in the sole discretion of the State, conditions arise which warrant the suspension or termination of the project, the State . may suspend or terminate project operations hereunder. Such suspension or termination shall be effective upon fire (5) days > written notice to Contractor of the action being taken, the reason Tor such action, and any ccnditions of the suspensionor termination. Said notice shall also inform Contractor of its rifrt to appeal such decision to the State and of the procedure for doing so. No federal or State funds shall be used to cover any cost accrued by Contractor during any period of suspension. A The project shall be deemed terminated when its operations have been suspended for more than three consecutive months in any bud-.Pt year. Conditions which s q warrant suspension or termination tion include as non-,etxaustive wta.ples: Contractor's violation of the term.^, of this agreement; Contractor's inadequate pro;-ram performance; or unavailability of resources adequate to complete the proLram. - Cofitractor's failure to cbmply with the reruns of arV prior afire se (► with State may, in the sole discretion o£ the State, be deemed LfW� U, '` grounds for suspension or termination of thi, project. K Contra Costa County 22. Contractor may appeal any determination, decision, action or.non- action,'includir{; suspension or termination (hereinafter collectively referred to as "action"), affectint, a project under this agreement within fifteen (15) days after notice of such action. Such appeal shall be in writing to the Director of the California Department of Age, and shall set forth plainly the action or actions being appealed, the reasons Contractor finds such action. unsatisfactorl, and its suggested course of action for State.. At the title of mod no arq appeal, Contractor may request either an oral or written hearing, at its option. The Director shall set as . date for xv such hearing not later than,60,days.-follo:ring receipt of the request therefor, at a time,an&place-convenient to the Parties* Contractor may, at its own expense and without charging the same against project funds, be represented at such hearing by any representative of its choice not eunlofed by the State. Contractor or its representative shall have the right to present Contractor's viers at such hearing. _ The Director, or a designee of the Director, preferably having no contact with the project shall make a written response to the appeal within thirty (303 days of receipt of the appeal or within 30 days of the close of any hearing held thereon, whichever is later, a tcept that, if the Director or the Director's desigr ee shall make no such response idtidn the tip set forth, the action of the Stats field rep_resertat=ve shall be deemed affirmed. Arq decision by the Director, whether in writiM. or by the mpira-- tion of time as provided herein,- shall be final and conclus°ve upon Contractor. Unless the Director directs otherwise, no appeal o: arV action, including suspension or termination, shall operate to star the effective date of such action. 'x 23. The State shall retain title to all capital asset equipment, which is purchased choly or in part with federal or state funds. At - termination or completion of the project, Contractor shall dispose of said equipment in accordance with Federal and State procedures. If the equipment is to continue to be used to further the purpose - of the Older Americans Act, title to said equipment may be relin- quished to the Contractor upon written approval by State of a request by Contractor to transfer ownership of the equipment to Contractor. 24. Contractor, within sixty (GO) days after termination or after the endin_- date of this aZr cement as provided in paragraph 4, which- ever is earlier, shall provide the State with an audit which has been performed by a Public Accountant or.Certified Public Accountant Contra Costa County _ —'j— _ and which meets project audit --t---.da:-dr specified by the State. Where Contractor is a p,tblic esti;, the audit required herein may be perfornx:d by the Contractor's Chief Auditor. or equivalent officer. 25. No later than 97 days prior to the endirg date of this contract.' Contractor shat' proride-State with its estimate of LPic a_'ount of funds which :-rill rc-,;n une.•�cnded at the cndin�; date. Upon terninatioa or expiration of tris alree-mcrt Contractor.:: return to the State immediately unpn :rritten dcr!_lnd any.urencua:- bered funds, unearned fuses, or ant eo.upr-n`,, purchased trith fundL-, provided under t:3s or any other aZ-;rem=it with the State, _ 26. As used through this agreement, the term "shall", is a3ndatory; the term, "may", is permissive. - _ }i . y r r l t� 1 -Ll' Contract (=V-5/77) h� ASSURANCE OF CCttPLIA,NCZ VITU TUE DEPARMENT OF HEALTH, EDUCATION. Att9 WELFAP.E REGULMON Ut7DER - TITLE VI OF TUE CIVIL RIGIMS P_Cr OF 1964, Coit4:a Cosva County (herein- (Name of Subgrantee or Secondary Recipient) after called the "Subgrantee") HEREBY AGREES THAT it will comply with Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and all re- quireaeats imposed by or pursuant to the Regulation of the Department of Health, Education, and Velfare (45 CFR Part 80) issued pursuant to that title, to-the end that, in accordance with Title VI of that Act ` and the Regulation, no person in the United States shall, on the ground of race, color, or natienal origin, be excluded from partici- patios in, be denied the benefits of, ,or be otherwise subjected to disiriminatIon under any program or activity for which the Subgrantee • _-receives Federal financial assistance from QIj fnrn;� roma*-tM.prTt of a recipient or - (Name of:Grantor) Federal financial'assistance from the Department (hereinafter called "Grantor"); and HEP"Z GIVES ASSUMkNCE THAT it will i=ediately targe any treasures necessary to effectuate this agreement. If any real property or structure thereon is provided or lmproved`` with the aid of Federal fineacial assistance extended to the Sub'' grantee by'the Grantor,' -this assurance shall obligate the Subgrantee, or 1._ the ca,e of.~.y transfer of such.nrooert}. any transferee-for tae period dur-ing wnicit tGe real property-or structure-is used for a purpose for which the Federal financial assistance is extended or for another purpose involving the provision'of similar services or benefits." If any personal property is so-provided,-.this assurance shall obligate the Subgrantee for the period during which it retains ownership or possession of.the property.;:In all other cases,-,this assurance shall'obligate the Subgrantee for the period during which - the Federal financial-assistance is extended. to_it.by,the Grantor. THIS ASSURAWCE is given in ¢orsideration'of and for:the purpose of obtaining any and all Federal grants,spans, contracts, property, discounts or other Federal financial assistance extended after the date hereof to the Subgrantee by the Grantor, including installment payments after such date an account of applications for Federal financial assistance which were approved before such date. The Subgrantee recognizes and agrees that such Federal financial assistance will be extended in reliance on the representations and AaA Form 441 (To be completed by applicant for any grant from the State Agency designated.to 13pleaent the Older Americans Act. t.'here: . provision of facilities is lnvnlved, HEW Form 441 Is to be executed.) .- - r - r _ T agreements made in this assurance, and that the`Craotor or the Untted States or both shall have the right to seek judicial enforcement of this assurance. This assurance is binding on the Subgrantee, its successors, transferees, and assignees, and the person or persons whose signatures appear below-are autborL.ed to sign this assurance oa behalf of the Subgrantee.- Dated J,913 ^Contra Costa County Subgrantee) -r 3 Chairman of Boa d, or comparable authorised offtctal) 651 Pine Street' Inez, California ''94553 Tltle'. Chairman; Board of Supervisors Y` (EectDieIIL's -11 _ Al _ is...r3J i�f d'Y.X.. fir' 'T•:.F�+-. - � "x F+i-1 'utiv rG •}C! Y 3Y ':f'.SaS.�'e ..ar,�t]r-r-F X ti• t � t'• _ { a-r ""'.' .�"^S 1 i S j n.t"` .: `� t •al,.75+''-`� •c '?^ y 'j- �L �`'*"� ;, a y w.r•r s; Y Sri. ;...z' .i^GgYa'1a..Yn+r.1 � ,..Tr ^u rr 3 ct , ---ar.d— n y�a�s 'a c -4 "•'k6.. d`-x v.• ..Sa'�fir., •�i i i .�. s ,q..a�.�'^...,�dz�.�3?^ -r. 'r'X�.'�,ptt ,� tTi r. r* +or ^�c'-•• r � t",fi#C�^ry +Yt b- �' ad+7y� t;•g./-r' y _ .:S rs"".. v7-GrI `w _ 'Y'�,.:>�-5.,, r„s-+? :::s,o r .r P s,•.rsrs y �.`..s.3 tit•..' Y,S �tS.:,.:.+ tcu.a'r: i .y � r e •ems _ '"- e�x•� " Yx ti`+��'-t -" �� � -� vow---M- -- L"� . `.i ..,. � "�{„�W •t K- i+.' .� tr ice,�r't' `�` R yi'�• v++_M rhY ` ..+=-r-fix wf t 'yNs�i-5 y� F In the Board of Supervisors of Contra Costa County, -State of California ;a2y 19 In the Matter of Termination of Reimbursement Agreement Jesse J. Amie, Jr. On recommendation of the County Auditor-Controller IT:IS BY THE BOARD-ORDEBED THAT the Chairman IS BMEEr ADTMUM to execute Termination of Beimbursement"Agreement which was taken to guarantee repayment of the cost of'ser-rices rendered'by the County to Jesse J. Amie, Jr. who has made repayment ia'fuU. Passed by the Board on July 19, 1977. F 1 hereby certify that the foregoing is a true and correct copy of on order entered an the minutes of said Board of Supervisors on the date aforesaid Originating Dept: Auditox—Controner Witness my hand and the Seal of the Board of Supervisors cc: County Administrator affixed this1191th day of July 14 77 J. R. OLSSON, Clerk Deputy Clerk H x,inn-15MMaxine M. Net&eld 00609 TERMINATION OF REINBURSEMENT AGREEMENT The REIHBURSEMENT AGREEMENT and NOTICE OF LIEN executed on January h. 1962 by Jesse J. 9mie, Jr. and recorded in the official records in the office of the County Recorder of this County on Jams&-L7 11, 1962 in Volume 4033 at page 143 is bereby released. Dated:. July 19, 1977 IN By order of the Board of Supervisors. r _ t r •l CHAIRMAN OF THE BOARD:OF SUPERVISORS t Contra Costa'Couaty STATE OF CALIFORNIA. County of Contra Costa On (date) July 19, 1977 before me', Maxine X. Neufeld a deputy county clerk of this county. personally appeared Warren N. Boazess 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 be executed it. James R. Olsson, County Clerk �axdine,LVL Ne-ufeln Deputy County Clerk 00610 (M 2029 21/72) i� t In the Board of Supervisors of Contra Costa County, State of California July 19 11977 ' In the Matter of" Termination of Reimbursement Agreements Marion Villa Senor Varian and Isabel Villasenor On recommendation of the County Anditor-Controller IT IS BY THE BOARD ORDERED MAT " the Chairman IS HER AUTHORIZED to execute Terminationlof Reimbursement Agreeents which were taken to guarantee repayment of the cost of'services rendered by the'- County to Marion Villa Senor and Marion and Isabel:Villasenor who have made repayment in full. Passed by the Board on July 199 1977. � t � ry J f t S 1 k - h - T P f 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-Cantroller Witness my hand and the Sed of the Board of Supervisors CC: County Administrator affixed this 19th day of July ig 77 G J. R. OLSSON. Ctertc By—&1je, Deputy Cferk m x,zna-is-.0 Vaxine M. Neufeld 606U owls TU?M&TION OF REIMBURSEMENT AGREEMENT The REIABUURSEHBNT AGREEMENT and NOTICE OF LIEN.executed on November 30. 1960 by Marion Villa Senor and recorded in the official records in the office of the County- Recorder of this County on December 5. 1960 in Volume 3796 at page 39 is hereby released. ' Dated: JU1Y 19, 1977 By order of the Board of Supervisors. e.�,�a�reL!G��ii�a Boggess CHAIRMAN OF SHE BOARDOF SUPERVISORS Contra Costa County STATE OF CALIFORNIA County of Contra Costa On (date) July 19, 1977 before me; I : Maxine H. 11607= a deputy county clerk of this county, personally appeared Warren y. Boggess known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that be executed it. James R. Olsson, County Clerk �,rtaxi.�e Fa. hieufe a -: Deputy County Clerk cK 2oz9 1l/72) 00612: TRRKMATION OF REUGUURSEMENT AGREEMERr The REDMURSEIf M AGREEMM and NOTICE OF LIEN executed on march 12. 1962 by Marion and Isabel Vfllaserior and recorded in the official records in the office,of the County Recorder of'this County on Ju1Y 5. 1962 in Volume,.. 4153 at page 170 is hereby released. Dated- July 19, 1977 By order of the Board of Supervisors. ' a � % e, CHAI M OF TRE BOARD'OF SUPERVISORS Contra Costa Cc aty `T STATE OF CALIFORNIA County of Contra Costa On (date) July 19. 1977 before me, Maxine M. Neufeld a deputy county clerk of this county, personally appeared H3rren N. BowPess . knowa to me to be the person who subscribed this insrruw nt and to. the Chairman of the Board of Supervisors of this County and acknow ledged that be executed it. 1 JJaame�s B. Olsson, County Clerk Nlaxine K. Neuf_ d ArtQ Deputy county Clerk UUV�3 (M 2029 11/72) t In the Board of Supervisors of Contra Costa County, State of California July 19 51477 In the Matter of Terminating the Joint Exercise of Powers Agreement with City of Antioch for Traffic Signal Installation at East 18th Street and Hillcrest Avenue. Work Order No. 4338(925) The Public Works Director having advised that the City of Antioch. recently annexed the entire territory involved and having therefore recommended, that the Joint Exercise of Powers Agreement, which was previously executed on July 13, 1976, for pavement widening and installation of-a traffic signal, be terminated; and that the City be billed for 75 percent of the traffic signal design engineering which was completed by County staff and agreed upon by the City prior to annexation. IT IS BY THE BOARD ORDERED that the recommendations of the Public Works Director are APPROVED. PASSED by the Board on July 19, 1977. hereby certify that the foregoing Is a true and carred copy of an order entered on the minutes of said Board of Supervisors an the data aforesaid. _ VViteess my hand and the Seal of the Board of Originator: Public Works Department Supervisors Traffic Operations Div. affiXed thisl9thday of_ July 19 77 cc: Public Works Director City of Antioch J. R. OLSSON, Clerk County Auditor-Controller By P4z�a , Deputy Clerk N. Pous 00614 H-2a 3p615. In the Board of Supervisors of Contra Costa County, State of California July 19 '19 -M In the Matter of Report of the Planning Commission on the Request of Charles W. Delk, Applicant (2091-RS) to Rezone Land in the Walnut Creek Area. United Professional Fire Fighters, Local 41230. Owners The Director of Planning having notified this Board that the Planning Commission recommends approval of the request of Charles W. Delk, applicant, (2091-R2) to rezone 2.8 acres fronting approximately 142.5 feet on the west side of Sheppard Road, approximately 500 feet south of Treat Boulevard, Walnut Creek area, from Single Family Residential District-15 (R-15) to Two Family Residential District (D-1); IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, August 16, 1977 at 11:00 a.m., in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets Martinez, California. IT IS FURTHER ORDERED that the Clerk, pursuant to code requirements, publish notice of same in the CONTRA COSTA TIMES and give notice by mail to all persons shown on the last equalized assessment roll as owning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on July 19, 1977. I hereby certify that the foregoing b o true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesoid cc: Mr. C. W. Delk Witness my hand and the Seal of the Board of United Professional Fire Supervisors Fighters, Local 41230 affixed this 19t}aay of July 19 77 List of dames Provided by Planning Director of Planning J. R. OLSSON, Clerk By 40zA.Deputy Clerk Jamie L. Johnson 00615 H-24 3/76 15m y f A. RECEIVED CONTRA COSTA COUNTY J U L // 1977 PLANNING DEPARTMENT J.w OMN CM XMW OF SUPWaSM fmvrrw w Co. TO: Board of Supervisors DATE: Jay 7, 1977 Attn: Clerk of the Hoard FROM: Anthony A. Dehaeaus SUBJECT: REl0 TUD - Charles W. Delk (Applic) Director of United Professional Fire Fighters, Doral 1230. (2091-M) - 2.8 Ac., R-15 to D-1 Walnut Creek Area (S.D. 3 Attached 3s Planning Codon Resolution No. 54-1977, adopted by the Planning Commiss- ion on TbeSday, July 5, 1977. by a vote of 5 AYES - 2 AHSW (Anderson & Stoddard). MY s application Was reviewed by the Cmadssion on TUesday, June 28, 1977, and Was approved for change from R-15 to D-1 by a unanimous vote of the Commission (all members being present). The subject property is described as beiag 2.8 acres (approximately), fronting app=- imately 142.5 feet an the west side of Sheppard Road, approximately 500-ft., south of M t Boulevard in the Walnut Creek Area of said County. The following People should be notified of your Board's hearing date and time: ' United Profession Fire Fighters air. Erwin Jaeger of Contra Costa County, Local'1230 ( ) 1051 Sheppard Road 1601 Sutter Street, Shiite E Walnut Creek, Calif. 94598 Concord, California 94520 Charles W. Delk, Architect (Applicant) 2300 Danville Boulevard Whinut Creek, California 94596 Mr. Sea Hamman 1012 Sheppard Road Walnut Creek, California 94598 AAD/v Attachments: Resolution, Findings Map, Are Wp, Staff art, Neg•EM, Minutes cc: File 2091-B United Professional. Fire Fighters Mr. Cbarles W. Delk 9143ervisars, District: I, II, III. IV, V. 00616 UJOv tined with bocrd order Now RFSOLITTICFI 240. 54-1977 RESOEMCK OF THE PL9lv21ING COMMISSICN OF THE OOMaY OF OCnM COSTA, STATE OF CU"- OEuYIA, INOORPORATIM FIMUM AM ' TICKS CFi THE R9=31ED CMWGE BY aLkTI.ES W. DEER (APPLICANT), i MED PROFEDSIOi` L FIREFIGHTERS OF 0 tMA OOSTA 000NTY, TWAT #1230 (OHMS), (2091-RZ), IN THE OtDIlVAM OCHE SECTION PHUAINIM 1�O THE PRECISE ZMUM FOR THE W.AUM CREEK AREA OF SAID COU= MOMS, a request by CIDA M W. M (Applicant), UNITED PROEESSIOMAL FIRMGHf- ERS OF COYIR9 COSTA OO(IISTY, ICOM,81230 (Owners), (20914Z), to rezone land in the Walnut (reek Area from Single Family Residential District (R-15) to Tm Family Resi- dential District (D--1), was received by the Planning Department Office on October 22, 1977; and VAaMS, after notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday, June 28, 1977, whereat all persons interested therein might appear and be heard; and SAS, a Negative Declaration of Environmental Significancewas posted on this application on January 3, 1977; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and NOW, THLIUMURE, EE IT RESOLVED that the Planning Commission recommends to the Board of supervisors of the County of Contra Costa, that the rezoning request of C$ARCES W. M (Applicant), MMM PROFESSIONAL FnEFIO43TM OF CXNTRA cosu oxNTY, LOCAL#1230 (Applicant), (2065-RZ), be APPROVED as to the change from Single Family Residential District (R--15) to Two Family Residential District (D-1), and that this zoning change be made as is indicated on the findings map entitled: A PORTIM CF THE DISTRICTS?IAP FCYi THE NORTH YeMCIO VALLEY AREA, INSERT MP NO. 38, ARID THE DISTRICTS MP FM THE SOUM YMMCIO VALLEY MM, MSERT HAP 140. 39, C O1?MA CXJ6U COONTY, CU IF- OEM, which is attached hereto and made a part hereof; and BE IT FURTBER RESOLVED that the reason for this recommendation is as follows:(1) The proposed rezoning is consistent with the General Plan and the development of the area. landscaping and fencing should be made a condition of approval of the subdivis- ion for the northern, southern and eastern boundaries. BE IT FURTHER RESGUM that the Chairman and Secretary of this Comni.ssion shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Planning Laws of the State of California.. The instructions by the Planning Ccami.ssion to prepare this resolution was given by motion of the Planning Ccamission on Tuesday, June 28, 1777, by the fops vote: 17 Microfilmed with board order OWN Resolution No. 54-19n AYES: Camdssiaaers - Compaglia., Anderson, Balton, Young, Phillips, Stoddard,,Milano. NMS: Commissioners--None. ABSENT: Cammd ioners -None. ABSTAIN: Commissioners -None. I, William L. Milano, Chairman of the Planning Coumission 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 Tuesday, July 5, M7, and that this resolution was duly and regularly passed and adopted by the following vote of the Comnissioa: AYES: Camtmissimers - Compaglia, Phillips, Young, Walton, Aiilano. NOES: •Commissioners - None. ASSENT: Commissioners - Anderson $ Stoddard. ABSTAIN: Commoners - tine. --------------------------- Mailman of the PItkning Qmmission of the County of Contra Costa.,'State of California AT1l"iF: Secretary oy the ply comismon °f t(: Cot, RECEIVED Countvof antra Co , state gr-c�l zf=d II JUL// 1977 J.a otuoN WARD OF SUPUVWRS 2- 00618 Micsowmed ''with board order `Ct r r �\ f \/� A•3OF 00 /Al1%f `� W A L N U T;r� C� E E K. �A 3) r. - ,fir `;. �•. { i Y f/ R 40 MA I .1 - 'J I t Rezone From R/S To P-/ \ 800' I, INK L. MW 4A10 , Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is o true and correct copy of A PaRrION OA 7" O/SrOCT5 MAP JOOE TWE NoelW YGNACio VAUEY 4.Ff-4 /NSELTMAP WO. 35, AMO TflE D/STRitl,S M.9PfoAC THE JOOT#Y4AWIV YAazy .4,9E.4 iNaE.rT MAP IVO.3 9 ewroA easry cor/.t/Ty,c4.e4c RN/A indicating thereon the decision of the Contra Costa County Planning Commission in the matter of CH9L4E9 W. OEL,E 209/ R� Chairman of the eontto Costa County Planning Commission, State of Calif. ATTE 0061 y Vl -Sect t y of thV Contra Costa CoGnty Plag�ing Com fission, State4c.lif. Findings .Map rd order CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report XX Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2091 Phone EIR Contact Person Margaret Coulter Contact Person PROJECT DESCRIPTION: CHARLES DELK(Applicant)-UNITED PROFESSIONAL.FIRE FIGHTERS (Ownersf, County File 82091-RZ: The applicant requests that approximately 2.8 acres be rezoned from Single Family ResidentiaUR-15) to Two family Residential(D-1). Subject property fronts approximatelf.243.31`feet on the west-side of Sheppard Road,approximately 600 feet south of Treat Boulevard,in the CConcordThe project will not have a significant effect on the environment because: The-proposed project is consistent with the General Plan for the area'and with surrounding uses.It will mean curtailment of the diversity in the environment since fewer of the existing trees in the walnut orchard will remain than if a development of lesser density took place.However,the adjacent Contra Costa County canal does provide some aesthetic and open space buffering for future development. It is detezmined from initial sttidy by Mar aret Coulter' of the =X Planning Department that this project does not ave a significant effect on the environment. Justification for.negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North King, Administration Bldg. Pine $ Escobar Streets Martinez, California �1t7 Dat PosA '.J2 Iol Final date for review/appealdao- I By me t Representative 00620 LPI&n.ning Microfilmed with boo rd order I _ In the Board of Supervisors of Contra Costa County, State of California July-1914 Z7 in the Matter of REENTO -EW CLalfi- I. L. -PEMY, VE? Rpvs SWMCE R=-RESENTATIVS IT Is BY Ifs BOARD ORDERED that payment in the`a=unt_of $25.96 is.authorized to I. L. Epperly, 2136 Via Alta, Benicia, California 911510, as reimbursement for his Unisonic Yodel 790 RR calculator which was tinter damaged,oa November 11, 1976. PASSED BY IfiE BOARD on July 19. 1977 _ K &, 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 Veterans' Service Witness my hand and the seat of the Board of County Auditor-Controller Supervisors 'County administrator affixed thisl9th_day of_ July 19 77 n n J.�RGLSSON, Clerk eyf l�i t t a t 1 n I( /••A Deputy Clerk Patricia A. Bell ooh H-21 4/771sm In the Board of Supervisors of Contra Costa County, State of California July 19 ,19 77 In the Matter of Approving and Authorizing Payment of Claims for Relocation Assistance Robert W. Blue, M. D., 1000 Pine Street, Martinez (Civic Center) IT IS BY THE BOARD ORDERED that the following Relocation Assistance Claim Form is APPROVED and the County Principal Real Property Agent is AUTHORIZED to sign the claim form on behalf of the County. Reference Claim Date Payee Amount County Civic Center 6/27/77 Robert W. Blue, M- D. $1,547.96 (Charge to 1120-097-7700-605) 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 July 19, 1977. - r 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of sold Board of Supervisors an the dale aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Real Property Division wed this 19thday of July 1977 cc: Auditor-Controller J. R. OLSSON, Clerk County Administrator gy p r .1 a , , Deputy Clerk Patricia A. Bell. 00622 H-24317615m - r � In the Board of Supervisors of Contra Costa County, State of California July 119.'u— In the Matta of Payment for Loss of Personal Property Craig Bigelow IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to make payment of $76.00 to Craig Bigelow,238 Nob Hill Drive, Walnut Creek,. California, 94596, for loss of personal effects while at the County Hospital. PASSED BY THE BOARD ON July-19, 1977 _ x s ! 4 1 hereby certify that the foregoing Is a true and correct copy of an order ontered on the minutes of said Board of Supervisors on the date aforesaid. Witte my hand and the Seal of the Board of Orig: Director, HRA cc: County Medical DirectoriOe& 19 77 Craig Bigelow-q/aW49- affixed thQsl9tlz day of July County Administrator J. R. OLSSON, Clerk County Auditor-Controller Dept irk Patricia A. Bell 00623 . 1424 W75 IWA - In the Board of Supervisors of Contra Costa County, State of California July 19 _19°77 In the Matter of Disposition of Records IT IS BY THE BOARD ORDERED that pursuant to Government Code Section 26205 and 26201 that the Director of Building Inspection"is authorized to destroy certain obsolete original building and miscellaneous permits which have been microfilmed and copies of County Deposit Permits through June 1974, the original of which is on file with the Auditor-Controller's Office, and duplicate unsigned copies of warrants issued in 1974 numbers 30256 to 35355 inclusive. Passed by,the Board on July 19, 1977 s 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: Building Inspection Dept. Witness my hand and the seal of the Board of Supervisors cc: Auditor—Controller affiy�ed thbj Q}h day of Tuly. 1977 County Administrator 2J. R. OLSSON, Clerk By' 1 tatft�.L1°_ NY4 . Deputy Clerk Patricia A. Bell 00624 x•'43r61sm In the Board of Supervisors of Contra Costa County, State of California July 19 .19 77 In the Matter of Exercising Option to Extend Lease With Oil, Chemical and Atomic Workers International Union, Local 1-5, for Premises in San Pablo. The County of Contra Costa has in effect a lease with Oil, Chemical and Atomic Workers International Union, Local 1-5, dated August 26, 1974 for premises at 1515 Market Avenue, San Pablo, California, presently occupied by the Mental Health Program of the County Medical Services; and Section 5, Page 1, thereof grants to the County the option to extend said lease upon the terms and conditions as set forth in said lease; IT IS BY THE BOARD ORDERED that the County hereby EXERCISES its option to extend the lease for a period of one year, effective September 1, 1977. PASSED on July 19, 1977 unanimously by Supervisors present. 1 hereby certffp that the foreyoiny is a true and carred oopy of an order entered on the minutes of said Board of Supervisors on the daft aforesaid. Originator. Public Works Department, W1tneu ray hand and the Seal of the Board of Real Property Division Supervisors cc: County Administrator affixed thii2jL day of July , 19 77 Public Works _ Real Property. Lessor vai R/P J. R. OLSSON. Clerk Building and Grounds By ttlLerQ, ,� . CA ,Deputy Clerk County Auditor-Controller Patricia A. Hell County Medical Services Human Resources Agency 00625 H-24 317615. r In the Board of Supervisors of Contra Costa County, State of California: July 19 .1977 In the Matter of Authorizing Execution of a One-Year Lease with Stanley McNamara, Carl Gabellini, and Angelina Gabellini for the premises at 702 Main Street, 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 One-Year. Lease commencing July 1, 1977 with Stanley McNamara, Carl Gabellini;and Angelina Gabellini for the premises at 702 Main Street, Martinez, for. . continued occupancy by the Health Department. PASSED by the Board on July 19. 1977 r x %:t t 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 oforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: County Auditor-Controller armed thia19th day of JAY 19 77 Public Works Director Lessor (via R/P) Q�� �ld LSSON, Clerk Buildings & Grounds B Deputy Clerk Health DepartmentMame M. N County.Administrator 00620 H-24 3/76 15m` L E A S E _ 7O2 Main Street, Martinez, California Health Department 1. PARTIES: Effective an JUL 1 1977 , STANLEY MCNAMARA, CARL GABELLINI and ANGELINA GABELLINI, hereinafter called the "LESSOR", and COUNTY OF CONTRA COSTA, a political subdivision of the State of California, herein- after called the "COUNTY" mutually agree and promise as follows: 2. LEASE OF PREMISES: LESSOR for and in consideration of the rents, hereby leases to COUNTY and COUNTY accepts and takes those certain premises'commonly known as 702 Main Street, Martinez, California, consisting of approximately 1100 square feet of office space, located on the south line of Main Street between Ferry and Estudillo Streets (portion of Assessor's Parcel 373-193-006) together with certain office furnishings and equipment described in exhibit "A" attached hereto and made a part hereof. 3. TERM AND EXTENSION• (a) The term of this lease shall be for one (1) year commencing July 1, 1977 and ending June 30, 1978. (b) The COUNTY may extend this lease for an additional one (1) year commencing July 1, 1978 and ending June 30, 1979 on the same terms and conditions, except at a rental of $280.00 per month. (c) The COUNTY may extend this lease for an additional one (1) year commencing July 1, 1974 and ending June 30, 1980 on the same terms and conditions. except at a rental of $295.00 per month. 4. HOLDING OVER: Any holding over after the term of this lease as provided herein- above, shall be construed to be a tenancy from month to month subject to the terms of this lease, as applicable. 5. RENTAL: COUNTY shall pay to LESSOR as rent and use of said premises a monthly rental of $265.00 per month in advance on the 10th day of each month during the term of this lease. Rental checks shall be made payable to Carl Gabellini, et al, and mailed to 521 Allen Street, Martinez, California. 6. USE OF PREMISES: The premises shall be used during the term and extension hereof for purposes of conducting various functions of COUNTY. -1- 00627 maommed with board order 7. MAINTENANCE AND REPAIRS: (a) COUNTY will maintain any and all interior electrical, interior water and 1 interior plumbing systems. COUNTY will replace any and all electrical lamps and ballasts in the lighting system. (b) COUNTY shall provide routine maintenance and minor repair to the heating, and air conditioning systems. Major repair or replacement shall be the responsibility of LESSOR. (c) LESSOR shall keep the exterior of the building in good order, condition and repair including exterior doors and their fixtures, closures, and hinges. (d) COUNTY shall keep and maintain the interior of the premises in good order, condition and repair, to the extent provided by routine maintenance and normal care but shall not be responsible for major repair resulting from age and deterioration. LESSOR shall repair damage to the interior caused by failure to maintain the exterior in good repair including damage to the interior caused by roof leaks and/or interior and exterior wall or floor leaks. However, LESSOR will replace loose or broken floor tiles and will provide such repair as necessary-resulting from past or future water damage to.the floor. COUNTY shall repair any floor tiles damaged in the course of moving and installing partitions. (e) COUNTY shall replace any glass windows broken in the demised premises. (f) LESSOR shall provide and install at the direction of the Fire Marshall the necessary number of A-B-C fire extinguishers for the premises at no cost to COUNTY. COUNTY shall thereafter maintain, repair, and replace said extinguishers. (g) COUNTY shall not suffer any waste on or to the demised premises. (h) COUNTY shall not be responsible for correction of Code Violations which may exist in the demised premises, unless such violations arise out of or are related to a change in the COUNTY occupancy or use of said premises. 8. ACCOMPLISHMENT OF IMPROVEMENTS: (a) LESSOR will install an exhaust fan in the restroom. Fan to be in accordance with code and to operate quietly. (b) In the event LESSOR does not complete the improvements on or before September 1, 1977, COUNTY may complete the improvements and deduct the cost thereof from the rent. -2- 00628 9. UTILITIES AND JANITORIAL: COUNTY shall pay for all gas, electric and refuse collection services provided to the leased premises and shalt provide its own janitorial service. LESSOR shall pay for water provided to said premises. 10. 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. 11. 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 and shall not be held liable for any liability, claim or suit for damages to the person or property while in or upon said premises on COUNTY business and COUNTY hereby agrees to defend, indemnify, and hold harmless LESSOR from any liability or charges of any kind or character by reason of such injury or damage claim or suit for liability arising therefrom in, around, or upon said leased premises, except in the case of any structural, mechanical, or other failure of equipment or building owned by 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 invited or brought into the demised premises by LESSOR. 12. DESTRUCTION: (a) In the event of damage causing a partial destruction of the premises during the term of this lease from any cause, and repairs can be made within (60)' sixty days from the date of the damage under the applicable laws and regulations of governmental authorities, LESSOR shall repair said damage promptly and within a reasonable time, but such partial destruction shall in nowise void this lease except that COUNTY shall be entitled to a proportionate reduction of rent while such repairs are being made, such proportionate reduction to be based upon the extent to which the portion of the premises usable by COUNTY bears to the total area of the premises. -3- 00629 (b) If such repairs cannot be made in sixty (60) days, LESSOR may, at his option, make the same within a reasonable time, this lease continuing in full force and effect and the rent to be proportionately reduced as provided in the previous paragraph. In the event LESSOR does not so elect to make such repairs which cannot be made in sixty (60) days, or such repairs cannot be made under such laws and regulations, this lease may be terminated at the option of either party. (c) A total destruction of the premises or the building in which the premises are located shall terminate this lease_ 13. 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. 14. DEFAULTS: In the event of COUNTY breach of any of the covenants or conditions herein, including rent payment, LESSOR may re-enter and repossess the premises and remove all persons and property therefrom. In the event of such a breach by LESSOR, COUNTY may quit the premises without further cost or obligation or may proceed to repair the building or correct the problem resulting from the breach and deduct the cost thereof from rental payments due to LESSOR, provided.that COUNTY has given LESSOR written notice of said breach and provided that LESSOR has not made a sub- stantive effort to correct said breach. 15. SURRENDER OF PREMISES: On the last day of the said term, or sooner termination of the lease, COUNTY will peaceably and quietly leave and surrender to LESSOR these premises with their appurtenances and fixtures (except signs and fixtures referred to hereinabove) in good order, condition and repair, reasonable use and wear thereof and damage by earthquake, fire, public calamity, by the elements, by Act of God, or by circumstances over which COMITY has no control excepted. COUNTY shall not be liable for painting the interior of the demised premises upon termination of this lease. 16. INSPECTION: LESSOR may enter the premises between the hours of 9:00 a.m. and 5:00 p.m., Monday through Friday, holidays excepted, and may employ proper repre- sentatives to ensure that the property is being properly cared for, that no waste is being made, and that all things are done in the manner best calculated to preserve the property and in full compliance with the terms and conditions hereof- -4- 00630 17. SUCCESSORS: The terms and provisions of this lease shall extend to and inure to the benefit of the heirs, executors, administrators, successors, and assigns of the respective parties hereto, jointly and severally. 18. 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 �/ '/- the/, �tef CSA' rnia ! 6c_ Stanley RENS a W ge sy �'G�/'` Chairman.Boarder Su rs L LUL Carl Gabellim ATTEST: J. R. Olsson„Clerk ByF4= Affigel-ilftGabellin' I -~ De uty 11 RECOMMENDED FOR APPROVAL: By c CountyFAdiffinistrator B y Deputy Public Works Director Buildings and Grounds By Real Property Age APPROVED AS TO F JOHN B. CLAUSEN, County Counsel puty 00631 Miaoi`iln,id with board ons EXHIBIT "A" 1. Three waiting room Chairs, armless, vinal,covered r 5 2. a One side table 3. One corner>table 4. Two_typist chairs r 5. One wooden lighted display case 6. Ten armless side chairs 7. One steel executive desk W $. One 3-drawer legal size Remingtm Rand file cabinet with lock' r 9.' One 4-drawer legal size Columbia combination' rd and letter-file cabinet 10.1* One 4-drawer letter,size Remington safe file with combination card ` .1,1'. One 32" x 32" Formica top table- . . 12. Three interview tables with partitions 13. One receptionist built-in desk and counter 14. One 6-hanger coat rack 15._ One large wooden decorator panel with lake scene 16. One electric walnut framed wall clock-: x �, 17. Four miscellaneous framed pictures of Paris street scene Items not required for County use will be stored in the loft of the demised premises and will be deleted from the above list at County's-written.request_ t ` k 00� In the Board of Supervisors of Contra Costa County, State of California July 19 .19 77 In the Maher of Authorizing Auditor-Controller to Pay State of California Costs of Sharing a Private Telephone Line IT IS-BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to pay the State of California a pro-rated cost of $49 per month for costs of sharing a private telephone line between the Oakland office of the California Highway Patrol and the county Communications Center for the 1976-1977 fiscal year and the 1977- 1978 fiscal year. Passed by the Board on July 19, 1977. I hereby certify that the foregoing is a hue and correct copy of on order emend on the minutes of sold Board of Supervisors on the date aforesaid. Orig: Sheriff-Coroner Virdnen my hand and the Seal of the Board of cc: Auditor-Controller oifixed thisjtb day of Ju1y19 77 Administrator ^ f� ,.n1. R. OLSSON. Clerk eytn ) f 1Y Deputy Clerk Patricia A. Bell 0063) N-24 4/77 15M In the Board of Supervisors of Contra Costa County, State of California July 19 ,19 77 In the Matter of Soliciting Support of Alameda County in Opposition to SB 346. Supervisor E. H. Hasselti.ne having noted that this Board had received a copy of a letter written to the Board of Supervisors of Alameda County by Mr. Ronald Robie, Director of the State Department of dater Resources, soliciting support for the peripheral canal bill, Senate Bill (SB) 346, relating to water project facilities, and making an appropriation therefor; and Supervisor Hasseltine having recommended that the Board of Supervisors of Alameda County again be urged to support this County's position statement regarding Bay-Delta water quality protection; NOW THEREFORE, IT IS ORDERED that the Charman of this Board is AUTHORIZED to send a letter to that effect to the Alameda County Board of Supervisors. PASSED by the Board on July 19, '1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minules of said Board-of SuperAsors.on the dale aforesaid. cc_ Public Works Director Wdnns my hwA and the Seo)of the Board of ��� County Administrator affixed thl9thdoy of July . 19 77 R. OLS50N, Q" �d 4_°,Deputy Clerk Patricia A. Bell 00634 H-24317615m EDMUND G. K&OWN JR.Go.e•.or j•DE?'NuMENT OF. WATER RESOURCES � rs SRi RAMEIiifJ ssatu - ' (916) 445-9248 JULI 131977 R,EC EI1lL:� Honorable Charles Santana Chairman, Board of Supervisors JU /,/, 117 Alameda County Administration Building J.R.OlSSE�7 1221 Oak Street CLMY EOAVO G''p-''Vrnx �- COSIAC- Oaland, CA 94612 Dear Mr. Santana: - As antana:As you may know, the State Senate has recently passed SB346, %-hich would provide additional Delta protection and would authorize several new features of the Stz:tc tater Project and the Central Valley Project. A copy of the bill is enclosed. I .could like to colicit th_e saprort *f-' cur county For this bill, which I believe represents a reasonable conpron=se between Bay/Delta protection and necessary water development. At the same time, Contra Costa County has issued a position statement concerr_ing protection and enhancement of the San Francisco Bay-Sacramento San Joaquin Delta Estuarine System (adopted may 3, 1977). The County is sollciting resolutions of support for its position statement. I believe that while the position statement contains many points of significance relating to necessary protection of the ray and Delta, it does an inadequate job of analyzing the pros and cons of proceeding with necessary Federal legislation, and with construction of facilities to provide badly needed. protection_ If your county is killing to consider a resolution in support of SB346, or is considering support of the 00 . honorable Charles Santana Page 2 JUL' 131977 Contra Cost_ =:ositio.i state entt I ouIZ apnreciate. anv oPP4rtw.ity to"'ras` the Dupart,�ent'srepresented Then}: you very L,1 ch for consideang this request. Sincerely, ti a f { IV Ronald B. Robieu � r Director a �-V Enclosure µtar n `a crag c cc ' i:arren Boggess Chairman,'Loarn of Supervisors M ', x Contra Costa County r wF Z � { ..w Ka Rr rC�.a4 " N, r' ,g' �•- -��"w5 ' �? 51 r >'� ✓ k t. .� ,.r'z"3F t' r5}``r s x..z"'t'Mz. rtis A i z S ^ `"rhe Board of:Supervisors Contra James R.atssoe fCon Cpmty Clerk and Costa Ex aortic Clerk o,Oar Board County Administration Building Yo.CwMclne nus"N P.C.Box 911 �^ Chiet Mark Martinez.California 94553 WUqY (415)372-M71 James P.Kenny.Niehrncrrd --_ 1st Distnet Nanty C.Fanden-Manmet - Znd District aoWl d.Schrader-LA"ta +d District W anm N.8600eq.CaCad - qh oistript July 19, 1977 Erle Kis HasaAOna_Pdtsbur0 LI E CEI ATE D stn o str cl JUL •2/1977 J.R Ot550N Air. Charles Santana, Chairman suPFAYISOdS Board of Supervisors ._. rA CO' >ktx dt Alameda County Administration Building 1221 Oak Street Oakland, CA 94612 Dear Fir. Santana: Fir_ Ronald Robie, Director of the State Department of Water Resources, sent our Board a copy of the letter and other materials that he mailed to you on July 13, 1977, regarding SB 346, which is better known as the Peripheral Canal bill. We previously had written to your Board asking support for our Position Statement, regarding Bay-Delta water quality protection. Mr. Rabie's appeal to you apparently is in response to our request. We respectfully ask that you and your fellow Board members not be swayed by the mass material sent you by W. Robie, who has resources far superior to those available to the Bay Area. We ask that your Board stand fast against the pressure that now is being applied by state officials to win support for SB 346. Another copy of our Position Statement is enclosed. It is imperative that studies be completed an Bay-Delta needs before new and massive exports of Sacramento River waters are made possible. Thank you for your help in this important matter. n ely, L/ Warren Boggess. Chairman of the Board 00631 Water Agency Contra Board of Supervisors Sixth Floor r� (Ex-Officio Governing Board) County Administration Building Costa Jamas P.Kenny Martinez,California 94553 Counttst District (475)676-0525 / Nancy C Fandan- Vernon L pine J -- 2nd District Chief Ensinear Robert L ScMudar_ Jack Port 3rd District Executwe Secretary , Warren N.8oppasa ath District Eric K Hamwill N Sth District E POSITION STATEMENT CONTRA COSTA COUNTY VA ER aGENLY CONCERNING PROTECTION ANO ENHANCEMENT � x of the - - F SAN FRANCISCO ;BAY-SACRAMENTO-SAN JOAQUIN 'DELLTA .ESTUARINE'ySYSTEII , �- 77, k zs > # r A S r Adopted May 3, 1977 r' 5 i fl c POSITION STATEMr"NT It is the purpose of this Agency to protect and preserve the water resources of the San Francisco Bay-Sacramento-San Joaquin Delta Estuarine System and to ensure that the legitimate needs of agricul- ture, domestic users, industry and recreationalists can be met. A related concern is that the Delta area is a significant habitat of fish and wildlife. Contra Costa County Water Agency does not oppose the export and the reasonable and beneficial use of truly surplus waters. The Agency also recognizes the need for emergency measures for the conservation and distribution of water due to the current severe drought. The position of the Contra Costa County Water Agency in the matter of protection of the Bay-Delta System is comprised of the following points: A. To quote from the B.C.D.C. Bay Plan "San Francisco Bay is an irreplaceable gift of nature that man can either abuse and ultimately destroy -- or improve and protect for future generations. It is a single body of water, in which changes affecting one part may also affect other parts. The Bay must be protected from gradual destruction and regarded as the most valuable natural asset of the entire Bay region, a body of water that benefits not only the residents of the Bay Area, but all of California and, indeed, the nation. "The quality of water in the .Bay must be maintained at a level sufficiently high to permit full public enjoyment and use of the Bay and to sustain its indigenous species of plants and animals." As the Bay is an estuary, i.e. a mixture of salt and fresh water, its characteristics and preservation depend strongly upon the amount of fresh water ("Delta Outflows") flowing from the Delta into San Francisco Bay. B. The massive amounts of fresh water projected for export. out of the Delta by the Federal Central Valley Project (CVP) and the State Water Project (SWP) would cause substantial reduction in "Delta Outflows," resulting in: 1. An increase in pollution in the San Francisco Bay System which cannot be removed by onshore wastewater management facilities. Adequate Delta Outflows in combination with tidal action are the only means by which these pollutants can be removed. 2. Major losses of important aquatic resources in Suisun, San Pablo and Central San Francisco Bays through loss -1- 00639 of adequate flushing flows to dissipate pollutants, resuspend sediments and prevent massive undesirable algae blooms. 3. Extensive intrusion of saltwater into the Delta - far beyond historical limits - with resultant disastrous effects upon water quality required by Delta agricul- ture, industry and municipal users. Salt content of West. Delta water will increase above maximum levels desirable for public health of consumers and above levels tolerable to salt-sensitive industries and to agriculture. it. Adverse effects to the habitat of the Bay-Oelta System for fish and wildlife, with resultant damage to the important ecology and recreational economy of the Bay-Delta System. S. Degradation of the environment of the extremely valuable Suisun Marsh, the largest remaining wetlands in California. and an important habitat for wild fowl. C., Only "truly surplus waters", i.e. waters not needed to protect and preserve the Bay-Delta System should be export- ed. This requires that adequate water dedicated to Delta needs must be released from storage sites before any water can be released for export. The needs of the Delta and historic areas of origin must be assured of priority. D. With all of the extensive studies conducted to date, there is still not enough known about the effects of drastic reductions of "Delta Outflows" on the Bay-Delta System to permit making permanent decisions now_ Such decisions could foreclose all other alternatives to solving the two-fold problem of water supply for export and the mainte- nance of future water quality standards fqr protection of the Bay-Delta System. E. The appropriate amount of Delta export (truly surplus waters) cannot be finally determined until adequate scientific and technical investigations have been completed. Only then can water quality objectives and the associated "Delta Outflows" required be set. F. Guarantees to meet these objectives must be provided. The guarantees must recognize that areas of origin and the Delta have first and paramount priority over export and that all the beneficial uses of the Delta in any year ("wet","normal" "below normal", "dry" or "critical") must be protected before any Delta export is made. The -2- 00640 amounts 'of Delta export must be limited as necessary to meet these guarantees. Furthermore, the Bureau of Reclamation must recognize its obligation to sustain such objectives by assuring release of the amounts of water required for this purpose. G. The responsibility for establishing Delta water quality objectives or standards should be placed in the hands of an independent State Board representative of all water interests throughout the State of California. H. Anything short of firm and unequivocal opposition to the proposed Peripheral Canal is inconsistent with the fore- going, because of the potential to divert excessive amounts of fresh water to the south without adhering to the prior rights of the Delta. I. The Agency supports Federal and/or State financing of adequate studies to provide the information necessary to clearly define the Delta water quality standards required to assure protection of the Bay-Delta System. (See B., C., and E. above). J. The Agency supports a joint Federal/State operations study to determine if and how the C.V.P. and S.W.P. can be operated to supply current commitments of the Bureau and State, and still meet De to water quality standards. K. The Agency supports adoption of a statewide water conser- vation and re-use plan, including local storage and ground water recharge systems. L. The Agency supports amending Section 8 of the Reclamation Act of 1902 to clearly spell out the salinity. control obligation of the Bureau of Reclamation. In view of the fact that the matter of protecting and enhancing the Bay-Delta System has widespread socio-economic ramifications with respect to the well-being of Northern California, and since the Bay- Delta System can, in -fact, be protected only through a concerted effort of all governing bodies in the Bay/Oelta Region, this Board will seek full support of this position statement. The various Boards of Supervisors representing the Bay Area and Delta counties, city councils, districts, regional agencies, and all Federal and State legislators ' representing the Bay Area and Delta, will be requested to join us in the protection and preservation of this vital- resource. -3- 00641 In the Board of Supervisors of Contra Costa County, State of California .3 July 14 ,T9. 77, In the Matter of ' Request for Reissuance of County Warrant. The Board having received a July-9-,-1977.letter from Ms. Ruth Si. Abbott, 1387 Camino Feral, Moraga, California 94556, enclosing county warrant No. B216482 issued to her mother, firs. Rose M. Lundvall, and dated June 4, 1973, for refund of duplicate payment of taxes in the amount of $973.25, and requesting reissuance of same; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to County Counsel for report. PASSED by the Board on July 19, 1977. I hereby certify thatthe foreyoinq is a true and corned copy of an order entered on the wanutes of said Board of Supervisors on the date ofonaaid Witness my hand and the Seal of the Board of cc: Ms. R. M. Abbott County Counsel Supervaars County Auditor-Controller atiumd this-12th-day of .r„iy Igzy County Administrator p J. FL OLSSON, Clerk By /.G�,�;C r1Y�L D /,` . Deputy Clerk Helen C. Marshall 00642' In the Board of Supervisors of Contra Costa County, State of California July 19 ,19 Z7— In the Matter of Proposed Budgets for County Fire Protection Districts for Fiscal Year 1977-1978. This being the time fixed for a public hearing on proposed budgets for the fiscal year 1977-1978 for the county fire protection districts of which the Board of Supervisors is ex-officio the governing board; and Mr. C. A. Hammond, Chief Assistant County Administrator, and Mr. Frank Fernandez, Assistant County Administrator, having presented comments with respect to the compilation of district budgets as approved by district commissions; and The following fire chiefs having appeared and commented on their respective district budgets: A. V. Streuli, Contra Costa County Fire Protection District; D. M. Skinner, Moraga Fire Protection District; D. H. Evans, Orinda Fire Protection District; Fred Golinveaux, Riverview Fire Protection District; B. M. Helms. West County Fire Protection District; and Supervisor E. H. Hasseltine having noted that certain fire districts (Bethel Island, Brentwood. Byron, Crockett-Carquinez, and Oakley) were not represented at the hearing and that he would like additional information from these districts with respect to their increased budgets and property tax requirements prior to adoption of the proposed budgets; and The Board members having discussed the matter, IT IS ORDERED that the request for information with respect to increased budget requirements for the aforesaid fire districts is REFERRED to the County Administrator and the hearing is continued to July 26, 1977 at 2:00 p.m. PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of cc: County Fire Protection Supervisors Districts (13) armed this 19thday of July 1g 77 County Auditor-Controller County Administrator J. R. OLSSON, Clerk By 91, .Deputy Clerk Vera Nelson 40643 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California July 19 1977 In the Matter of Approving and Authorizing Payment for PropertY.Acquisition. Center Avenue, Pacheco Area Project Ho. 3471-4342-663-76 T IS by OARD TemporarylConstructiionB Permit. and R Right-of-Waythat the GrantAPPROsent, and the Public Works Director is AUTHORIZED to sign said'permit andED contract on behalf of the County_ Reference Grantor Contract Payee and Date Escrow Plo: Amount Center Avenue Joy Stewart Bradley Jul Project Humber Y 13, 1977 Western Title 56,800.00 3471-4342-663-76 Insurance Co. Escrow Humber M-310181 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered Agent. to the County,Principal Real Property The County Clerk is DIRECTED to accept the easement from above- named grantor for the County of Contra Costa. PASSED BY THE BOARD on July 19 1977.' ! hereby certify that minutes of said Hoard of the foregoing is a true and correct copy of an order entered on.t6e Supervisan on the date aforesaid Originator: Public Works Department Witness my hand and the seal of the Board of Real Property Division Supervisors cc: County Auditor-Controller armed thisl9thday of_July 19 77 Pl�o J. R. OLSSON, Clerk By N. Pous' Deputy Clerk H..24 5/76 I Sm 00644.. f In the Board of Supervisors of Contra Costa County, State of California 19:.77 lit the Matter of Authorizing Acceptance of Instruments for Recording Only. 71 IT IS BY THE BOARD ORDERED that the following Offers of Dedication- are ACCEPTED FOR RECORDING ONLY: INSTRUMENT DATE GRANTOR REFERENCE i. OFFER OF DEDICATION 6/29/77 DANE' CONSTRUCTION SUB. 4952' FOR DRAINAGE PURPOSES COMPANY,,'INC. 2. OFFER OF DEDICATION 7/1/77 DANE' CONSTRUCTION SUB. 4952 FOR DRAINAGE PURPOSES COMPANY, 'INC'. 1. PASSED BT THE BOARD.on July 19, 1977. . 0 co o` to 0 m ta- 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: PW (LD) Witness my hand ondahe Seol of the Board of Supervisors m cc: Recorder (Via P.W.) affixed this-Zday of----,bLI—v 1977 Public Works Director Director of Planning J. R. OLSSON, Clerk. sy N f N. Paus Deputy Clerk 00645'.. BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALrFORXJA BOARD ACTION July 19, 1977 NOTE TO CLAl!%(ANT Claim Against the County, The COPY o6 thiA-Z`c=--e`n-t-ma--aW to you 14 y0aft- Routing Endorsements, and notice 06 the action.taken on youx ctaim by the Board Action. (All Section Saakd oS Supetviaou (PaUgAgph 111, betmvj, references.are..to California given PzUuant to GovmMent Code Section.9.11.8,,. Government Code-.-) ' . 915, i 975'.4. Ftea6e note the,"RvAning"betow,.- Claimant" Florence L. Petrie, 129 !.!aterman Circle, Danville, California 94526 Attorney: Jeremiah F. O'Shea,. Jr., Esq. Address: 1255 Post Street, Suite 919, San Francisco, California 94109 Amount: $200,000.00 Date Received: June 16, 1977 By delivery- to Clerk gn By mail, postmarked on June-15-,--T9-77 1. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. BATED: -June 16, 19773. R. OLSSON, Clerk, By-IeZWVJ' Deputy Jawle L. JO-TFs-on H. FROM: County Counsel TO: Clerk of the Board of Supervisors C X (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 nopEl yxng-1-*Ia11=t. The Board cannot act for IS days (Section 910.8). C Claim is,%not timely filed. Board should take no action (Section 911.2). cat.�,� , C Theoard:.*�j. i d deny this Application to File a-tateClaix (S .6), BATED, 4- -7--7-7 J" B. CLAUSEN, County Counsel, c:5 I V— Deputy III. ZOARD ORDER By unanim-aus vote of Supervisors present (Checkoneonly) (XX) This Claim is rejected in full. This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of,the Bear&- order entered in its minutes for this date. DATED: July 19, 1977- R. OLSSON, Clerk, by. Deputy Rabb reI WARNING TO CLAJD41NT (Government Code sections 911.8,4 91-3) You have only 6 montl&6 Wm Zte maV-uzg oS t1t-o n--oZtee U-'yom ' which to bite a count action on tha tejected Min {pee Govt- Code Sec. 945.6) ox 6 montha Jun the deniat oJ youx Apptication to F-Ue a Late Mix wt&bt Lehich to petition a count JoiL Aetiej 6.tom Section 945.4'A chin-6itig9 deadline (bee Section 946.6). You may beet: the advice o6 any atte-mey oJ your choice in connection taZ& thjA mattek. 7i you wvmt to conauZt an atC0Pjze4,, you shcutd do 4a imediataq. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator-, . & (3) Public Works, Business & Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document.-and a memo thereof has been filed and endorsed on the Board's copy of this tlaim in accordance with-§ection 29703. DATED. Julv 20, 19771. R. OLSSON, Clerk,, By Zlie- Deputy R,dhhip GiA-.-;. V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerkof�the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Julv 20, 1477 County Counsel, By County Administrator, By Public Works, By 8.1 00 Rev. 3/77 JUN 1� 197733 1 CLAIM OF KATHY MYERS by and through) CLAIM FOR AMAGF. c,ssc,,, her Legal guardian DONNA MYERS. ). amt soaQo a(�WW'S ��grA C0. (Section 910 Lai ) 3 vs. ) 4 CONTRA COSTA COUNTY ) 5 TO CONTRA COSTA COUNTY, THE HONORABLE BOARD OF SUPERVISORS, 6 AND TO THE CLERK OF SAID BOARD OF SUPERVISORS, you are hereby notified- 7 That DONNA MYERS mother and legal guardian of KATHY MYERS whose $ address is 1852-16th Street, San Pablo, California, claims of CONTRA COSTA COUNTY 9 compensatory damages of$1500.00, and punitive damages of$50,000.00. This claim is 10 11 based on the reckless and wanton destruction of plaintiff's daughter's cat which occurred 12 while said cat was in quarantine at the Pinole Animal Control Center. 18 The circumstances of said destruction occurred as follows: On March 6, 1977, 14 plaintiff brought her cat"Party" to the Pinole Anhnal Control Center after having been 15 bitten by Party during an attempt to break up a dog-cat fight. On March 16, 1977, 16 plaintiff was notified by defendant Animal Control Center that the cat was ready to be 17 returned home. However plaintiff being on crutches and unable to drive told them that 18 19 she would have to wait until later on that afternoon or the next day when her daughter 20 could pick up the cat. Upon not being able to find the cat the employees hinted that the cat 21 migbt have been destroyed. Alarmed, plaintiff's daughter respondent, "You mean you 22 killed my cat?" The supervisor, whose name is unknown at this time, replied: "It kind 23 of looks that way doesn't it?" The supervisor further stated that"It was only a cat, why 24 get so upset." 25 As a result of the reckless and callous conduct of the defendants, plaintiff and 26 plaintiff's daughter have sustained mental depression, head aches, nervousness and great 27 28 emotional suffering. Microfilmed with board order 00647 I 1 Following the death of Party, plaintiff received newspaper and television $ coverage. As a result of said coverage plaintiff has received numerous calls from other 3 people who have experienced similar and identical treatment from the Pinole Animal 4 Control Center and as supervisor. 5 All notices or other communication with regard to this claim should be sent 6 to claimant Donna Myers, c/o Bruce G. Calderwood, Attorney at Law, 1034 Court Street, 7 - 8 Martinez,.California, 94553. 9 DATED: June 14, 1977. 10 _ _ - -BRUCE G. CALDERNOOD 11 on behalf of DONNA MYERS and KATHY 12 MYERS 13 14 15 • 16 - 17 18 Is 20 21 23 24 25 26 27 28 00648 Board Action BOARD OF SUPERVISORS OF CO\"PRA COSTA COMM, CALIFOPZ11A July 19, 1977 NOTE TO CLADANT Claim Against the County, ) The copy a6 thie cuaeitt to you.ia yosw_ Routing Endorsements, and ) notice 06 the action tat:ex opt you&ctaim by the Board Action. (All Section ) Boand o$ SupexvtdokA (Pan Uph III, 6ePowt, references are to California ) given punduant to Goveum;ent Code Section&9.11-9,, Government Code.).. ) 913, 5 915.4. Ptaade note the iva*aYW 6etow.' claimant-.*Kathy Myers by and through her legal guardian Donna Myers 1852 — 16th Street, San Pablo, California Attorney: Bruce G. Calderwood, Attorney at Law Address: 1034 Court Street, Martinez, California 94553 Amount: 551,500.00 Date Received: June 14, 1977 Bydelivery to Clerk on_,T,mo 1 A 1 Q77 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to file Late Claim. DATED: aimP 14- 1 g7.?. R- OLSSON, Clerk, By \�Q 0.P �F Deputy Billie Souza II. FROM: County Counsel T0: Clerk of the Board of Supervisors A(Check one only) ( V) This Claim complies substantially with Sections 910 and 910.2. JNVI Fv ( ) This Claim FAILS to comply substantially with Sections 910 and 9Iaf?,, and is's�j3re so notifying claimant. The Board cannot act for 1S days (Section Md" C ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File " l - (S on 911.6). DATED: �- S-'77 JO:iN B. CLAIJSEN, County Counsel,,B� i ` , Deputy III. BOARD ORDER By umanimrss vote of Supervisors present (Check'one only) (xx) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. DATED: Julv 19, 1977J- R. OLSSON, Clerk, bynfx� //liL+1 Deputy WARNING TO CLAMANT Government Co a Sections 5 L.8 9 3) You have onty 6 wo &WM XPE=4LUIg 05 ZUA notcee to you which to Sine a count action on this xejeeted CWA (dee Gaut. Code Ser. 945.6) ox 6 months 6xom the denial o6 yours.Appticatiopt to Fite a Cate Cta.im u;Wzin which to petition a count Sox xetiej 6xow Section 945.4'd cam-6.i.2ing deadUne (dee Section 946.6). You way Beek tlee advice o6 any a toaney oS yours dw ice in connection with this nntteJc. I' u want tt to cAnduan attoRn ou ditaudo do crmaediateZ . IV. FROM: Clerk of the Board T0: 1) County Zd Counsel, (2) County Administrator, $ (3) Public Works, Business 6 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action an this Claim or application by mailing a copy of this document,-and a memo thereof has been filed and endorsed n the Board's copy of this Claim in accordance with Section 29703. �1 DATED: Julv 20, 1077J. R. OLSSON, Clerk, By �(1�z t�Ii.;Sci Deputy ?{bap,o (i��i a,••-o+�' V. FROM: (1) Count} Counsel, (2) County Administrator, TO: �Clerk of tine Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Julv 20, 1977 County Counsel, By County Administrator, By Public Works, By UU Zan 8.1 Rev. 3/77 MEMO CLAIM AGAINST THE COUNTY OF CONTRA COSTA TO: THE CLERIC OF THE BOARD OF SUPERVISORS IN THE COUNTY OF CONTRA COSTA, CALIFORNIA 1. The claimant's name,is: Florence- L.- Petrie, 129 Waterman Circle, Danville, California 94526. ' 2. I desire all notices to be sent to Jeremiah F. O'Shea, Jr., Esq., 1255 Post Street, Suite 619, San Francisco, California 94109. 3. The date, place and circumstances of the occurrence or transaction that gave rise to this claim is as follows: On or about May 31, 1977, Officers from the Contra Costa Sheriff's Department, individually and in their official capacity within the scope of their duty for the County of Contra Costa, negligently caused the arrest of the above-mentioned complainant after receiving a warrant which was negligently issued by the Mt. Diablo Judicial District. It was alleged in the warrant that the complainant had failed to appear for her jail sentence on or about April 5th and 6th, 1977, in the Richmond County jail at 845 Brookside. In fact, said claimant did appear and served the sentence as required. F I L E D !" G, J.R oum QM WAM Oi SU an CONTRA iA CO. with board order , 4. A general description of the damages, so far as is known, is: damage to property, necklace and watch, . damage to person, false imprisonment, and false arrest. S. The names of the public employees are not known to the claimant. ' The amount of the claim as of the date of presentation of this claim is $200,000.00, which includes the estimated amount of any perspective injury. The basis for computation of the claim is as follows: (a) Actual damages according to proof; (b) General damages in the amount of $100,000.00; and, (c) Punitive damages in the amount of $100,000.00. 6. I, Jeremiah F. O'Shea, Jr., the undersigned, am the person presenting this claim on behalf of the claimant ' above-mentioned. Dated: June 15, 1977 F. O SHEA, JR. Atto ney for Claimant -2- 00WI In the Board of Supervisors of Contra Costa County, State of California Juiyl 19 ,197,L„ 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 REWBDIPG ONLY. ZNSTRDMENT DATE* GRANTOR REFERENCE. 1. OFFER OF DEDICATION 6/27/77 OTTO LEIRMER, at al SUB. HS 280-76 FOR DRAINAGE PURPOSES PASSED BY THE BOARD-on July 19. 19774 • x v - a - a - 0 - LL I hereby certify that the foregoing is a true and correct oopr of an order entered on the minutes of said Board-of Supervisors on the date oforesaid. Originating Department: Pp (LD) Witness my hand and the Smal of the Board of supervhom cc: Recorder (Via P.W.) affixed this 19 day of July 19 77 •Public Works Director' Director of PlanningJ. R. t?LSSt]N, Clerk Bi.cv CL a .Deputy Clerk Patricia A. Bell H-24 3/%615m l .. 00652 y In the Board of Supervisors of Contra Costa County, State of California Jaly 19 .19 7Z 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. INSTRDBENT DATE" GRANTOR REFERENCE- 1. OFFER OF DEDICATION 6/27/77 OTTO LEINWEBER, et-al SUB. MS 180-76 FOR DRAINAGE PURPOSES PASSED BY THE BOARD on July 19, 1977: , IP Y ry U j } o �r d M 1°- 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 dots aforesaid. Originating Department: PW (LD) Wdness my hand and the Seal of the Board of Supervisors cc: Recorder (Via P.A.) affixed this 19 day of_ July 19 77 Public Works Director Director of Planning J. Ft. pLSSON, Clerk BA 1v c amu. Ck as .Deputy Clerk Patricia A. ,Bell H-24 3/%6 13M 00653 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY; CALIFORNIA Re:, ) Pursuant to Section 22507 of the ) TRAFFIC_RESOLUTION NO. 235.0 -_FM CVC, Declaring a Parking Zone on ) JUL l y 1977 BLT BOULEVARD 0M. X3:661), ) Date: Pleasant Hill Area: ) ) (Supv. Dist. III - Please', Hill ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and.engineering survey and recommenda- tions thereon by the County Pobl)c Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code , Sections 46-2.002.- 46-2.012, the following traffic regulation Isestablished (and other action taken as Indicated): Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the north side of TS89T BOULEVARD (Rd. M61) Pleasant Bill beginning at the intersection of Buskirk Avenue and extending easterly to a point 500 feet east of Cherry, Lane. •�opte 6iy eoaru av, JUL 191971 t _ r4 Y F� ?7 t y f ; % N 4 f f Sheriff ) California Highway Patrol .� P x - 00654 BOARD OF SUPERVISORS, CONTRA COSTA-..COUNTYI:'CALIFORNIA .. Re: Pursuant to Section 22507 of the TRAFFIC RESOLUTION NO. 2349 CHC, Declaring a Parking Zone on ))) THEA 80ULVARD (Rd. #4661), Date: JUL 19 1977 Pleasant£i11 Area. (Supv. Dist. III - Pleasant Hill) The Contra Costa County Board of Supervisors RESOLVES THAT: On the"basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Yorks Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the south side of TREAT BOUL37M (4861) Pleasant Hill beginning at the easterly right of way line of the northbound off-ramp at Interstate 680 Freeway and ea- tending easterly to a point SOO feet east of Cherry.Lane. (& scm T.B.'s 18o6,1966 and 1967 pertaining to existing "No Parking Azvtime" zones on Treat Boulevard.) AQopWd by the Board on JUL 191877 . v r� A- y Sheriff California High Nay Patrol T-14 oos55 " BOARD OF'SUPERVISORS, CONTRA COSTA 000NTY. CALIFORNIA' Re: ) Pursuant to Section 22507 of the ) TRAFFIC" RESOLUTION NO. ��$ - CVC, Declaring a Parking Zone on- GaRM IMAD (Pd. P_375�), Date: JUL 191977 El Sobrante Area. (Supv. Dist. ME -El Sobrante )_ The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda-' 'tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section M507 of the California Vehicle Code, parking is hereby declared to be limited to 2.5 minutes betst-een the hours of 9 a.m. and 9 p.m., Sundays and holidays excepted, along the south side of GARMT ROAD M37521), El< , Sobrante, beginning at a point 80 feet vast of the centerline and'extending resteriy a distance of 80 feet. xcwz-i-Y u'd hoard of JUL 19 1977 s r a r i F 7 "` y S � F r- Sheriff California Highway Patrol T-14 00656. 0 • In the Board of Supervisors of Contra Costa County, State of California July 19 ,19 77' In the Mottw of Addition of $6,500 to Proposed Budget of County Sheriff- Coroner for 1977-1978 Fiscal Year. Supervisor E. H. Hasseltine having stated that signs posting the speed limit for boats on Delta waterways have been vandalized, and having recommended that $6,500 be included in the proposed budget of the County Sheriff-Coroner to replace said signs; IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED and the matter is REFERRED to the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) for consideration in conjunction with review of the 1977-1978 Proposed Budget. PASSED by the Board on July 19, 1977. 1 herby certify that the foregoing is a tnro 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: Finance Committee Supervisors County Sheriff-Coroner affixed thnl9thday of July 19 77 County AamiM trator 6.1-1 ' c , J. R. OLSSON, Clerk By (/F t� /J�acn— . Deputy Gerk Vera Nelson OQ09z"i H-244M15m t t In the Board of Supervisors of Contra Costa County, State of California July LIn the Matter of .Rock Barriers. Supervisor E. H. Hasseltine having noted that there is considerable concern among the residents of the Bethel Island area with respect to the impact of the rock barriers proposed to be constructed in the Delta by the State Department of Water Resources, specifically with respect to the resultant reduction in flows and circulation; and Mr. Frank Andronico, resident of Bethel Island, having appeared and expressed concern with respect to the effects rock barriers would have relating to health and sanitation problems in the Bethel Island area and having urged the Board to secure assur- ances from the Department of Water Resources that the rock dams will be removed if they result in undug damage, and having further urged that reports on the flows be furnished on a weekly or bi-weekly basis; and The Board having considered the matter; and Supervisor Hasseltine having recommended that the State Department of Water•Resources be advised of this County's strong concern with respect to the possible effects of cutting back on Delta outflows and the impact of the rock dams as well as its concern for quality of the water behind the dams due to lack of circulation, the large amount of drainage into that area, and use by boaters; and Supervisor Hasseltine having further recommended that the State Department of Water Resources be requested to furnish continu- ous monitoring of the water quality, and assurances that at the first sign of serious trouble, the dams will be removed. IT IS BY THE BOARD ORDERED that the recommendations of Supervisor Hasseltine are APPROVED. PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesaid. .cc: State Dept. of Water WCrtness my hand and the Seal of the Board of Resources Supervisors Public Works Director affixed f 1Gthday of .r„iy 19_Z7 Environmental Control County Counsel County Administrator 1 J. R. OLSSON, Clerk n Jerome R. Waldie (via By jj,_.d_zX , Deputy Clerk County Counsel) Helen C. Marshall Walter M. Gleason (via P.W.) F. Andronico 4930 Stone Rd. Bethel Island, CA 94511 00658 H-24 4n7 ISM t i ' In the Board of Supervisors of Contra Costa County, State of California JuIY 19 .191z� M the Matter of Revised March 1977 California Transportation Plan. The Board on July 8, 1977 having received a communication from the CaliforniaState Transportation Board,transmitting'revised March 1977 California Transportation Plan together with the summary of significant revisions -since the October draft; IT IS BY THE BOARD ORDERED that the aforesaid information Is DEFERRED to the Public Works Director and the Director of Planning. PASSED by the Board on July 19, 1977. X J 4 .} r y tx x hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid Wihws my hand and the seal of the Board of cc: Public Works Director supewman Director of Planning this da of r�1 I County Administrator 19th Y Y 9ZZ_ 1 1 R. OLSSON, Clerk By 1 mac' 6u)G Deputy Clerk Helen C. Marshall 00659 In the Board of Supervisors of Contra Costa County, State of California July 19 .19 77 ` In the Matter of Board Assistance to Obtain a Permit for Installation of a Drainage Culvert. The Board having received a July 11; 1977.1etter from Hr: Roy Fenn, 199 Cameo Drive,Danville, California 94526.seeking Board assistance to obtain a permit for installation of'a drainage culvert on his property; IT IS BY THE BOARD ORDERED that the aforesaid matter is REFERRED to the Public Works Director for report.- PASSED by the Board on July 19, 1977. 1 hereby certify that the for b a true and cornd con of an order entered on the minutes of said Board of Supervisors on the date aforesaid. - ' cc: Mr. Fenn Wihun my hand and the Sed of the Board of Public Works Director Supervisors County Administrator ai&xed this 1 griday of 7171y 19 -22 1 R. OLSSON. Clerk my fL,,.,,,,Clerk J Ronda Amdahl 00660 H-24 3r615m In the Board of Supervisors of Contra Costa County, State of California July 19 ,19 77 1n the Matter of Reconsideration Motion by Lafayette Morehouse, Inc., Land Use Permit No. 2180-76. The Board on July 12, 1977 having referred to County Counsel a letter from Mr. Blackie Burak, attorney, requesting that the Board reconsider its decision denying the land use per- mit application (No. 2180-76) of Lafayette Morehouse, Inc., to establish a school and related facilities in the Pleasant Hi11J ; Walnut Creek area; and The Board having received a July 13, 1977 memorandum' from County Counsel responding to the allegations of Mr. Burak and recommending that a new hearing on the application not be granted; IT IS BY THE BOARD ORDERED that receipt of the afore- said memorandum is ACKNOWLEDGED and the request for reconsidera- tion of-the matter is DENIED. PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing Is a true and correct copy of an order aed on the minutes of said Board of Supervison on the dote oforesoid. Witness my hand and the Seal of the Board of cc: Lafayette Morehouse, Inc. Supervisors Foley & Burak, Attorneys affixed this 19th day of July 1977 V. W. & S. L. Baranco Director of Planning J. R. OLSSON. Clerk County Counsel y lutes. 4� Deputy Clerk County Administrator g Vera Nelson H-2t 4M 15m 00661 I! COUNTY COUNSEL'S OFFICE CONTRA RECEIVED MARTINEZCAUFOANu Docs: July 13, 1977 JUL 13 197 TO: Board of Supervisors J.R 013SQW a: F-- John B. Clausen, County Counsel By: Victor J. Westman, Assistant County Counsel P.: Reconsideration motion by Lafayette Morehouse, Inc., LUP No. 2180-76 On July 5, 1977 your Clerk received a letter from Mr. Blackie Buraki. attorney, in which he requests that the Board reconsider its-deci- sion denying the appeal of the Lafayette Morehouse, Inc., which, in effect, denied their Land Use Permit Application (No. 2180-76) to establish a school and related facilities. On July 12, 1977 you received this letter and referred it to the County Counsel's Office for recommendation. Recommendation: We suggest that the Board deny this motion and not grant a new hearing on this LUP application. Comments: 1., 526-2.2410- Pursuant to Ordinance Code 526-2.2410 an '"aggrieved partyyu may with you a motion for reconsideration and request that you grant a new hearing on your prior decision. - The "aggrieved party" must allege in the written motion for reconsideration "pertinent factual or legal matters which were not brought to the attention" of the Board at the time it rendered its decision. The Board is not required by law to grant a requested motion for re- consideration and a new hearing but at its discretion may grant or deny the motion for reconsideration. 2. Motion for Reconsideration. In Mr. Burak's motion for recon- sideration certain factual and legal matters are alleged to .have not been previously brought to the attention of the Board. We have reviewed the record (the Planning Department's and the Clerk of the Board's files) concerning this LUP application and believe that the legal matters listed in the Motion for Reconsideration were,to the extent they could have properly been before them, presented to the Planning Commission and the Board. This office does not agree with Mr. Burak's assertions that the Board is without jurisdiction to deny this LUP application and further denies that the hearing and appellate procedures employed to date violate the separation of powers and due process clauses of the California Constitution. lAlllil �Cta Of� 00662 Board of Supervisors _2_ duly 13, 1977 attorn The further factual matters which tha applicants! repeat matto- poses to present at 'a new hearing would appear to repeat matters,; - already:reviewed in some detail during the: course Of the prior hearings and reviewed wed i seem to be only cumulative evidence on these points. ' In connection-with,the aprequest that special findings plicants' ardve of ;fact and conclusions clusions andaconcllx be usions de of Iaw'thei �are requi ed tohb.e no such fi S made by the Boand that no express legal authority pro vides for the g'of such findings Tz GGB g = 1 ca . y:A Deha,e*s : tDyirector.-of aPtl Anthonus, Administr ArthurWillCounoar'nning K r , t . 5{ fiYN, St" E wt.r Y.z,,.a5gg ey f+"+ Y w v rvx y R. s R� h 3 { _ t � �s } c In the Board of Supervisors of Contra Costa County, State of California July 19 In the Matter of Agreement with Cubic Productron, Inc. IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute a service agreement with Cubic Productron ' Inc. for continuation of maintenance and other services for County-owned Votronics Vote Counting equipment for the Fiscal Year 1977-1978 at a total cost of $ 63,600 PASSED by the Board on July 19, 1977. r r`. 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date oforesaid cc: County Clerk - Witness my hand and the Seal of the Board of Cubic Productron, Inc. Supervisors c/o County Clerk affixed"_12th day of July 1972_ County Administrator County Auditor—Controller County CounselJ, R. OLSSON, Clerk e Deputy Clark OM H-244M 15m - 1 CUBIC PRODUCTRON, INC. ELECTION SERVICE AGREEMENT SECTION I - SERVICES, COSTS AND PERIOD OF PERFORMANCE 1. This Agreement is entered into between CUBIC PRODUCTRON, INC., 798 F Street, Chula Vista, California, hereinafter known as "Vendor" and CONTRA COSTA COUNTY hereinafter known as the "Customer", to provide election support services, and the furnishing of necessary replacements parts on Cubic Vote Counters and Cubic buffers, owned by the Customer for the fees and for the coming year shown below. Fee/Unit/ Total Fee/ Description Serial Numbers Qty. Contract Yr. Contract Yr. Vote Counters 106,127,147-150,152- 50 $1,200.00 460,000.00 Model No.5-62 156,158-181,184,186- 189,210,213-216,218- 220,222,223 Buffers 11-13 3 $1,200.00 $ 3,600.00 Model No. CM15 Punch Card CC-4 1 No charge 1977-1978 Program 50 N/A N/A Accessories Model P-4 2. Fees will be due thirty days after presentation of an invoice following the approval of this agreement by the Customer and Vendor. 3. This Agreement is effective as of JULY 1, 1977 through and including the contract year ending JUNE 30, 1978. This Agreement supersedes and cancels any other election service agreement between Vendor and the Customer in effect prior to the effective date of this Agreement regarding the equipment listed above. This Agreement 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. cc 00 N.5 Microfilmed with board or&r 799 F Street,Chula Vista.Ca ifornie 92010•Telephone r714j 427-3522-A Subsidiary of Cubic Corooretion i ELECTION SERVICE AGREEMENT PAGE 2 i 4. This Agreement is to be performed in the manner set forth in Section II "Terms and Conditions". t SECTION II - TERMS AND CONDITIONS t A. Equipment Maintenance 1. Concept of maintenance for the above described equipment shall consist of preventive maintenance, inspection and repair as necessary to assure compliance with California Elections Code Section 15119 as amended by Statutes 1976, Chapter 246, Section 3, and in accordance with the regulations adopted and promulgated by the State Commission on Voting Machines and Vote Tabulating Devices. 2. Maintenance shall include repair or replacement of all defective parts and/or the incorporation of complaint substitute items as determined by the Vendor. 3. Vote counters and buffers shall be made available for maintenance actions between scheduled elections in accordance with periodic main- tenance schedules mutually agreed upon. This shall include the availability of the interfacing electronic data processing equipment when applicable and required for full system certification. s B. Election Support 1. Pre-election support, other than machine maintenance, is limisted to the performance of machine-ballot compatability and shall be accomplished with the ballot to be used in the ensuing election within 30 days prior to that election. 2. Printing of ballot shall be in accordance with Cubic specification ! # BPI-2. 3. Ballots for accomplishing machine compatability shall be made available 30 days before the scheduled election. i i 4. The Customer shall notify Vendor at least 45 days in advance, in writing, when equipment will be used in forthcoming election. f r 5. The equipment shall be emplaced and connected to adequate electrical power on site within a reasonable time before the scheduled date of election, as mutually agreed between the parties, to allow Vendor or its authorized representatives, to adjust, check out, and complete any necessary connections to the equipment. Such reasonable time shall in no event be less than ten working days from the scheduled date of elections. } 41665 ELECTION SERVICE AGREEMENT PAGE 3 6. The Vendor shall have sufficient authorized representation during the equipment usage period for election purposes to assure the com- pliance of the equipment with the previously cited code. This agree- ment does not provide for any data processing support or service of data processing interfaced. C. Exclusions and Liabilities 1. Labor, parts and expense necessary to repair damage caused by accident, civil disturbance, riot, fire, water, Acts of God, or forces of nature or unwarranted abuse, customer initiated overhaul or alteration of the equipment are not included in this Agreement. When such service is required, a quotation will be submitted for approval and contractual amendment prior to performance. 2. This Agreement does not include the incorporation of new attachments, or providing operating supplies by Vendor. Any new attachment added to a machine during the period of this Agreement shall be incorporated by written amendment to this Agreement, after mutual agreement regarding adjustments to the Election Service Fee (if any) by such addition. 3. Vendor hereby agrees to defend, at Vendor's expense, or to provide for the defense of the Customer in any litigation instituted against the Customer which is based upon a claim of infringement of any United States betters Patent arising out of the use of the equipment covered by this Agreement, whether such litigation be based upon a claim for damages, or injunction, or both. Vendor further agrees to assume and hold the Customer harmless from any monetary damages, if such should be awarded, against the Customer in any such litigation. i SECTION III - EXECUTION t This Agreement shall be binding upon its being duly executed by both of the parties hereto. DATED: 7 July 1977 DATED: JUL 191977 Cubi _Productron, .yInc. BY 3 �- .7 ,�1 N. Boggess Tithe' President ATTEST: By 162"1 J. R. OISSON Title Controller Title C2,LxM Clerk Maxine M. Neufeld, putt' In the Board of Supervisors of Contra Costa County, State of California July 19 0119 In the Matter of County Fiscal Year. Board Members having this day commented on the large number Of contract extensions requiring Board approval so as to insure continuation of various programs pending adoption of the County Budget for the Fiscal Year 1977-1978, and having noted that this seems to be a yearly occurrence; and In connection therewith it having been suggested that the County fiscal year be changed to solve this problem; and County Counsel having advised that the Board could establish any 12-month period it desired as a contract year but that any overall change of the fiscal year would require legislative action; and Supervisor W. N. Boggess having recommended that this matterbereviewed by the Finance Committee (Supervisors R....I. Schroder and J. P. Kenny) and a recommendation submitted to the Board prior to the end of this calendar year; IT IS BY THE BOARD ORDERED that said recommendation is APPROVED. PASSED by the Board on July 19, 1977. 1 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. cc:- Board Committee witness my hand and the Seo!of the Board of County Administrator Supervisors County Counsel affixed this 19th day of Suly 19_.ZZ /`Y J. R. OISSON, Clerk Sy'��1 !?epuiy Clerk Maxine M. ieufeA H-24 4M ism 00668 In the Board of Supervisors of Contra Costa County, State of California July 19 . 19 77 In the Maher of Delivery of Social Services to Contra Costa County Residents. The Board having received a July 1, 1977 memorandum from Mr. George Brown, Deputy Director for Social Services Division, California State Department of Health, advising that local plans for delivery of social services to county residents are due at the State Department of Health by December 319 1977 for inclusion in the annual statewide plan to be distributed by April 1, 1978; IT IS BY THE BOARD ORDERED that the aforesaid matter is REFERRED to the Director, Human Resources Agency. PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing is a true and correct oopy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. cc: Director, HRA- Widnes my hand and the Seal of the Board of County Welfare Director Superv;,ar, County Administrator affixed this 1 tWay of July 19 77 J. R. OLSSON. Clerk By ��±tZr"- Deputy Clerk. bie Atierr z OO'Zs9 H-24317615. In the Board of Supervisors of Contra Costa County, State of California JULY 19 ,19 77 In the Matter of Preliminary Hearing on 1977- 1978 Proposed Budgets for County Special Districts and County Service Areas. The Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) this day having recommended that a'hearing be scheduled to receive citizen input on the 1977-1978 proposed budgets approved by the Board on July 12, 1977 for count special districts (exclusive of county fire protection districts and county service areas; and Mr. James L. Cawdrey, Executive Vice President of the Contra Costa Taxpayers Association, having appeared and requested that the Board give special attention to the following items in its review of the aforesaid budgets: appropriations for contin- gency funds, individual budgets exceeding 7.5 percent increase over 1976-1977 budgets, and purchase of additional fixed assets; IT IS BY THE BOARD ORDERED that the recommendation of _ the Finance Committee is APPROVED and July 26, 1977 at 2:00 p.m. is FIXED as the time for preliminary hearing on the 1977-1978 budgets of the county special districts and county service areas. PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of sold Board of Supervisors on the date aforesaid. _ . Witness my hand and Ifo Seat of the Board of -cc: County Auditor-Controller S+po— County Administrator offlmd thb 19th July 1477 y� I R. OLSSON, Clerk By /1 - Deputy Clerk Vera Nelson 00670 i In the Board of Supervisors of Contra Costa County, State of California July 19 .,19 77 In the Maher of - Request Road Improvment Projects be Placed on the County Priority List. The Board having received a July 5, 1977 letter from Mr. Harry K. Roberts, President, Golden Rain Foundation, Rossmoor, reiterating a request for improvement of Olympic Boulevard between Pleasant Hill Road and Interstate 680 and correction of flooding problems at the corner of Olympic and Tice Valley Boulevards, and urging that said projects be placed on the county priority list; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Public Works Director for report. PASSED by the Board on July 19, 1977. 1 hereby certify that the foregoing is a true and carred copy of an order eafend on the eimutas of said Board of Supervisor on the date aforesaid. cc: Mr. Roberts Wilnen my hand and"Seal of the Board-of P. 0. Box-2070 SUP&WSOf6 Walnut Creek, CA 94595 wed thh132hday oF___Iuly .. 19 77 Public Works Director County Administrator �� i OLSSON, Clerk r; by, C r wr ? .Deputy Clerk ;Ronda Amdahl 00"'71R-24 3176 iS- In the Board of Supervisors of Contra. Costa County, State of California. July 19 .l9 77' In the Matter of Audit Report on County;Head Start Program for Year Ended December 31, 1976. The Board having received a June 30, 1977 letter from the Regional Audit Director, Department of Health, Education and Welfare (HEW), 50 Fulton Street, San Francisco, California 94102 transmitting an audit report prepared by Gilbert Vasquez & Company for the year ended December 31, 1976 on the County Head Start Program funded by HEW Grant No. H-0375-g, and requesting a response on each of the findings and recommendations contained in the audit Report within 30 days of said letter; IT IS BY THE BOARD ORDERED that the aforesaid report is REFERRED to the Director, Office of Economic Opportunity, for review and response in coordination with the County Auditor- Controller. _ PASSED by the Board on July 19, 1977- 1 hereby certify that the foregoing is a true and coned copy of an order entered on the adnutes of said Board of Supervisors on the date oforesaid. cc: Director, OEO Witrum my hand and the Seal of the hoard of County Auditor–Controller SuPerAs— County Administrator affixed this 19thlay of_ July . 19 77 J. R. OLSSON. Clerk by ✓ r -r Deputy Clerk bbie G,tytierrez 00677 H-24 3r6 0. In the Board of Supervisors of Contra Costa County, State of California July 19 ,1977 In the Matter of Approving Plans and Specifications for Detention Facility Structural Steel Contract, Contra Costa County Detention Facility Project, Martinez, California Re: Work Order 85269-926-(44) WHEREAS Plans and Specifications for Detention Facility Structural Steel Contract.' Contra Costa County Detention Facility Project, Martinez, California, have been filed with the Board this day by the Public Works Director; and WHEREAS the Board CONCURS in the recommendation of the Public Works Director that the work is necessary for the construction of the Detention Facility; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Planning Commission reviewed the Environmental Impact Report pertaining to this project an April 26, 1977, and found it to be adequate and found the project to be in compliance with the General Plan; and WHEREAS the Environmental Impact Report was approved by the Board on tiay 3, 1977; IT IS BY THE BOARD ORDERED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on August 11, 1977 at 2:00 PM , and the Clerk of this Board is directed to publish Notice to Contractors inthe manner and for the time required by law, inviting bids for said work, said Notice to be published in the MORNING NEWS GAZETTE PASSED AND ADOPTED by the Board on July 19, 1977 1 hereby certify that the foregoing is a tnro and correct copy of an order entered on the minutes of said Board of Supervisors on the date ofcresaid. Wins my hand and Ow Seal of the Board of Originator:. Public Works Departirent S ,=r, Detention Facility Project this of t.t 1472 Manager �thdalr =uiy cc: County Administrator J. R. OLSSON, Clerk County Auditor-Controller Public Works Director By f° Q Deputy Clerk County Counsel N. Pous 00673 NOTICE TO CONTRACTORS t , CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT STRUCTURAL-STEEL Project No, 5269-926-(44) Notice is hereby given by order of the Board of'Supervisors of Contra Costa County, that the Clerk of said Board will receive bids until, 2:00 PN on August 11,.1977 for the furnishing of all labor, materials, equipment, ttansportatian and services for The Detention Facility Structural Steel The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $1,273.00. The work shall be done in accordance with the OFFICIAL PLANS AND SPECI- FICATIONS prepared in reference thereto. A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez, California, at 11:00 AN on August 3, 1977. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 372-4497, 1236 Escobar Street, Martinez, California. Only bids submitted by Contractors licensed by the State of California will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and proposal forms, may be obtained by prospective bidders at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California, upon request. j&Croiiimed with board ar&r 00674 {1) NOTICE TO CONTRACTORS '(Continued) Each bid shall be made on a proposal form to be obtained at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California 94553. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARNATY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal. The Proposal Guaranty may be.in the form, of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa". The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors.of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 11th day of August 1977 at 2;00 PM and will be opened in public and at the time due in the 6th Floor Conference Room, Administration Building, Martinez, California, and there read and recorded. Any Bid Proposals received after that time specified in this notice will be returned unopened. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and over- time in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. 00675 (2) NOTICE TO CONTRACTORS (Continued) For any classification not included-in the list, the minimum rate shall be the general prevailing rate for.the County The said Board reserves the right to`reject,'any and:al1 bids or any, portion'of any bid and/or.waive any irregularity in any bid received BY ORDER OF THE BOARD OF.SUPERVISORS'. OF CONTRA COSTA COUNTY. J. R. OLSSON COUNTY-CLERK AND EX-OFFICIO-CLERK 0E THt'BOARD OF SUPERVISORS.. CONTRA COSTA COUNTY, CALIFORNIA BY Deputy DATED: JUL 19.1977: PUBLICATION DATES: �y r u��a�� r .s��tJrS�P Es C y ao 4 .G J f Y Y • 'M 006'76 (3) I { t P CONSTRUCTION.SPECIFICATIONS FOR CONTRA COSTA COUNTY DETENTION FACILITY: STRUCTURAL STEEL PROJECT NO. 5269-926-(44) F LIED �t 1977 JUL/7. J.R Ot= QERK pOARD OP SUPERVISONS OJN RA COSTA CO- DATED. 19 JULY-;1977 j j Y d PREPARED FOR• - y CONTRA COSTA COUNTY PUBLIC WORKS,DEPARTMENT ' Sixtti.Floor,Administration Budding Aartinez, California i L KAPLAN/McLAUGHLIN ARCHITECTS 901-Battery Street San Francisco, California � afilmed witty•board occkL` 006'77 STABLE OF CONTENTS =a �`t 3r ✓cam r� r ,r , �- s T Notice to Contractors Project^Description Information to Bidders Part I Information to Bidders Part II t r rf Instructions to BiddersE" General Conditions Articles of Agreement Affirmative Action Pian, County.of•Contra Costa ; Federal Requirements _ } Proposal 41 SPECIFICATIONSz'. �* : Division 1: General Requirements ,ter ,g, ,, _ 01010 - Special Conditions '� 01400 Testing and Inspection ' ri ` h s Division. 2 Technical Specification:-:, RN i 05120 -Structural Steel " 1 z *t �, A& Mid.P.umk Y'24"}.°h�ir'a� ti 4� f^.✓ 5 '"hw• ,R t y � ,4 t f _ 006' 8 I r r ) � r CONTRA COSTA :COUNTY DETENTION` FACIL"ITY PROJECT DESCRIPTION r Y STRUCTURAL STEEL N r i . s This Contract is for the furnishing and-,.., ling of Structural Steel for the New Detention Facility Erection of Structural Steel is scheduled to'.-start in r December of;this year, with the Contractor complete by 4 late March of 1978. t F £ - ., r t"�,,.?J+ !as _Art - MIN r -gQ.., "#.">5. x y .r,�e '» '.` ^,7 s� xr .,�:# s ,{> cr.."�,iv '�`+,� ' - ZMr ri }' } %GYM tM a-✓'�' ; 0067 NOTICE TO CONTRACTORS `CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT STRUCTURAL STEEL Project No. 5269-926-(44) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive bids until 2:00 PM on August 11, 1977 for the furnishing of all labor, materials, equipment, transportation and services for The Detention Facility Structural Steel The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $1,273,000 The work shall be done in accordance with the OFFICIAL PLANS AND SPECI- FICATIONS prepared in reference thereto. A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez, California, at 11:00 AM on August 3, 1977. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 372-4497, 1236 Escobar Street, Martinez, California. Only bids submitted by Contractors licensed by the State of California will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California., The Plans and Specifications may be examined at the Office of the-:Clerk of the Board of Supervisors. Plans and Specifications and proposal forms, may be obtained by prospective bidders at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California, upon request. ooFBo (1) NOTICE TO CONTRACTORS (Continued) Each bid shall be made on a proposal form to be obtained at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California 94553. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARNATY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa". The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors. Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 11th day of August 1977 at 2:00 PM and will be opened in public and at the time due in the 6th Floor Conference Room, Administration Building, Martinez, California, and there read and recorded. Any Bid Proposals received after that time specified in this notice will be returned unopened. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and over- time in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. 00681 (2) NOTICE TO CONTRACTORS (Continued) f For any classification not included in the,list, .the minimum rate shall be the general prevailing rate for:the County The said Board,reserves,the right to.rejectlany and all bids orany portion of aoy bid and/or'waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS ' OF CONTRA'COSTA COUNTY J. ,R- OLSSON COUNTY CLERK AND EX-OFFICIO CLERK :. OF:THE,BOARD OE SUPERVISORS CONTRA COSTACOUNTY, CALIFORNIA . BY Deputy, ' DATED: , PUBLICATION]DATES : y gn T 7 r � �.,.s '+a ,g,es'�'e' spa--ro' {✓' . + s $t s; Y A f -006V` (3) mom _ INFORMATION TO BIDDERS Part I Page 1 The information and instructions included herein constitute a part of the Contract Documents and are given for the purposes of assisting Bidders in properly preparing their bids or proposals. Each Bidder shall prepare his bid or proposal in strict compliance with all of the requirements of the Contract Documents and with the following instructions: 1. Proposal shall be made on the forms provided in this bound copy of the Contract Documents. Proposal must be enclosed in a sealed envelope, addressed to the County of Contra Costa, and shall state "BID - STRUC- TURAL STEEL - Contra Costa Detention Facility. 2. If information is required regarding the Bid Package, Drawings and/or Specifications, the Bidder shall not contact the County,of Contra Costa or the Architect. All questions and requests for information shall be directed to Turner Construction Company, Telephone (415) 372-4497, Attention: Craig Braccia. 3. Prevailing Wage Rate: A. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. Contra Costa County Detention Facility 00681 INFORMATION TO BIDDERS Part I Page 2 4. A pre-bid conference will be held at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California at 11:00 AN, ! August 3, 1977. ' 5. Space for storage and temporary buildings will be allocated by Turner as job conditions permit. Temporary offices or sheds shall be con- structed of fire resistant materials. Material and layout must be approved by Turner prior to installation. 6. Your quotation must include all cost for the full compliance with all safety requirements, including any safety apparatus primarily for the protection of your employees that might be required by any Federal. County or local agencies having jurisdiction. 7. The Structural Steel Contractor shall provide all temporary power necessary for his own operation. B. Structural Steel Contractor shall deliver and unload anchor bolts required for the installation of his work. Anchor bolts shall be installed by others. The Structural Steel Contractor shall provide shop drawings showing anchor bolt locations which have been approved by the engineer. The Structural Steel Contractor shall provide a Steel template for each different anchor bolt layout. 9. The Structural Steel Contractor shall furnish all labor, material and equipment necessary for the hoisting to the appropriate floor level as designated and/or in the appropriate bay, all metal deck- ing and accessories (hook and unhook - truck to floor. This operation shall be coordinated with Turner and the metal decking contractor, who shall deliver and place the decking with such timeliness as to permit its use as safety planking and/or working deck for the erection of the structural steel. During the time the metal deck is used for safety planking and/or working deck, the Structural Steel Contractor shall be responsible for damage to the metal deck caused by his negligence. f Contra Costa County Detention Facility 00684 INFORMATION TO BIDDERS Part I Page 3 10. The Structural Steel Contractor shall include the furnishing, instal- ling, relocating and removing of supplemental planking, as required by Federal. State or local agencies having jurisdiction, to cover duct and elevator shafts and other floor openings. Planking shall be left in place until removal is directed by Turner. 11. The Structural Steel Contractor shall include the furnishings and installing of perimeter safety cables and posts around each floor level, including the roof, for safety railing in accordance with Federal, State or local agencies having jurisdiction. The safety railing shall be left in place on each floor and shall be main- tained by the contractor until the completion of the work. Removal of safety railing shall be by others. 12. Column control lines, offset outside the perimeter of the building, and a vertical control (benchmark) will be furnished by others. The Structural Steel Contractor will perform his own engineering layout (survey staking), including elevations as required. 13. SAFETY Introduction Construction by its nature presents numerous hazards to participants and spectators alike. As is too often the case in a construction project, expediency and false economy take precedence over good safety practices with result- ing injury or death. The following suggestions and directions are presented to emphasize the concern of the County of Contra Costa and their construction managers, Turner Construction Company, for accident prevention and safety in the course of this construction so that our joint experi- ence will be both pleasant and rewarding. Contra Costa County Detention Facility 00685 INFORMATION TO BIDDERS Part I Page 4 13. SAFETY (Continued) Purpose The primary purpose of this plan is to demonstrate a method to provide a safe working environment for workers and to reduce public liability. All safety requirements directed by the Department of Industrial Safety administering Cal OSHA are a mandatory part of this program and all job personnel are expected to be knowledgeable in these rules and to comply with all Cal OSHA directives, Turner Construction Company Safety Require- ments and all other applicable safety codes. Policy Statement You, as Contractors, and your Subcontractors will have direct respon- sibility for the safety of your men and the operations under your control. When there is a choice of safety versus time or safety versus economics, "Safety First° Is to be the rule. This program will be effective and successful with your full commitment and cooperation in carrying out the basic procedures that follow and in transmitting concern and enthusiasm for a safe operation down through all your supervisors, foremen and employees. Since safety consciousness is not unique to this project we expect that you already have programs within your own company and we are requesting that two copies be promptly submitted to Turner Construction Company upon award of a contract to the successful Bidder. Safety Meetings Regular meetings shall be conducted for supervisors, foremen and employees to stimulate and maintain interest in the safety plan and provide a direct path for feedback to management of possible hazards and/or suggestions for improving safety practices. We are requesting that two (2) copies of the minutes of these meet- ings be submitted to Turner Construction Company. Forms will be provided by Turner Construction Company. Contra Costa County Detention Faciljty CQ INFORMATION TO BIDDERS Part I Page 5 13. SAFETY (Continued) Safety Meetings (Continued) A. All new employees shall be made aware of the basic rules of conduct expected of them, to insure their safety and that of their fellow workers. B. Tailgate or Tool Box Meetings will be held weekly by each craft to discuss problems or conditions peculiar to their trade. The meet- ings will be conducted by the supervisor or foreman in charge and will emphasize the workman's participation. Your job superintendent shall attend these meetings to lend his support to the safety program and to coordinate the solution of problems. - C. A superintendent and foreman's meetings will be held at least every two weeks. This meeting shall be attended by representatives of all Contractors and will be conducted by Turner, for the purpose of reviewing the safety record, acting on suggestions made by job personnel and for analyzing future scheduled work to determine safety precautions that are necessary for accident control and elimination of potential hazards. Accident Reporting Procedure Maintaining control of the safety program requires prompt and accurate reporting of all accidents and injuries. It will be your responsibility to submit one copy of all Accident/ Injury Reports to Turner Construction Company for permanent record. These Accident/Injury Reports must be submitted on one of the follow- ing forms: 1. Cal OSHA Form 5020 (Rev. 3) and your Foreman's Report of Injury. 2. Standard report form which you submit to your insurance carrier.. 3, One (1) copy of your Annual Report, Cal OSHA Form 102, covering all work performed on the County of Contra Costa Detention Facility Project. Contra Costa County Detention Facility 00687 INFORMATION TO BIDDERS Part II Page l 1. Scope: A. The Contractor will furnish and install all structural steel as shown or noted on the Contract Drawings and as specified in Section 05120, Structural Steel. B. Grouting of baseplates will be done by others. C. Contractor will check anchor bolt locations prior to erection of Structural Steel. Contractor will notify Construction Manager of any variations in anchor bolt layouts that effect the fit of the Structural Steel. D. Structural Steel Contractor will include in his base bid all costs to prepare beams to receive 3/4" J bolts located at the top of concrete shear walls. The Contractor should allow for two bolts for every sixteen inches (16") of shear wall. The actual J bolt will be furnished and installed by others. E. Bidders will be required to scale structural members that do not have dimensions given. The cost of all scaled members should be included in your base bid. No adjustment to the contract price will be made for members that remain within a tolerance of plus or minus a foot of their original scaled dimension. After approval of shop drawings the contract price will be adjusted on a unit price basis, (see Proposal Form, Unit Prices A and B) for that portion of any member that exceeds the above stated tolerance. 2. Sequence of Work: Structural Steel Erection will begin at the expansion joint located at the intersection of column lines I-6 and J-7. The building will be erected to its full height and erection shall proceed in a clock- wise direction finishing at the courts building (see enclosed "Key Plan"). All erection will be done from outside the building line. Heavy equipment including trucks will not be allowed within the building lines. Plumbing, bolting and welding operations shall closely follow erection to allow subsequent crafts to proceed with their work as soon as possible. Contra Costa County -Detention Facility 00688 ERS INFORNNTION 70 Part 11 Page Z Z START ERECTION b 3� 5 y MY SEQUENCE OF ERECTION' 00689 INFORMATION TO BIDDERS Part II Page 3 3. Time For Completion: The Contractor shall complete this Contract within Two Hundred and Thirteen Calendar days (213) from and after the`date of commencement. The present Schedule is for authorization to commence-work by August 30, 1977, with erection of Structural Steel to.begin on December 27th, 1977 and contract completion in late March of 1978.- 4. Liquidated Damages: It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County in the amount`of Five Hundred Dollars ($500.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as'and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. a 7 Y '"j ✓P 9 0060o Instructions to Bidders 1. LICENSING OF BIDDER. Before submitting bid, bidder shall be licensed in accordance with the provisions of Section 7000 thru 7145 of the Business & Professions Code of the State of California in the clas- sification required for the work bid on. The bidder's name shall correspond in all respects with the same shown on the license.. License numbers and names are checked with the State. 2. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK A. CONTRACTOR'S RESPONSIBILITY I. The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the + proposal, plans, and specifications of the contract. I h Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpretation therefor. There is no quarantee or warranty, either express or implied, that the conditions indicated are representative of those exist- q ing throughout the work, or any part of it, or that unlooked for a developments may not occur. Making such information available to bidders is not to be construed in any way as a waiver of the provisions of this article concerning the Contractor's responsi- bility for subsurface conditions, the bidders must satisfy then- selves through their own investigations as to the actual conditions to be encountered. 7 -1.- Contra Costa County } Detention Facility', 00691 I�Lln�str,ctl�o,sto Bidders (Continued) B. DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the E plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clarification which will be given in the form of addenda to all bidders if time permits. i 3. BIDDING MOMENTS i. A. Bids shall be made-upon the special Proposal (Bid Form), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlineal- tions, alternations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supply- ing these specifications. B. Bids shall not contain any recapitulation of the work to be done; k alternative proposals will not be considered, unless called for. s No oral, telegraphic or telephonic proposals or modifications will be considered. k -C- List of Proposed Subcontractors: Each proposal shall have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of 1/2 of l percent of his total bid, in accordance with Chapter 2, Division 5, Title 1, of the Government Code. D. Bidder's Security:" All bids shall have enclosed cash, a cashier's check, certified check or a bidder's bond, as described below. executed as surety by a corporation authorized to insure surety bonds in the State of California, made payable to 'Contra-Costa County', in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will . be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fail�to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. -2- Contra Costa County- Detention Facility 00692 Instructions to Bidders (Continued) 4. SUBMISSION OF PROPOSAL A. Each bid shall be made on a proposal form to be obtained at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California 94553. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 11th da of�Au ust 1977 at 2:00 PM and will be opened in public Ina at t eh time due in the 6t F oor Conference Room of the County Administration Building. S. WITHDRAWAL OF PROPOSALS: A. Any bid may be withdrawn atany time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. Any oral, telegraphic, or telephonic request to withdraw a bid ro osat s not ac�ce table. The w t raw- of a bid sha not pre�ice t e !Et of a bidder to fie' e ne►��This article dyes not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. 6. IRREGULAR PROPOSALS: A. The County also reserves the right to accept any or all alternates andunit prices called for on the Bid Form and their order of listing on such form shall,in no way indicate the order in which the bids may be accepted. 7. COMPETITIVE BIDDING; A. If more than one proposal be offered.by any individual, firm, partnership, corporation, association, or,any combination thereof, under the same or different names, allsuch proposals my be refected. A party who has quoted prices on mat erials'or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law any may render void any contract let under such circumstances. cf' -3- Contra Costa County 00693 Detention Facility ,:4 Instructions to Bidders (Continued)' I�I 8. AWARD OF CONTRACT: ! A. The right is reserved to refect any and all proposals. I The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements 1 prescribed, Such award, if made, will be made within 30 days after the opening of the proposals. } 9. EXECUTION OF CONTRACT: A. The contract shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Saturdays, Sundays. and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Con- tractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him would be at his own risk and as a volunteer unless said contract is so approved. 10. FAILURE TO EXECUTE CONTRACT: A. Failure to execute a contract and fill acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or faits to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest respone: Bible bidder to whom any such contract is so awarded to execute the same, such bidder's securities shall be likewise forfeited to the County. The work may then be readvertised or may be constructed by day labor as provided by State law. 3'ro Contra Costa County r Detention Facility 's€.. GENERAL. CONDITIONS �}. �initlonst , Whenever the following terms, pronouns in place of them, or initials of organisations appear in the contract documents, they shall have the following m•eningt A document issued by the County during the bidding pe—ir nod—hw !ch modifies, supersedes, or supplements Che original contract documents. ! t va Action Zd it U 1 cat s wr teen ocument ■ y, wets! y,�or mon 7 prepared by the contractor for submission to the Countys itch rappl1art■ the total number of amployees, the total number of min- houriorked the act sent minority ssanhours of total man-. w The written document of agreement, axe- cured by the ounty and the Contractor. Atim�et or Ensineer - Shall mean the architect, engineer, inH�ual ter copartnership, emplop•d by the County. of Contra Cos- as das I ted on the title sheat of theme speci- fication■. When Contra oat&County is designated as the Engineer, •' Engineer *hall mean the Public works Director, or his autbaris:ad . representative. Bidder -Any individual, partnership,-corporation, association o n venture, or an7 combination thereof, submitting • proposal Jar the work, acting directly, or through ■duly &uehor- Sced representative. pp board o! Supervisors - Shall mean the duly alerted ouug r Chioin,ed constic County in all fficialmatters pertaining to un the Contract,who will set foi Cho,i R der - 1■ any change in contact time or peace and any chang—a in contract documents not covered by subcontractors Prolect , Co t eta Su • o • r, or cls of t e or s s • moan t a aur ter ca agent o t • Louncy &t csa dca'of the work. Contract - The contract is comprised of the contract ' - documents. Contract Documents - The contract documents include the agreement, the drawings and the specifications. Pro ect Massa er - The Project Manager is the �7" authorized representative of Contra Costa County. Construction Manager - The Construction Manager _ is the County'a construction representative as described in the Special Condition, Section 01010. 00695 Y.-.a'� j"4' ' �z'�S�''a•c'e'�w.? u'�`7 " �` � ''�'.atc`' j -p;+ xts it�.a'Sb" ?�u'Ttfi'; '' ler? �, xv�;�sak ' ^� •. a,v a . ',„ _� P� �� .�+• � r nae ' . CSN CONDI ���,.��yt Pt (continued) Pfw+"'� The tndividual partnership,hereof,=has o^� auoeistl on C o nt venture, or enY coeds�natioa thereof, entered into a eontsaet with the count of Contra Costa,of the Shall mean the Countyy and Patti atoPe v don o[the State o[Calact ng within pelitteet�°or its an authorised agent acting first P during the of thatr authority- Is an instruction BLven cid da ea Section 16S). of the or Provisions, course The written tnatone this ar""eseh� 4An �utsements in to asformanee a or oC er regkich Pattain to the p , so ala' so id.ntif�ed thereon, including plana, work. The oifi.i;l drawings Boners notal,Mn' tail dravLnge, diagram g thereof, sect o/, thereon, or exact ratt'leettion' character, vations' thn County shawtn6 the location, format and and sohedula■ k adopted and aPProvai s the wor and details of revisions, eOht- d>meneton, the instruct sono tta methods'Ad mea_ u rements pertaininngg quantities of and data ce {°9 Ior to the 4ualLtia■and tions the work, contract' nor of performi^B corporation',. work to be furntshnd and inetallad under thist^erahtp; who con- Subc t Act r An inditiodobual-tP10 .breoCC T*nt venous., or storm Mork or labor or sander aasocoevitht a Contractor to PTha trim subcontsactora shall not treets to or about thl�m aerials only. sarvLee who wPp Y the Conterfosm- include those qhs repr.scntativ&of s a folly riot Adent work Sita at all times durin6 tahiteel who shall be Pre�1 tra esintendant shall at got t11 h°Ar _ - work, Such Sup v on instructions sect the work on be - "no.of the authorised agante and to execute and Providing authorised to seeaiva and act p - or his the Contractor. Te®ant half of A vtttcan a6 u lament or exeenelon of the,contract. for alteration, men mane, and installing of all d dastg p�y� qhs furnishing ut pent a apeciftad, '� p lies. and eq P matotiale' aruirad by the contract• - oat.d, or req oo ,i i GENERAL CONDITIONS (Continued) SECTYON 2. Governing Laws.and Reaulationai A. The Contractor*hall keep informed of and observe, and comply with and cause all of his agents and m- gployees to observe and comply with oil prevailing Federal and B taxa lows, local ordinances, and ruias and regulations made utaumnt to said lawa, which in am waw affect the conduct of work of this contract. B. All work and material* shall be in full accord- once with the latest rules and regulations of the Uniforg Building Coda, the State Fire Marshal, the Safety Orders of the Division of Industrial Safety, the National Electric Cod* the Uniform Plumbing Coda published by the wastern Plumbing Olficlalo Association, and other applicable State laws or regulations. Nothing in these Flana or Specifications is to be construed to ppemit work not conforming to these Codes. The Contractor *hail kaaeopisa of Codes on job at all times during construction period. C, Excerpts from Section 6422 of the Labor Coda of the State of California are included bales, The Contractor#boll cosih}y fully with this station of the Labor Code as applicable,. "No contract for public works involving an estimated exppenditure in excess of 125,OOO.OD for'the excavation of any trench or trenches five feet or more to depth *hail be awarded unless it contains a clause requiring submission by the Contractor ' and acceptance by the awarding bodyy or by a ragiaterad civil or structural engineer, employed by tha awarding body to wham authority to accept has been dal•*g8ated, in advance of ex- covation, of a detailed plan showing the design of shoring,Lrac- ing, moping, or other provisions to be made for worker protection from the hazard of coving ground during the excavation of such trench or trenches. If such Plan varies from the sharing system standards astabiishad by the Construction Safety Orders, the pian shall be prepared by a registered civil or structural engineer. "Nothing in this section shall be demand to allow the use of a shoring, sloping, or protective system lase affective than that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing in this section*hall be construed to impose tort liability on the awarding body or any of its employees. "The tam* "public works' and 'awardin body' as used in this section shell have the name moaning at in Labor Code See- tlana 1720 and 1722 respectively." 00697 'I GENERAL CONDITIONS (continued) Jig=U. e.r...r. .nd novelties: A. The Contractor shall provide and pay for all license and royalties necessarilpy for the legal use and operation of any of the equipmenteor ofeanylsuch licensetor royawar ltiesrtande Certificates showing the payor p mita for the use of any patented or copyrighted devices she be secured and paid for by at Contractor and delivered to the County on completion of the work, if required. .. SECTION G. Cc t t e ' a t b u A. 1hijigr : Until the formal acceptance of the work by the County, the Contractor shall have the charge and trrace tharathe ot and a alehn�ctian of the elnmenis ordfrs�sto any otheiscauid ex- work by Copt es provided in Station 23. The Contractor, at Contractor's cost, shall rebuild. repair, retora, and auks good all such damage to any p b of the work occasioned by any of such causes before its aeetpt- ante. B. public Ut 1 : a. The Contractor shall send proper notices, make all' necessary arrangemenu, and perform all other services required in tl:t care and melntananca of all ubllc utilities. The Con- thactor tounty may $sumbe Ale.rasponsibility concerning Same for which , b. Enclas or boxing in, for portection of any public utilityy equipment, shall be done b7 the Contractor. Upon comple- tion of the work the Contrectoortiha11 remoove allenclosuwatertight. orb fill in all openings In masonry grouting leave in s finished condLtlon. - e. All connections to public utilities shall be mads j and maintaiineedd in ssueeb the County dined uring theientire prfere ogresith s o!the timing use work. TION . Bond And Insuraner. ded ll five (5) workingd Contractor after beingthe notifieeydlenterrinto aecontta to with the owner on the Contra Costa CandtSpaeifistandcations shalllrd Form for hfur- work in accordance with the drawing foarmance bonds attset forthiin thelabor advertisementlfor dbids. o nailer fors acceptable to the County. -4- 00671 98 st44,. ,n s- 5 a1" GENERAL CONDITIONS (cont'd) SECTION 5. Bond and Insurance (cont'd) B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequate Workmens' Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmens' Compensation statute, or in case there is no applicable Workmens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected. C. Public Liability and Property Damage Insurance: mss• The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $1,500,004 for all damages due to bodily injury, sickness or disease, or death to any person, and coverage in the amount of $540,400 for any damage ` to property, including the lose 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: Not required. 5 f i GENERAL CCHDITIONS (continued) SECTION 5. HOHD AND INSURANCE (continued) E. CERTIFICATES PY INSURANCES Certificates of such Workmen's Compensation, Public Liability, Property Damage Insuranca, 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 Cost&County has been named as an additional insured.. These certificates shall contain a provision that coverage af- forded um4er the policies will not be cancelled until at least thirty•daye prior written notice has been given to Contra Costa County. F. PERFORMANCE AM: One bond shall be in the amount of One Hundred percent fifeof the Contract, and shall insure the Owner during the life of the Contract and for the termof one (1) yqear from the date of acceptance of the work against: ainst faulty or improper outer- ials or workmanship that may be discovered during'Ra toper time. 0. PAYHE rT BOM One bond shell be in the amount of fifty percent 150%) i of the Contract Price, and shall be in accordance with the Laws of the State of California to secure the ppayment of all claims for labor and materials used or consumed Sn the performance of this contract and of all amounts under Che Unemployment Insurance Act. SECTION 6. SUBCORMACTINQ A. The Contractor shall be re■poneLble 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 u employees of the Contractor. D. The Contractor shall sive his personal attention to the ful- ftllment of this contract and shall keep the work under.his control. When any subcontractor fails to prosecutea portion of the work in a manner satisfactory to the Architect or Engineer, the Contractor shall remove such subcontractor immediately upon written reqquest of the Architect or Engineer and he shall not again be amployed 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 raquasts to arbitrate dis- putes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. -6- i GMM CONDITION$ (Continued) SECTION g. $ubeontreatina (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 too- Ord of the awarding authority setting forth the facts constituting such emergency or necessity, E. Substitution of Subcontractorst Contractor shall not substitute any parson or subcontractor in plata of a subcontractor listed in his bid proposal without the written apDproval of the County. Substitution of subcontractors moat be in accordance with the provisions of the"Subletting and Subcontracting pair practices Act"beginning with Section 4104 of the Government Coda, Violations of this Act by the Contractor may subject his to penalties which may include cancellation of contract assessm.nt of 10 percent of the subcontractors bid, and disciplinary action by the Contractors' Stara License board. SECTION 1. TINE-OF, WORK AND DANACESt A. The County will dtoignate the starting day of the con- tract on which the Contractor shall latediatelp begin and thereafter ditigantly prosecute the work to completion. The Contractor obli- Sat�himsa f to complete the work an or before the date or within the number of calendar days, set forth In the pzo�gosal (did Form) f for completion subject only to such adjustment of time as may be at forth in this article or pursuant to Station 21. S. If the work is not completed within the time required, damagge will ba susuinad by the County. It to and will 6o ivpract- icab7.a and extremely difficult to ascertain and determine the actual damags which the County will sustain by reason of such delayl and It is therefore agreed that the Contractor will pay to the County the ere.of money stipulated per dry in the SPecificationa for aaeh sad.vary day's delay in fin thing the work 6e and the time pro#- cribad, If the Contractor foils to pay such liquidated damages the County may amdeduct the amount thereof from any money due or that my bermdu the Contractor under the contract. C. The work eh* be regarded es completed upon the data the County has.created rhe.bene in�writirya, D. Written requests for contract time extensiono, aloes with adequate justification, shell be submtttod 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�Lquidated damages and should sucA many not ba sufficient to cover such dameBBes, the County shall nava the sight to recover the balance from the Contractor or hie sureties. _7r 00 701 RN.RAL SQJM7TlCg8 (continued) geCTtoN i. TIME OF WORK AND,DAXACESi (contineed) F. Should the County, for any cause, authority a sus pension of work the time o such suspension will be added to the time allowed for completion. Suspension of work by order of the County shell not be doomed a waiver of the claim of the County for damages for non-eomplation of the work after the adjusted time as required Above. SECTION g. PROGRESS SCNEDUM 1i t See Special Conditions paragraph 1.11 SECTION 4. TEMPORARY,UTILITIES AND FACILITIESi A. All water used an the work will be furnished ind paid for by the Contractor. The Contractor shall furnish the necessary temporary,piping from the distribution point to the points an the .site where water is naeaesary to carry on the work and upon com- pletion of the work shall remove all temporary pipings b. The Contractor, at his own cost, shall furnish and in stall all moters,all electric light and power equipment and wiring, a12 gn maters, gas aauipmnnt and piping that is earaas�ep to par toxin his work and shall rmova the sasm upon,.the completion of the work. The Contractor shalt pay for ail power, light and gas used In the construction work. C. The Contractor shell furnish,vire for, install and main- tain temporary electric light wherever it is necessary to provide illumination for the Proper performance and/or ins ection of the work. The lighting aha ll provide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read in even place whets said work is being performed. This Im- porary lighting equipment wpp ba 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. _go �r ✓ X. µ �ll-702 $ � hr`s zca t€� A ''A z GEMERAL CONDITIONS (Continued) SECTION 9. TEMPOMY UTILITIEStit FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men, These facilities shell be of an approved type conforming to the requirements of the County Health Department, and eNall be weathertight structures with raised floors. Structures are to have adequate light and ventilation end door a uivad with latch or lock. Contractor shall service such facilities daily, maintaining same in a clean end 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 pay directly to the utility companies conn action fees, annaaTdon Eeas permft fees acreage fees, and all other fees required by the utility companies and aasociatad with the permanent utility services. If additional fan associ- ated with the temporary services are required they will be paid by the Contractor. w^>ctor. The County not for water! gas, tele- phone and electricity consumed on the pio act until . or the County,makes written request to the utility companies that bil- lings be sant to the County. (Normally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for Varistions to the above requirements. SECTION 10. PERMTS, A. The Contractor shall make application for all permits, that are required for the parformance•of hie work by all lave ordinances, rules, reggulations, or orderi, of any body lavfuliy empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith.. The Contractor is not re u ad to pay any charges associated with per- mets. (1t is not t e present polisy of the County to payfns to the incorporated cities for psm its.) 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 hardshipon 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. S. The Contractor shall provide an adequate work force, materials of proper quall[y, and aqui{iq�ant to properly carry on the work and to insure comp�ation of each part in accordance with his schedule and with the time agreed. - —9- 00703 CENERAL CONDITIONS (Continued) SECTION-1. CONDUCT OF WORK; C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all timom 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 shell 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 reedy for the construction. He shall verify dimensions and scale of plot plans, and shall check all dimensions, levels, and construction. y. 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 dam Lag same will not be permitted. -.Should improper vork of any trade be covered by another which results in dams8e, or defects the whole work h.ffaetad shall be made good by , the Contractor wit�iout expanse to the County. O. The Contractor,:hall anticipate the relations of the various trades to progreof tha 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- ; sept where stated otherwise. H, proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspacc the work. 1. Watchmen, at Contractor's option shall be maintained during the progress of the work as requireb, at the expense of the Contractor. J. If any subcontractor or parson 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 CONDItLONSt The following &hell constitute exceptions, and the sola exceptions, to the rasponaibLILty of the Contractor not 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 plana 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, than he&ball' Olt 11 4 A al..e �Ny.RsL GONOITIONS (C,gntinuad) SECTION 12, RESPONSIBILITY FOR SITE (continued) promptly notify the County in writing. Where necessary for the work of the contract, the County shalt issue a written • order to the Contractor to maks such adjustment, rearrangement repair removal, alteration, or spacial handling of such utility, ,no ludLng repair of the damged utility. For the purposes of the foregoing, "active° shall moan other than abandoned, and"utility installations" shell include the followingl Stsam, petroleum products air, chemical,water, sewer :torn water, gas,electric, and telephone pipe lines or ' condu;ta. The Contractor shall perform the work described in such written order and compensation therefor will be mads in accord- . sate with Section 21, relating to changes in the work. Except for the item 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, than 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 Hake good such domage at his own cost. H. 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 ordiman- .ions of such subsurface work due to discovery of unsuitable bearing material or for any other caws, than adjustment to con- tractrice for such change will be mde in accordance with See tion 21. Except for the item of cost specified therein, the Con- .. tractor shall receive no compensation for any other cost, dosage, or delay to him due to the presence of such unsuitable bearing material or other obstruction. SECTION 13, INSFEMON. A. The Contractor shall at all times parmA the County and their authorised agents to visit and inspect the war"or anp part thereof and the shops where work is in preparation. This 0911- nation shall include maintaining proper facilities and safe access for such inspection. Where the contract requires work to be tasted, Lt shall not be covered up until inspected and approved by the County, and the Contractor shall be solely r.eponsi W. for notify- Ing the County where and when such work is Ln readLneas For inspec- tionand testing. Should any such work be covered without such tear and approval, it shall be uncovered at the Contractorls ex- pense. H. Whenever the Contractor intends to rform work on Saturday. Sunday, or a legal holiday,h.sh:Upegive notice to the County .ash intent an at least two working days prior to performing such work, or such other period as my be speci- fied, so that the County say make necessary arrangements. -u- 00705 i GENERAL CONDITIONS (Continued) SECTION 13. INSVICTIONs (Continued) C. The inspection of the work or materiels shell 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 motorists have been previously inspected or that payment has been made. SECTION 14. REJECTIONS OF HATERIALRt A. The Contractor shall promptly remove from the promises 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 roexecute his own work in accordance with t a Contract and without expense to the County and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal. S. If the Contractor does not remove ouch condemned work and materials within reasonable time, fixed by written notice, the County may remove them and mastore the matarlsis at the expense of the Contractor. It the Contractor dons of pa the expenses of such removal within tan (10) days there: tor, ?he County may upon ten(10) day■written notice, sell such matarials at ovation or at private ala and shall account for the not pro- coeds thereof after deducting all eoets and expenses that should have been borne by the Contractor. , SECTION is, iNTERPRETATION OF CONTRACT REQUIRSHENTSt A. Correlationt The contract documents shall be interpreted as being complementary in requiring a complete work ready foruse and occupancy or, if not to be occupidd, operation. Any require-ment occurring in any one of the documents is as binding as through occurring in all. g. Conflicts in the Contract 0ocumentst In the event of conflict in the contract documents the priorities stated in sub- - divisions 1, 2, 3, and 4 below shad govern; 1, Addenda#hall fovera war all other contract dourments, exempt the County•Standard Form Agreement unless It is specifically indicated that such addenda shall gavail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In ease of conflict between plane and specifi- cations, the specifications shall govern. 3. Conflict within the Plans. - a. Schedule#,when identified as such, shall govern war all other portions of the plans. b. Specific Notes, shall govern aver all other notes and all other portions of the pians. e.. Larger scale drawings shall govern over yr l r scale drawings. t nn n r 1i x _- ,. x.. �•'e„o,:,..., t r�,3Aas�'�yl�.'•`�?t �1Xp`�i"�3' = -*s m' CCNCRdL CONDITIONS(Can't.) ,9j,,r,jION IS. IMCRPRRTATtDN 81 COMRACT RfAU3RFNEMSt (Can't.) 4, Conflicts within the Sp.eifiestionst a. The"C.neral Conditions of the contract"-hall govern over cif seetlena of the specifications axcapt for specific medtflcxtions thereto that may be stated in the Special Conditions, b, Miselonal if the Contract documents are not Complete as to any minor detail of a required construction oystem or with regard to the manner et Combining or Installing of parts,materials, or equipment,but there exist$an accepted trade stands rd for good and workmanlike construction,such date,, Shall be deemed to have boon lmpliedly required by the Contract documents In accordance with such standard. "Minor detail"shall include the concept of substantially ldantfeal components,where the price of each such component Is&mail oven though the aggregate cost or Importance Is substantial, and shall Include a slaxi.sm p...at which to Incidental, even though Its cost or Importance may be substantial. The quality and quantity of the parts or material so supplied -Mil conform to tr+ds oto Ards and be compatible with the type,composition, xtranRth, sate,and prattle of the parts or materials otherwise tet forth In. the Contract document,. 1 . jSCftON 16. C(j�iF lCx?IONS AND ADDi7fONAL tNsu{q TC lONt A. Ratification by Controctarl Should the Contractor d,*cover any Confitct.,omisxioM, or,!Tors In the contract document.or have any que+tIon Concerning interpratatlon or clan/fitation.f the contract documents• or it it appears to him that the work to be done or any matters relative there. to ate not sufficiently detailed or explained In the contract documents,Than, betonprereading with the work*tfacted. he shall Immediately notify the County In writing through the Construetton Supervisor,and request lnterprota tion,clarification or furnishing of additional dorml.4 Instructions concerning the work. All such questions shall be resolved and in•trueclonm to the Contractor Issued within a r•aaonabl*time by the County,whose decision shall be final and Conclustvo. Should the Contractor proceed with the work affected before race 1pt of Instructions from tM County,he shall remove and replace or adjust any work which Is not In-*Mil.nce therewith and he shall be r.ponslble for any resultant damage,detect or added cost, S. Pield Order-, During the.aurae at the work the Architect and/or Engineer may issue Pield Ordere regarding the work. Thew yield Orders will .pplament the Plan*and Specif tcations in order to elarl(y the intent a the Contract docum.nbs by adjustment to meet field condltIons or to make the various phases of the work by and join properly. A Field Ocala[involv.a no Change in cantrscc time or pries. Parforamnca,partially or in full,of a Field Order -Tali constitute a valvar a[claim for a change in contract,tap or price for the work p*voted by the Field Order,-1...a Change Order has been issued. C. Change Orders, Sea.Seatlon 21,thio Olvlsion. 00'707 "NEPAc COdotTloAg 8C IDN 1 7• 1 ODUCr AND ACPC CNCC 8T NDARDB IncludingA' Product De.f to in the there fou contrdoeucoa aa�gp product hr.nd en ryacrlptiva catalogue contract to bid, ad!n tndu.try pubic...,. d of currant~hall dal number s •t1oN ora r lgpm at data of fiat being trade R, ReferenceOtt Or it Invitation henads Rue of lreUrance.l'Aue anocfa.�lil"ahreferred ions In atoa1. hlhk Federal Doverncont, At date do net tha8a cons lde a ca part of ontract 8 °t Ileac invitation toabld anallabeleon'lderadcu rent puthis bllahad�Ei`!nta Ion Ig A� Part of thla Contract, � A TIC 8 AND scour Part lcu)arl A' ltatarlal shall be�y�l ContractorY apself-Ied, cotartal ah-11 new and of Vwlle shall, if required 1 be the b9uallty specified. shall ba glvonProduct, ..aLo t, Price, lltnu�ta$Atlsfactor,end quality b Ivldenea*at of its lana or kind.to puma. 4�C0 at 'eq,,of the Governcont Cod, State of,California.in rne prefer,,,,in the nd and n Meclan aldAction In Original ahl� t Of the receipt of anueA squlp test C the meet, fixturesandcotert fall b County will,when de Job site and el' d it decercone • &&or d'vlatlo' such hgtlPmanmaateriaal before°neq notified pd , dallvar ant dacoge or d Pact ■ i ed. Y•hall b n from epeclfl�d;tur material to I aPatltted Neal C. tdarever tAa Itaw damaged during, It the Cont It to used tasa or brand of•conch and utlllt rector daeiru As 4 measure of ctura f for• Y to chat a to use any other brgwlltY and ut1 Or a at itis le nY Proposed aubapeclttad, M slap aka and o �o r.a avldance aatlatreto tltutlona, application rlo pa equala9wll0y Satisfactory to the CotncV that Ptheas,on*hallortal be arcomp.nlad by w y eltl Peocase to equal to I w$ r F � t 14 1 _ 1 > —01 tr art;kt4.� �l't 17 ,� x,: •'v r CERML Ct NDITIM (Can't.) QiCjlt6,S, MATERIALS, ARTICLE�S,AND EQUIPHttfft (Can't.) that tpoclfled. Request for substitution shall be made In apple time for ti,v County's con■iderstion as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adtquste tits 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 casts, and installation costa and - lntenanc•provinlons and experience or other data as required by the County, The County's decision concerning the refusal or acceptance of proposed substitute for that ApseHled shall be accepted got final. R*questa for substitution will only be considered when offered by the Contractor with the reason for substitution. -allure to sobmit competent evidence as required and requested by County*hail be ransidered grounds for refusal of substitution. The Contractor shell Include n notice of Changs in contract prices, It substitution is approved. 0. Alt materials shall be delivered to as to Insure a speedy ami untntarrupted progress of tba work. Some shall be stored so an to cause no obat ruction, and so so to prevent overloading of any portion of the structure, and the Contractor shall be entirely responsible for damage or loss by voother or other tause. E. Within fifte!n 15 days after the signing of the Contract, the Contractor shall submit for Approval to the County a complete list of all parerisds It le,prapoJI to we under this Contract, which differ in any respect Prem m.url ala speeifled. Th l■ Ilse shall Include all materials which are l prepagoe by the subcontractors at well as by himself tar use in work of hit 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 xubmitttd 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 offered and accepted as approved equal to materials spteifled, the cost of which Is ton than the cost of the material or equipment specified, than a credit shall be taken for the dIClarence between the two costa In order that the County she obtain whatever benefits pay be derived from the substitution. Failure to propose the substitution of any articlo within thirty-five (33) days attar the eigning of the Contract may be doomed sufficient cause for the denial of request for substitution. ti CT D ley SHOP DRAwIW.S. DESCRIPTIVE DATA, SAMPLES, ALTERNATIVES! A. The Contractor shall submit promptly to the County, ao ae to causeno delay In the work, all shop drawings, descriptive data and samples for the various trod**as required by the specifications, and offers of after- natives, If any. Such submittals shall be checked and coordinated by the Contractor with the work of other trodea.IAVOIwed before they are submitted to the County for examination. 00709 I 17 GEREM CONDITIONS(Can't.) SECTION 19. SWP DDRAVINOS, DESCRIPTIVE DATA, SANPUS. ALTERNATIVES: (Can't,) - S. The Contractor shall submit to the County shop or diagram dravings in the numbar of copies me required in submittal echedula, or five (S) copies if no schedule to included in these documents. The drawings shall show completely the work to be donal any error or ominaLon shall be mads good by the Contractor at his own expanae, even though the work be installed before same become apparent, as approval by the County covers general layout only. fabrication, details and inspection shall conform to approved Contract Drawings. C. Descriptive Datat Submit Otte of manufacturer's brochures or ocher data required by the specifications in the number of copies as required In submittal schedule,or five (S) copies if no schedule is included In theme doeuwents. Th a County will examine such submittals, noting thereon corrections, and return throe copies with■ letter of transmittal indicating actions taken by the County or required of the Contractor. D. Sa.plest Sutiale samples of articles, materials or equipment as required by the specifications. The work shall be in accordancewith the approval of the samples. Samples shall be ramovad from County property when' directed. Samples not re.ovad by the Contractor, at the County's option, will become the property at the County or will be removed or disposed of by the County at Contractor'■ expense. / E. Alternatives: For convenience in deaianatlon on the plane �{ or in the specifications, certain materials, articles, ar aquipsent may be designated by a brand or trod&nsma or the naw of the manutacturer together with catalog designation or other Identifying Intormetlon, herelhafter referred to generiaaily as "designated by brand name^. An alternativs material, article. or equipment which Is of equal quality and of the required characterlatics for the purpose Intended may be proposed for was provided the Contractor cocV11*x with the following requlrementn 1. The Contractor shall submit his proposal for on alternative In writing within the time limit designated In the specifications, or If not designated, than within a p&rlod which viii cause no delay In the work. Z. No such proposal will be considered unless accompanied by complete Information, and descriptive data, nateasary 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 cooperative quality or suitability of the offered materials, articles,or equip- went shall be upon the Contractor. The County shall be the sole judge sa to such matters. In the event that the County rejects the use of such alternative materials, articles, or equipment, than one of the particular products designated - by brand name shall.be furnished, OQ'710 i fEN�:id}a Ct`NWSTIUN4{Con'[,) t ECTItN 19 AHUP JITAWKS, PESCAMI9E DATA, SAMPI.ES. ALTE4NATIVEgt (Can't.) . The County will examine, with teaeonable promptness, such submittals. and return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and alternatives from the contract plane and specifitations, nor shall It relieve him from responsibility for errors In the submittals. A failure by the Contractor to Identify In his fetter of transmittal material deviations from the plans and Specif(cattons shall void the submittal and any action taken thereon by the County, When specifically requested by the County, the Contractor shall resubmit such shop 4rovinxs, descriptive data, and samples ate may bt requtrsd. It any mechanical, electrical, structural, or other chansas X required for the proper Installation and fit of alternative materials, X or equipment, Or bacaums ofdevlAtlons from the contract plans and specifications, such changto shall not be made without the consent of the County and shall be made without additional coot to the County. q ON 7,Q, AtPLrt AND TEgTgt , The County reserves the richt at lit own expenst to ardor tests of any part to the work. If as a result or any such costthe work to found unacceptable. It will be rtj*cte4 and any Additional test required by the County&hall be at Contrmetor's expense. Unless Otherwise directed, all ( smplas for testing will be taken by the County from tho materials, articles or �t equipment 4tllvortd, or from work perftrmed, and testa will be under the super- vision upervision of, or directed by, and at such places as my be convenient to the County, Materials, articles, and equipment requiring tests shall be delivered in ample time before Intended use to allow for tatting, and none may be used before receipt. of written approval by the County. Any ample delivered to the County or to the ptemiata for exemlnAtion, including tasting, shall be disposed of by the Contractor at him own sxpenme wif—hin not more than tan (10) days atter the Contractor acquires knowledge that such examination is concluded, unless othervisa directed by the County. SECTION 21. CHANCE OEOEP.Si 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 plane and specifications will IO made without authority in wtititg from the County. Changed work shall be performed in accordance with the original .requirements of the Contact Oocuaante end previous fully oxeovted Change Orders. A Change order my adjust the contract price either upward or dawn .ward in accordance with either or a combination of the following bases, as the County may Olectt (1) On a lump sum basis am supported by breakdown of estimscad , Casts. 00'71A, a z+ � i � � 0 T OL MI,cDMITIORg(can't.) .aorl'ION-2l CHANCE OROe0.g! (Con'CQ (2) on•unit price basis. (I) on a cost-plus bads in accordance with the following conditions$ - (a) NARK- t 1. For work performed by the . .Contractor an amount equal to the direct east (as defined r.1n) of the work plus 15%of the direct coda for overhead and profit- 2. rofit. amount 2. per to thewditactteastod(as da it one onencn)ro[nthe work goal to d%of the direct ista tar ovaehud and profit- 1.. breakdowns SS7L to the sub-inttaetort 5%to Contractor.) mount S.eFor gual t rthe directdcosts aas s`6•n:ncr.i:on)'ofa he work plus 257E of the direct code for overhead and profit. (guggesud breakdowns L5%to sub-sub•contractor n to eub•contractor, 5%to Contactor.) 4. In no case will the total mark-up be greater than 25% o[the direct costs notwithstanding the number of contract / t lata actually existing. t S. yet deleted work the mark-up shall be 10%of the direct costa or the agreed upon estimate thereof. (b) DIRECT COETgt . f l.. Ichor: The cods for labor shall include any employer' on behalf a[ payments to or the workman for health and, vel[are� psaslon� vocal and similar purposes. labor sates will not be reignited when in excess of those prevailing in the locality and time the work is being performed. •2. Nsterialat The actuated forl cost tthehperformance of thentractor for Changed .: matarlas 3lrectly req . work. of tSuch at of ran portatloe aadials delLmvsiiY! lflude the aacass►rilyt incurred. If a trade die, by the actual supplier to available to the Contraetori-it shall be credited to the County. the mderial■are obtained from A aaPPmlent therefore will nor source owned o or in part by the Contractor* p y the current'wholesale price for such materials. The term Grads dlscounteincludes the concept of each discount. a. � t , `t` Yx w5 t T f jsC .'t'a � � .1 �. r +' gni °��. Sc ��-- r.ia-t.` , ! w, s 4 '� •stiff M, ., � i' t'�4aiz,..�• "i ?- �r .t�.�.n+`' ta�. r'� i Y ` I GENERAL COOITIOr6 (Can't.) EGr6 ION 2t. CHANCE OEnEEat (Can't.) 2. Materials (Can't.) if, in the opinion of the County, the cost of materials Is amoeamive, or if the Contractor fails to furnish satisfactory evidence of the cost to him from the actual supplier thereof,.: then in either came the cost of the materials shall be dammed to be the lowest current uholesate price at which similar motorists:are available in the quantities required. The County reserves the right to furnish such materials as it dooms advisable, and the - contractor shall have no claims for costa or profits on material furnished by the County. 2, Equlomentt 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, anytime less thad.10 minutes shall be considered one-half hour. Ho payment will be made for time while equipment is inoparattva due to breakdawnsor for. non-working days. In addition, rho rental time aha ll include the ties 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 act moved by its own power, than loading and transportation costs will be paid in lieu of rental time therefor. However,neither moving time nor loading and . transportation coats will be paid if the equipment to used on the project in any other way than upon the changed work. Individual 1 tp ocea of of ment havingare Incessant veto*of g1,004 a—`r alai a ENS bpi eonai ere to be colla gr a,mall eau1Tamenty And Cn aayment M IT eu e�tt -r-far. For equipment owned, furnished, or ranted 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 us*of equipment am ast,forth above shall constitute full compensation to the Contractor for the coat of fuel, power, oil, lubrication,suppllxm : small tools, small equipment, necessary attaehmentas repairs sad maintenance of any kind, depreciations storage, insurance, labor. (except for equipment operator:),and any and*)I Costs to the Contractor incidental to the use of such equipment. (c) A t.CVAILE TINE EXTENSIONBt For any change in the works 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 stats .theamount of extra time that he constdore should be allowed for .making..the requested Chang.. —19— 1. 0aa/t � m GENERACONDITIONS (Con't.) SECr1ON 21. CINNGE ORURO: (Con't.). , (d) RECORDS AND SUPPORTIVE IN►ORMATIONt (1) The Contractor shall maintain his records in such a manner,. ' - as to provide a clear distinction between the direct coats of extra work paid for on a cost-plus basis and the costa of other - opermtions.. (2)-Contractor shall maintain daily recordsshowingsun hours and a 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 mignsture o_the form o_the'da the work peiFora�3: (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. (a) PAILME M AGREE L5 10-OUT, Notwithstanding the failure of the County and the Contractor to spree se to cost of the proposed change order# the Contr'actort upon written order from the County, shall prorsad 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 shalt become thebeals for payment of she 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. .. .:20,. j 1;f ' i, NRAM"'� � n,#'t 4 d{ y ,.,Vt.,,Jm 1 N r . OENEML CONDITIONS (CoR't.). SeCrloH 22. Msfts Every part of the work shall be accomplished by workman, laborers. or mechanics especially skilled In the elan of work required and workmanship _ shall be the best. SECTION 27 OCCUPANCY BY THE COUNTY PRIOR TO ACCEPTANCLI The County reserves the right to occupy all or any part of the project prior to completion of the work, upon written order therefor# In such went, the Contractor will be nlloved of responsibility for any Injury or damp 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 say 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 an met forth In Section 26 or during the guaranty period after such acceptance, as est forth In Section 20. J " SECTION 24 PREg CRVAT ION AND CLBAN1NOs A. The Contractor shall protectand press the work from all d■mge or accident, providing any temporary roofs, window and door Coverings, boxings or other construction ss required by the County. This shall Include any odjotaIng property of the County and others. 1. The Contractor shall properly Clean the work as It progress@*. As directed during construction, rubbish shall be removed, and at completion the Whole work shall be cleaned and all temporary construction. equipment and rubbish ■hall be removed from the site, all being left in a clean and proper condition satisfactory to tis County. geCT1ON 25 PAYMENT or FEDERAL OR STATE TAUS; Any Pederel, "tato 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 Exeaptica-Certificate to the Contractor for any.article which.are required to be furnishedunder the it f t R ¢ ✓ A0715 .-kq_7: "g . .., ., x.a-.,,.,,....f�,..��,ti a...v tt->s. ..w.��+i'�,.. ..-. :§,.•., a1..a awl., t,�s,�a�'�... ..."ser., _.,_. .. - 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: i A. The work shell be accepted in writing only when It s shall have been completed satisfactorily to the County, Partial- =onto shall not be construed as acceptance of any part of the S. In judging the work no allowance for deviations i from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner a 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 " :groved by the County. This shall Include, but is not limited to, all construction, guarantee forms parts list, schadulas, tests, operating Lnatructions, and ss-built drawings - all as required by contract documents. SECTION 27. FINAL PAYWNf AND WAIVER TO CLAIMS: After the official acceptance of the work by the Counter f the Contractor shall submit to the County, on a form accepptable bo the County, a request for payment in full in accordance with the contract. The form"Statement to Accompany Final Payment" (Page i 24) shall be completed algned by the Contractor, and submitted to the County with the final payment request. SECTION 28. GUARARPEE: 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 pariod 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 goarr i antes 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 derdays after being notified In writing by the County of any work not in aecordanca with the requirements of the contract or any - _yy_ i x W.. i v,"k, GENERAL CONDITIONS (Con'[) SECTION 2E. GUARANTEE (confit.) defects in the work. he will commenca and prosecute with due diligence all work necessary to fulfill the terms of this guarantee, and to complete the work within a reasonable period o! time, and in the event he fail■ to so comply, he don hereby authorise the County to proceed to have such work done at the Contractor's expense and he will pay the cost thereof upon de mend. The County shall be entitled to all costs, including reasonable attorneys fees, necessarily incurred upon the con- tractor's refusal to pay the above costs. No twiehstandLng the lorejoles paragraph in the event of an emergency constituting an immediate fiasar� to the health of safety of the Couney's smPloyea9, prop=rty, or licsn- saes, she County au undertake at aha Contrae[or s expense with- out prior notice all work necnsary 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 eub- eontractors shall execute and furnish the County with the standard guarantee form. (see Page 24) s l C W �(.j3 t v AT' s "Wtt �q"�� gsd� a�x4x �e� �Vh x,C IV '�' 4, t i 4 1,7 > f t 4 N f A r v 4 'a4.. Lot ; { O�/1 � ' `s�r, "a '`f �S tf 4Y.y d •.} 'is i.. t ,� w. M .,� _ t n i L t'l CUARANTEE FOR CONTRA COSTA COUNTY BUILDING NARTINLEs CALIFORNIA - - - Ne hereby guarantee to the County of Contra Costa the Type of Nor which us have installed in the - Naar of Building) - - California, for year (e) use from date of filing of the comp etlon notice In the Office- of tfa Ccunty 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 chat periods ordinary wear and tear and unusual abuse or neglect excepted# together with any other work which say be damaged or displaced in an doing. If we fail to comply with the. above mentioned conditions within a reasonable time after being notified in writings ver collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and us will pay the costa and charges therefore immediately upon demand. This guarantee covers and include any special terms, including time period*, specified for this work or materials r. in the plane and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Dares. (Affix Corporate Beal) . GENERAL CONTRA Date:_ (Affix Coro rata gull _ NDTE1 if the firm to not a corporation, add a paragraph stating the type of - .. business organization and the capacity and authority of theperson signing the guarantee. -24- 4' t 00'718 iU � �.�4� ����3�i ��ti� ^:_"�j•�� Y" s� xiT;Jt��.4 '�>p � 4 �' y�'" / I n1/'L f; PORN STATP.MRr TO ACCOMPANY PINAL PAYMUrr Tot Contra Wet&County. Public Works Department County Administration Building. Martinez, Ulifernia Ras - Final Payment (Project) Dear Bir: The undersigned Contractor represents and agrees that the final payment includes herein all claim and damende# of whatever nature#which he hike or'- ' may have against the County of Contra Wets in connection with the contract to construct the above-entitled project# and that payment by the County of the - final estimate shall discharge and reltems it from any and all claime. The undersigned hereby certifies that all works labor# and materfatV on thio project have bean furnished and purchased in full compliance withthe contract and with all applicable lave 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. Ideclare under penalty of perjury that theforegoingis true and correct. Dated # at (City) # California. 1 i i J - CONTRACT r (Construction Agreement) (Contra Costa County Standard Porm) + Z. SPECIAL TER115. These special terms are incorporated below by reference. (552,3) Parties: (Public Agency) ` (Contractor) [Complete i6gal Hama (52) Effective Date: (See 54 for starting date.) (53) The Work: (S4) CompZation Time: (strike out (a) or (b) and "calendar" or "working") (a) Ey (date) (b) Within calondar/working days from starting date. (SS) Liquidated Damagaa: $ per calendar day. (S6) Pubtio Agency's Agant: ($7) Contrast Pricar $ (for unit price contractat more or leas, in accordance w th finishedquantities at unit bid prices.) (Strike out parenthetical material if inapplicable.) ' 8. SIC1lATORES A ACXNONLEDCl1E1lT. _Pub Iio Aao nate, Ey: (Prosident, Chairman Or Other- Designated Representative) (Secretary) Contraotorhereby also acknowledging awareness of and compliance with Labor Code $1561 concerning Workerat Compensation Law. Dy$ (CORPORATE Das gnate official capac ty in the busineenj SEAL) Dye [Designate o c a capacity in the business) Nota to Contraotor ?JJ' Rxaoute acknow4d9mant form betow, and (2) if a corpora. tion, affix Corporate SaaZ. r ' State of California ) ea ACENOWLEDCNSNT (by Corporation, County of } Partnership, or Individual) The persons) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. A Dateds (NOTARIAL .SEAL) Notary Public - _ _ _ _ - - - - - - - - FORl1 APPROVED' by County Counsel: -.8 "���ieNV (page 1 of 4) ,,� (CC-1; Rev.. 11-76)_ WORKCONTRACT CIIANGES. Q' By their signatures in Sectio ', effective on the above ate, these parties prop oe and .,gree as not forth in this contk..ct, incorporating by hese references the notarial ("special terms") in Sac. 1. (b) Contractor shall, at Fila own oat and expense, and in a workmanlike mannar, fully and faithfully perform and complete he worl:; and will furnish all materials, labor, servicesand transportation necessary, onvenient and proper in order fairly to perform the requirements of this contract, all trictly in accordance with the Public Agency's plans, drawings and specifications. c) The work can be changed only with Public Agency's prior written order specifying such hange and its cost agreed to by the parties; and the Public Agency shall never have to ay more than specified in Sec. 7 without such an order. TIHEs NOTICE TO PROCEED. Contractor shall start thin work as directedin the apoci- icat ons or the MJot ce to Proceeds and shall complete it as specified in Sec. 1. . LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work ti n the time fixed therefor, allowance being made for contingencies as provided herein, e becomes liable to the Public Agency for all its loss and damage therefrom; and because, ram the nature of the case, it is and will be impracticable and extremely difficult to seertain and fix the Public Agency's actual damage from any delay in performance hereof, t is agreed that Contractor will pay as liquidated damages to the Public Agency the easonable sum specified in Sec. 1, the result of the parties' reasonable endeavor to atimate fair average compensation therefor, for each calendar day's delay in finishing aid work; and if the soma be not paid, Public Agency may, in addition to its other emadiea, deduct the sane from any money duo or to become due Contractor under this con- ract. If the Public Agency for any cause authorizes or contributes to a delay, suspan- ion of wort: or extension of time, its duration shall be added to the time allowed for omplation, but it shall not be doomed a waiver nor be used to defeat any right of the gency to damages for non-completion or delay hereunder. Pursuant to Government Coda Sec. i 215, the Contractor shall not be assessed liquidated damages for delay in completion of he work, when such delay was caused by the failure of the Public Agency or the owner of a tility to provide for renoval or relocation of existing utility facilities. INTEGRATED UOCUHEli'rS. Thu plana, drawings and specifications or special provisions e Publ c Agency's all for bids, and Contractor's accepted bid for this work are j iereby incorporated into t; a contract; and they aro intended to co-operate, so that any- hing exhibited in the plans or drawings and not mentioned in the specifications or pacial provisions, or vice versa, is to be executed as if exhibited, mentioned and.set j orth in both, to the true intent and moaning thereof when taken all together; and ifferences of opinion concerning these shall be finally determined by Public Agency's gent specified in Sec. 1. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, as full compensation for all this work, the Public Agency shall pay the Contractor a sum specified in Sec. 11 except that in unit price contracts the payment shall be for finished quantities at unit bid prices. ,j (b) On or about the first day of each calendar month the Contractor shall submit to he Public Agency a varifiad application for payment, supported by a statement showing 11 materials actually installed during the preceding month, the labor expended thereon, nd the cost thereof; whereupon, after chocking, the Public Agency'shall issue to ontractor a certificate for the anount determined to be due, minus 10% thereof pursuant o Government Code Sec. 53067, but not until defective work and materiala Have been emoved, replaced and made good. PAYMENTS WITHIIELD. (a) The Public Agency or its agant may withhold any payment, or j ecause o star scovered evidence nullify all or any certificate for payment, to such xtent and period of time only as may be necessary to protect the Public Agency from loss ecause of; (1) Defective work not remedied, or uncompletod,work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6.) Damage to the Public Agency, other than damage slue to delays, i (b) The Public Agency shall use reasonable diligence to-discover and report to tha ontractor, as the work progresses, the materials and labor which are not satisfactory to t, so as to avoid unnecessary trouble or cost to the Contractor in making good any ofective work or parts. In/r(y21 c) 35 calendar days after the Public Agency files its notice of completion of 00721 c) (Pave 2 of 4) work, it shall issue a certifi., :o to the Contractor and pay tl, balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shown that all claims for labor and materials have been paid, no claims have been presentod to the Public Agency based on acts or emissions of the Contractor, and no lions or withhold notices have been filen against the work or site, and provided there are not reasonable inuications of defective or missing wort: or of late-recorded notices of liens or claims against Contractor. 9. I14SURANCL•. (Labor Code §51060-61) On signing this contract, Contractor must give u c Agency (1) a certificate of consent to calf-insure issued by the Director of Industrial Ralations, or (2) a certificate of Workers' Compensation insurance issued by an admitted insurar, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is awaro of and complies with Labor Code Sac. 3700 and the Workers' Compensation Law. 10. BOJIDS, on signing thin contract Contractor shall deliver to public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hureunder. 11. FAILURE TO PCRFORM. If the Contractor at any time rofuses or neglects, without fault of the Public Agency or its agent(s), to supply sufficient materials or workmen to complete this agreement and work an provided heroin, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state an ocal laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sac. 1720, and including Seca.•. 1735, 1777.5, c 1777.6 forbidding discrimination) and intend that this agroamont complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Cods, especially in Sacs. 1775 i 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated heroin. 13. SURCONrmcTORS. Government Code 554100-4113 are incorporated herein. 14. WAGERAILS. (a) Pursuant to Labor Coda Sac. 1773, the Director of the Department of n ustr a Relations has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft* classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified! and the daily rate is the hourly rate multiplied by the number of hours con- ' stituting the working day. When loss than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor,and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. 1tOUR3 OF LABOR. Eight.hours of labor in one calendar day constitutes a legal day's wor , an no wor Xan employed at any time on this wort: by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRL•'NTICES. Properly indentured apprentices may be employed on this work in accordarca w t Labor Code Secs. 1777.5 and 1777.6;, forbidding discrimination. (Page 3 of 4) /1t►""On (CC-14 Rev. 11-79 Vl7 4itf •17. PRL'FL'ALMI: FOR HATL'RIAU The Public Agency desires to( )mote the industries and economy of Contra Costa County, and the Contractor therefore promisee to use the products, workmen, laborers and mechanics of thin County in every case where the price, fitness and quality are equal. 18. ASSIG1110;11T. This agreement binds the heirs, successors, assigns, and representatives of the Contractor) but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety,or sureties, unless they have waived notice of assignment. 19. YO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of wor an or mater a a nspecte , or statement by any officer, agent or employee of the Public Agency indicating the work, or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or matorials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as proscribed; nor shall the Public Agency be thereby astoppad from bringing any action for damages or enforcement arising from the failure to conply with any of the terns and conditions horeof. 20. NOLO 11AR1tLESS & INL'IiNNITY. (a) Contractor promises to and shall hold harmless and indemnify from le n t as an defined in this section. (b) The'indamniteas benefited and protected by thin promise are the Public Agoncy and its 'Iactiva and appointive boards, commissions, officers, agents and employass. (c) The liabilities protected against are any liability or claim for damage of any kind allogedly su era , incurred or threatened because of actions defined below, including personal injury, death, property damegn, invaraa condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning those. (d) The actions causing liability are any act or omission (negligent or non-negligant) -in connection w--t-We matters covered by this contract and attributable to the contractor, aubeontraetor(s), or any officer(a), agent(a) or employee(a) of one or more of them. (e) Non-Conditioner Tho promise and agreement in this section is not conditioned or dependent on w et ar or not any Indonnitaa has prepared, suppliod, or approved any plants), drawing(s), specification(a) or spacial provisionts) in connection with this work, has insurance or other indemnification covering any of those natters, or that the alleged damage resulted partly from any negligent or willful misconduct of any rndomnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code'$ec., 6705, if app ca e, y submitting to Public Agency a detailed plan showing the desigrOof shoring, bracing, eloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. {Page .of ,) O0�1GV (CC-li,:ReV AFFIRMATIVE ACTION PLAN, COUNTY OF CONTRA COSTA 1. AREA AFFIRMATIVE ACTION PLAN The Area.Plan applicable to this project'shall be the Contra Costa Plan on minority employment. Organizations subscribing to said Pian include, but are not limited to, certain trades from the Contra Costa County Building and Construction Trades Council, Local Construction Trade Unions, and General and Specialty Contractors' Associations. Contractors participating in the Contra Costa Pian may qualify under Part 1 of Section g (2), "Affirmative Action Requirements," of these special provisions for the following designated craft, if said craft is to be utilized on this project: PLUi4BERS #159 2. AFFIRMATIVE ACTION REQUIREMENTS Part 1: The provisions of this Part 1 apply to bidders, contractors and subcontractors with respect to those construction trades for which they are ,parties to collective bargaining agreements with a labor organization or organizations and who, together with such labor organizations, have agreed to the Tripartite Agreement for Contra Costa County, California (but oniy'as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization), together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor using one or more trades of construction employees must comply with,either Part 1 or Part i1 of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with these conditions by its inclusion, with its union, in the Contra Costa Plan a specific commitment by that union to a goal of minority manpower utilization for such trade "A." thereby meeting the provisions of this Part 1, and by its commitment to Part 11 in regard to trade "B" in the instance in which it is not included in the Contra Costa Plan and, therefore, cannot meet the provisions of this Part 1. To be eligible for award of a contract under Part 1 of this Invitation for Bids. p bidder or subcontractor must execute and submit as part of its bid the certification required by Part 111 hereof, Part 11: A. Coverage. The provisions of this Part 11 shall be applicable to those b riders, contractors and subcontractors, who, in regprd to those construction trades to be employed by them on the project to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part i hereof; 2Are signatories to the Contra Costa Plan, but are not parties to collective bargaining agreement's-,' 12 oc)�24 Part II: A. Coverage (Con't) 3. Are signatories to the Contra Costa Plan, but are parties to collective bargaining agreements with labor organizations who are not hereafter cease to be signatories to the Contra Costa Plan. 4. Are signatories to the Contra Costa Plan, but as to which not specific commitment to goals of minority manpower utilization by labor organization have been executed pursuant to the Contra Costa Plan; or 5. 'Are no longer participating in an affirmative action plan acceptable to the Director, OFCC, including the Contra Costa Plan. 8. Re uirement--An Affirmative Action Plan. The bidders, contractors and subcon- tractors escr be n paragraphs throng 5 above will not be eligible for award of a contract under this'Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part 111 hereof that it adopts the minimum goals and timetables of minority manpower utilization, 1/ and specific affirmative action steps set forth in Section B.1 and 2 of this Part 11 directed at increasing minority manpower utilization by means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program pursuant to Section 8.3 of this Part 11. Both the goals and timetables, and the affirmative action steps must meet the requirements of this Part 11 as set forth below for all trades which are to be utilized on the project; whether-subcontracted or not. 1. Goals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade.not otherwise bound by the provisions of Part 1 hereof for the following time periods for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: Until 9/30/72 9.3% - 11.8% From 10/1/72 until 9/30/73 11.8% - 14.5% From 10/1/73 until 9/30/74 14.5% - 17.0% From.10/1/74 until 9/30/75 17.0% - 19.5% In the event that under a contract which is 'subject to these Bid Conditions any. work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the ranges for the period' 10/1/74 through 9/30/75 shall be applicable to such work. The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be. worked by the bidder's, contractor's and subcontractor's entire work force in that trade on all projects in Contra Costa County, California during the performance of 1/ Minority is defined as including Negroes, Spanish Surnamed Americanstats and American Indians. 10b i ) B. Requirement--An Affirmative Action Plan (Con't) its contract or subcontract. The manhours for minority work and training must be substantially uniform throughout the length of the contract on all projects and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-employer or from project-to-project for the sole purpose of meeting the contractor's or subcontractor's goals shall be a violation of these conditions. fin reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part ii, every effort shall be made to find and employ qualified journeymen. However, where minority journeymen are not available, minority trainees in pre-apprenticeship, apprenticeship. journeyman training or other training programs may be used. In order that the nonworking training hours of trainees may be counted in meeting the goal, such trainees must be employed by the contractor during the training period, the contractor must have made a commitment to employ the trainees at the completion of their training and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered. A contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this Part 11 by the employment and training of minorities in the appropriate percentage of his aggregate work force in Contra Cost& County, California for each trade for which it is committed to a goal under this Part 11. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to,meet its goals within its timetables, but such contractor shall *be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part 11 and has made every good faith effort to make these steps work toward the attainment of its goals within its timetables. all to the purpose of expanding minority manpower utilization on all of its projects in Contra Costa County, California. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part 11 shall be subject to the requirements of that Part, regardless of the obligations of its prime contractor or lower tier subcontractors. , All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions. Including the provisions relating to goals of minority employment and training. 2. S ecific Affirmative Action Steps. Bidders, contractors and subcontractors subject to tis art must engage in affirmative action directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. . 007216 -3- a ;> I B. Requirement--An Affirmative Action Plan (Con't) b. The contractor shall maintain a file of the names and addresses of each minority worker referred to him and what action was taken with respect to each such referred worker and, if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefor. c. The contractor, shall promptly notify the CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT when the union or unions with whom the contractor has a collective bargaining agreement has not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc.; by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, speci- fically including minority news media; and by notifying and discussing it with all subcontractors and suppliers.. The contractor shall make specific and constant personal (both written and oral recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organi- zations within the contractor's recruitment area. h. The contractor shall make specific efforts to .encourage present minority employees to recruit their friends and relatives. 1. The contractor shall validate all man specifications, selection require-. ments, tests, etc. J. The contractor shall make every effort to promote after-school; summer and vacation employment to minority youth. k. The contractor shall develop*on-the-job training opportunities and participate and assist in any association or employer-group training programs relevant to the contractor's employee needs consistent with its obligations under this Part 11. 1. The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek such opportunities. M. The contractor shall make sure that seniority practices, job classifica- M ons, etc., do, not have a discriminatory effect. 00'727 B. Requirement--An Affirmative Action Plan (Con't) n. The contractor shall make certain that all facilities and company activities are nonsegregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out: p. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority contractor association. 3. Contractors and Subcontractors Deemed to be Bound b Part li. In the event a contractor or su contractor, who s at the time o ng e g a under Part I of these Bid Conditions, is no longer participating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, he shall be deemed to be committed to Part 11 of these Bid Conditions. Further, whenever a contractor or subcontractor who, at the time of bidding is eligible under Part it of these Bid Conditions, uses trades not contem- plated at the time he submits his bid, he shalt be committed to Part 11 for those trades.. Whenever a contractor or subcontractor is deemed to be committed to Part 11 of those Bid Conditions, he shall be considered to be committed to a manpower utili- zation goal of the minimum percentage range for that trade for the appropriate year. 4. Subse uent Si nator to the Contra Costa Plan. Any contractor or subcontractor subject to t e requirements o • t s art or any trade at the time of the submission of his bid, who, together with the labor organization with whom it has a collective bargaining agreement, subsequently becomes a signatory to the Contra Costa Plan, either individually or through an association, may meet its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and submits a new certification committing himself to Part 1 of these Bid Conditions. No contractor or subcontractor shall be deemed to be subject to the,requirements of Part 1 until such certification is executed and submitted. S. Nondiscrimination. In no event may a contractor,or, subcontractor utilize the goals, timetables or aff rmative action steps required by this Part 11 in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. 00728 B. Requirement--An Affirmative Action Plan (Con't) Part III: Certifications. A. Bidders' Certification. A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: (Bidder)- 1. i er1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa 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 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part it on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: an 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of bidder f xi • t -90 29 =6 B. Requirement--An Affirmative Action Plan (Con't) Part III: Certifications. (Con't) B. Subcontractors' Certifications. . Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: SUBCONTRACTORS' CERTIFICATION certifies that: Subcontractor 1. it intends to employ the following listed construction trades in its work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for , which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts' the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: an 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. Signature of authorized representative of bidder) C. Materiality and Responsiveness. The certifications required to be made by the bidder pursuant to.these Bid Conditions is material and will govern the bidder's performance on the project and will be made a part of his bid. Failure to.submit the certification will render the bid nonresponsive. Part IV: Com liance and Enforcement. Contractors are responsible for informing* their. subcontractors regardless of tier as to their respective obligations under Parts land 11 hereof (as applicable). The bidder, contractor or subcontractor shall carry out such-sanctions and penalties for violation of the equal opportunity 00730 B. 'Requirement -An Affirmative Action Plan (Con't) Part IV: Compliance and Enforcement. (Con't) clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. Any bidder or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncompliance with these Bid Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part i of these Bid Conditions, including the failure of sufh contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goats of minority manpower utilization, or of the requirements of Part 11 hereof by a contractor or subcontractor who is covered by Part 11, shall be deemed to be in noncompliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided herein. The Contra Costa County Public Works Department shall review its contractors' and subcontractors' employment practices during the performance of the contract. In regard to Part 11 of these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goats, the contractor or subcontractor shall be presumed to be in compliance with these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shalt be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment* opportunities. In ,fudging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has railed to comply with the requirements of these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate, including,, but not limited to: 1. Withholding of payments to the contractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the contract, in whole.or in part, and/or 3. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is implementing an Equal* Employment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met-the requirements of these Bid Conditions, but the A contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed 00"131 k S. Requirement--An Affirmative Action Plan (Con't) Part IV: Compliance and Enforcement. (Coni) above and by making every good faith effort to make those steps work toward the ! attainment of its goals within its timetables. The pendency of such formal proceedings' shall be taken into consideration by Contra Costa County in determining whether such contractor or subcontractor can comply with the requirements contained therein and is therefore a "responsible prospective contractor." It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. , The procedures set forth in these conditions shall not apply to any contract when the Contra.Costa County Public Works Department determines that such contract, is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports . relating to the provisions of these Bid Conditions as shall be required by the Contra Costa County Public Works Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTOR'S EEO REPORT or optional form 66, MONTHLY t4ANPOWER UTILIZATION REPORT will be required monthly. Additional forms or reports that may be required will be presented at a pre-construction conference to be held prior to the start of work. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Warks Department. S FEDERAL REQUIREMENTS The Contractor is informed that Federal Funds will be used to finance this Project and the following Federal requirements must be compiled with: Egua_l.Em�to ment 0 ortunit -- luring the performance of this onto -ract t e Contractor agrees as follows: (1) Minimum Wages (i) All mechanics and laborers employed or.working upon the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amounts due at the time of payment computed at wage rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics; and the wage determination decision shall be posted by the contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause, contributions made or costs reasonably anticipated under section 1 (b) (2) of the Davis-Bacon Act on behalf of laborers or mechanics, subject to the provisions of 29 CFR 5.5 (a) (1) (iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period are deemed to be constructively made or incurred during such weekly period. (ii) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclas- sified conformably to the wage determination, and a report of the . action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recommend- ation of the contracting officer shall be referred to the Secretary for final determination. (iii) The contracting officer shall require, whenever the minimum wage rate prescribed in the contract for a class of laborer's or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the contractor is obligated to pay a cash equiva- lent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accom- panied by the recommendation of the contracting officer, shall be referred to the Secretary of Labor for determination. (iv) If the contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary. of Labor which is a 00733 i part of this contract. Provided,however, The Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding The County may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic employed or working on the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the pro- ject, all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records (i) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or develop- ment of the project. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in section 1 (b) (2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b) (2) (B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. (ii) The contractor will submit weekly a copy of all payrolls to the (write in name of appropriate Federal agency) if the agency is a party to the contract, but if the agency is not such a party the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the (write in name of agency). The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the.Secretary of Labor and that the classifications set forth for each laborer or mechanic 00 734 -2- conform with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR, Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5.5 (a) (1) (iv) shall satisfy this requirement. The prime contractor shall be responsible for the submission of copies of payrolls of all subcontractors. The contractor will make the records required under the labor standards clauses of the con- tract available for inspection by authorized representatives of the (write the name of agency) and the Department of Labor, and will permit such representativps to interview employees during working hours on the job. ' (4) Apprentices Apprentices will be permitted to work as such only when they are registered, individually, under a bona fide apprenticeship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training. United States Department of Labor; or, if no such recognized agency exists in a State, under a program registered with the Bureau of Apprenticeship and Training, United States Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered as above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish to the contracting officer written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates. for the area of construction prior to using any apprentices on the contract work. (5) Compliance with Copeland Regulations (29 CFR Part 3). The contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference. (6) Subcontracts The contractor will insert in any subcontracts the clauses contained in 29 CFR 5.5 (a) (1) through (5) and (7) and such other clauses as the (write in the name of Federal agency) may by ap- propriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier sub- contracts which.they may enter into, together with a clause re- w; quiring this insertion in any further subcontracts that may in turn be made. (7) Contract termination; debarment A.breach of clauses (1) through (6) may be grounds for termination of the contract, and for debarment as provided in 29CFR 5.6. 0073 , APPRENTICE AND TRAINEE EMPLOYMENT REQUIREMENTS (1) The contractor agrees: (i) That he will make a diligent effort to hire for the performance of the contract a number of apprentices or trainees, or both, in each occupa- tion, which bears to the average number of the Journeymen in that occrupa- tion to be employed in the performance of the contract the applicable ratio as determined by.the Secretary of Labor; 0i) That he will assure that 25 percent of such apprentices or trainees in each occupation are in their first year of training, where feasible. Feasibility here involves a consideration of (a) the availability of training opportunities for first-year apprentices, (b) the hazardous nature of the work for beginning workers, (c) excessive unemployment of apprentices in their second and subsequent years of training. (iii) That during the performance of the contract he will, to the greatest extent possible, employ the number of apprentices or trainees necessary to meet currently the requirements of subdivisions (i) and (ii) of this sub- paragraph. (2) The contractor agrees to maintain records of employment by trade of the number of apprentices and trainees, apprentices and trainees by first year of training, and of Journeymen, and the wages paid and hours of work of such apprentices, trainees and ,journeymen. The contractor agrees to make these records available for inspection upon request of the Department of Labor and the Federal agency concerned. (3) The contractor who claims compliance based on the criterion stated in Sect. 5a.4 b agrees to maintain records of employment, as described in Sect. 5a.3 a (2), on non-Federal and non-Federally-assisted construction work done during the performance of this contract in the same labor market area. The contractor agrees to make these records available for inspection upon request of the Department of Labor and the Federal agency concerned. (4) The contractor agrees to supply one copy of the written notices re- quired in accordance with Sect. 5a.4(c) at the request of Federal agency compliance officers.. The contractor also agrees to supply at 3-month intervals during performance of the contract and after completion of contract performance a statement describing steps taken toward making a diligent effort and containing a breakdown by craft, of hours worked and wages paid for first-year apprentices and trainees, other apprentices•.and trainees, and Journeymen. One copy of the statement will be sent to the agency concerned, and one to the Secretary of Labor. (5) The contractor agrees to insert in any subcontract under this con- tract the requirements contained in this paragraph (29 C.F.R. 5a3(a) (1), (2), (3),. (4), and (5)). Sections 5a.4, 5a.5. 5a6, and 5a7 shall also be attached to each such contract for the information of the contractor. The term"contractor" as used in such clauses in any subcontract shall mean the subcontractor. 4 00'736 EK�g��gp�EeF�PgE„�r�6z By� a � '�g;��gw • r "^�, ,cz.,• fir.. . 0„„S�s"�. a ae e6 UMO qIV A�BA:CA� AB�� :��gy•� no�a`�S�NzRaUHG.o n •cn g° n ��FG�r�`�r FIN EyA{!:•g������� ri: • rr rp _ .� G5•�� MN MM RS '' K • Ntx• YY �� CY � _ r • a[�a�.C�rsapg $ ���cs . of i ell �n A QA $ 07 orl •Y p pp•p , 55c Fpr pp ;pr r�pp p pp F s e ax a qu oa= :s oaa 8 ,. -a ba . rrr rrr rrrrrr $ • •�•_ .S iii =i n w� • r. r� i i r s•rr oa ��� •' r a _ tt 5o x xga GGM & SE B &Si& E1.3 :Y 1800E 507110N t | k/RE, .; ,■�. l.EI�� !�. .|� f!; ! ,,�■ �.. , • 9/ / R H;�� //�gG�. kk , . ;; » A � ~ , � � � . ■ ` �§� . 3 2� � \ . rr k | . . \ • � � � ' �� ' �� ` ! �' � ' ' \ . ; . >\ r v rr J f \ � , . . ,k , ■ ■■ �, | | ': � kk w \ \ \ S331ION ` m■ ` . . y . . . 6UOO ` }, flpy !' f• 6e " E HIT, 3CQe Ce C C C, C C CC aim Bh� g ee « C « w .s�Ye1R"�": got rr a �B r"�pgp fig$• e h z w .Dl Fri ae n r eagg$s ta --ecgreC y: r_ aE' IN P §s5 Lb mr • ' «« xG G C Y e K _ tit" • Lv «.. ..« M .. .., . its iGGOb S3?ILON� �n`S•�e"i�i` n�� Mi. nese• . Kp� purr n- 1:r g2vv!vnrv�vp� Ott GG 5G fe CC GG G . L sa . ,• . �Y rY Y4 r. . .. . .. . u s a r;�g6£ae£$ aF£n£Q�£r£c £c :Now • . SS$ ww ..,.. EY ww ��. ;`;': pWiON zscaa i TWO W • �zs°i �`t3�"�SC�QA��i= 1"�'y�� � �nEti �' nL-' e: sr": ' �>=� ,fib' Cj A i� `� ,`. »•5 '�gr6 . ur a exx Q ' � oC tC�''•': e C e C p ;�� ' «. v a • n • C.. GM �a� .w w • ' r rr rr r o•aa i i ' i " : fol ' V�MV{l. e•,o'.•CJF�1 urr r �R ■rr�.i o� � �Ya , � . fib r�• S R Ff YK: Lr: s:F •�" �`� 4 HE CC. b'C. Cry CC CC. a CC w Ei` •MM o 44Z n* nrg NsX 6fi" x rc. F..Q�; �: qQ lei S. w ":" CCC Ct ^ Uo t'r a a•'. ! ' • • Y i ' .. riiM O'd• O Mr•• � • , 3 • .... ..,. .. .�" ger SS7]110C! IGGOZ . _•£ racFNra":r w' Vin= -bs�, •, s ak a €^� • :, a�$ a r�K; a"c" c• s • � :' a CCe Ca CSC '��' � • ... a e• - oo r ' • M � i , p r JOE"!!tilnglii£3 z -OWixxrSa.razpr�,x��sz£�£ �b� 'e4 � �4. ' s"sa� Nr E• r�Zi £i$? p r "snx £ •""wr gill' . r • wY• • MwwMw w . M CCN ■�,L • tf� � CII L � G " ' oo• o •e' '•o• e o X •a �M r L �••w M Z••tr',a.�i•w u9 9 Zug • i Vsv v • ww..v .s w V uuu ^^ SIMON Wlpl „ WOO i ..rr••. « tY« r r. rr S' � r •r„ rrr'sr � i '� a Z ErwrrriFcvi I rgg rrrsgrr'f� r. ,aces r17-MY-Mif Ila rIsa c CY E� C eC ZZc err e •Ca: �� !y:',G a CwC • z i r r. r :rr r.: • �o ,YAC 8S • e r rt," r } N r r , MRON GGG0 ��(§ . �!(E2��©3E:;g-D 2ao='® 5�a|:R� z ■ ■��:�!{:/Ew&'R�ER/E:/�! ! � . • §#_£/�E !-e ' e •/R|',© . , : . | • � 2 V r5 . 2r t: t: y• . 0■ : » , • � 5e � k, a � 5 . ^ \ . (r ; & �rrr . ' . a5 /rrr. { { . ( . . . • , . . . . !� � � • ■k y ' . . ' `! y k �: - . : ■ • . . ' ' $q ! a • ' O Q|2 h.l�=:2 all ' ■ ' ■��| FIH£J i I o ■ § � ' �' |�■° � �|Q=�| ; ;I E | � . % £||Er | | | ` §,_, • �•ka� . rr r iIS y . , . . . . f� ' • �G 2 ' ` ' , s ' \ • rFstPhrr arYnq„n ,'•.ti C7i"N� r N�. •':j ni�ei Bio ..e^�;. G p X C S o r � r �� "sr�r����rA��Ae "�£• c�i�5� � ' iB�IlON 8GG0v NOTICES 20999 $ aaaass .va or2 :"s s 4A.; S 9 ,/•• �MI.q ¢, MMA . w •INRr �•HNA • , • jai f �, NAI: a�F�. �� •.•. 7 _ p . -go .a i .g5g� Sy 00.747 0 � F t� moo NOTIC6 + A 3 s 3 CY •Y S ' AWA I Gilt 4 8^0 F+ s i a sg-• eJ�^Ce e= � US .. E AT ° wg ppy��y�qg•��• g X85g Mill t Y Intl �s IJUVI� a z y�56oy�g..V `�ii'p V�n:Jc 5 �ri$YYowi= Ig ;IPA I .1. MINIM 11 FAY � ','� "�h�«ash. ��a&�'S•K � �e� gob"s�:"?t.r�zf4 •:;�� '.:„osc,.�� a C t.jOTICES 21001 • GS 1 � 'L i•3•i i ••i•1 i •i'3.3 1. . . .... A4A AAAA + .Ai.i.3.A•. AAAA .3.3.7.3 .ijAA ' A.1.3.3 s ARdG .ISoZ 1173^i .��. .•• • s�g sada ��aa d�a� , z s� _ s . �•• a � I Y && CI Alf.7 XYYY JIM 3 ds' � 2 N 4 Y ? 1 ��` 60749 2100Z« NOTIQF, .. f e jims gs . a as*«3 °• Id ii3g�s Inzzi Y# 9SSS EBL.- 93c5 q.BY= w 4 AAA.S ' • SSjA' 6cw«s .SSi , ' + .i.i.: .:•i.i is Ell. NOTIC =1W s • xp ';C'81 �5� 411 L; 12 Ala . J ••'S I � 000000S. � i nnri««rin«« a t r - �� __� ,..,sad � TM:.•; • HM ♦M i DI 45 94 IA s` r °RIS'! _ »a�" "k''�:�8�43 �a SIM E 4411A.'s Hit �• Sze ...AA �� xa �aaaaaA.. . • e�� dam .......,.. Aaa � •. •. ddM'dS�38d>�'Ydd�� �� • •.. �� ��""��-����• � 0 '752 N071C. rr iSioEggaQ`'r � Oq€3YfI • ��P��J��' xSY�`;�"•iS{sI.•i.-.LCX• "�/1•iL - 3 Titg; IN,Igm �ain x 13 Aa Jd J-1 � w s&�as� ���•s �. gg� i�ee��,g�g •sen�s��a�$s��g3 r€pay � xfr . ' ggi�x # as fit It- ag $a s_3: ,s s�aE$="s _;s`ux 2.6_" aa6 " #gods 1oa��Fxgi a»t ios-w� � #� 3 4E'«-nwaK3 L`'Fp oS2 " ,'2�gk�C_ry ux-Co;4 °S� �7 �� gafl b iI nR.ihg_ xsTv�as""rgxs � s tiar�° q>58 is . ?:��� #:34fnleayJ•L' !- _gtt9 sa�uaagg ayy9g '. s {a �$q�O �3 X119e-sXx�3 9 C9 ` t� ;a II 00753 4'1 $• .i O let ;I a k Vsx9 4j la-- » fil 4 Eg > 45' Calix zs"sivat,_ 3 00 NOTI,CvA ' 21007 e $ n + ItsM , • i t Wif ,. f y , 34,q Ria r�z3 ;�8a �Z��3 itsafill's hill; il 16 hi « ` : ISI11 111x14 :'. ISIG"s� x a a s s' g•. it $i"jam gg �� � �:'YS3»ki^i�»SSS'. ��•.� y:�."Tv a.i..3.rii$'ni53R� •. 4 - •• (}0'750 NOTIM 21009 py• E� � d9 LLL.L.L"L 'S LML.�L�LL�'r.•Lr •i rL.• .R • %d - �� aREA ' ��� aa= g •es:g �txrs:» • Es•[ o�ftgt�'€'s£etssE3 s � . ��,$ '�� Est.. �� soL•� :. "c" "so��s;,s„s•• ��� • alk is �'L s =3aesaan8sae=Cap"e�e�eazsBeBcesEe6s'a�",aaa N a" f� ,.S S S S S S S Si37 S S i "TiC e„`a3,"4 Q S C�? +iiwiiiw'iieS+iii'ifeyCii�ti i°i i i w i i i i • 9 .1E�X�3`S . • <: :`a as:r. x s s9R3iAa spa $ x s y3�e3=d�3s3 . al • t^S.S.s a S.«.s.s.s.sst .S.s Yes eras5a i2;3ss� --ZJ11 Y ":1z1Es s n Q • �.iC q"NECEyE..C:C"L. :C: :C:Y.r t: d •.R..��,°,drd:da'�aASda"iIa"�BstSdyd a"dfid i Si •fix~:f'.k�`� y �� : S a �st��gCcss�;;$ •� " :M � ;,�-b"°,:��M�gs3.. _ Q E r ; •`S,RYS�uVw_� au".�:••ybV�;�> 8 8 =HL(1 3,p d SS rz;l z �Yx 8 8-w�•.Ls. S Z i >g � T,—'A 3x.i y f bot.5 i t. i 3r3 3 *3r"3y2iss{�i:E° . '. C YLE S t 9 ti.e' inw b ► ,t.'v a� €�s£ggsssgs'eg:xsy .i ,re 5 ey.. Y3 scsq 3 s � a -E aEVs��o^•�e:sE�LY� ea• e a�3°es seagal :�a E E E" HarY 1s w d ; C . �¢A�`�«J>�«J«„«Jxa►Sad y � �,• o3��°s^NUM"a°..S.Ja�i° i 2R.i'.1A a; s.sss.s. s s�H„3 s ?t - :r.': sEis:s"sH a C aisa�«Was�a#3 3gx � ;ais.srs�,ra:�azaa- aaaeri�ais ; SYYY :IYY� YYYY ..� " H�dY�'�:i YYvYYt°8YY LY""° c 9JVJS_33.-raves:�. I � oaJ:J r �; J Lrz i ri a i 7.H AR. L.L��A .a.S:j.« aeL.J ;y8.s�a •�S • � � @r � E� s'ezw"s4"?xc, ?_ �HHzs.�z7s�2. ss•gg£#Itifl 4 !s! a ea-sHS-s,s �5a� €x.a� sEs�szyV€ s3Es3as�e�sa S H SSS S SS S3 >: SH H „SiJ« 4,4.. 3N-^.,",v.".a`$.a�r a4w 4u.i .Y.a"•�".`.a.^:.N•."+LZa$ :3S" 2 tYBg� YSSY��Sit48�"S oy�HSSY�SA:{FyES�:S�YYYA�SY J ..iiqq qq:r<" "S f. Yaa:: Y j:Y:f�f7:]I FMHM F�F!•YF MMM FNIY H A �A • H • MFFM�HHF�M3HHFF"GY i.�i ML•HHFMF•� • Y } • 00'758 NOTICES 2WJ r • • 0; Jow- W-May s i e' l = . > Y�K �:7���x�i ` � YP E;t C'' l9aiS • � a Es A.it 1 , _ i ,t & �• r �, O i ZR .N, {R it KVQ WIF • ppyy = P ri J { i F S j tai ^r,k "�{ �F C �.•••N e h e ? mi'} '+; rl Sd 3:• oilV Nvoom, �. 'yT.•9 T�ria °'",��$.;'S��""i t'M� �e 'x! x • Q .34. labum sL xibS ` r (t , ,z 5•"•.�'.• east. a MY oilsyrs�.::1.'� ti;�t•C ryf„„5-��'1,,.�'����'yL"�w�'.�y-{` � ` +}Rh� � :40 Apo N I n ' (Bidder) PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL THE 11th Day of Auoust at 2:00 p•m., in Room 103, Administration Building, Mart nez, California 94553. (A) TO THE 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 the Contra Costa toenP anste5pecnfFcetlons San cotrer cantr ct documents al Steel in strict n form ty w t on file at the Office of the Clerk of the Board rnlaup94553, forthe Floor, Administration Building. Martinez, following sums; namely: BASE BID: Shall include all of the work for the construction and rucecifiedtural Steel shown or noted on the Contract. completion of al Documents and sp For the sum of: Dollars (S - ' UNIT PRICES: all ui ent, Unit prices shall fringe includbenefie s. overhead, fee all other shop drawings, Unit prices will apply to changes in the Scope costs and/or charges. of work as defined in the Contract Documents. A, Structural Steel weighing 20 pounds per lineal foot or greater, in place, added Ton'DEDUCT $ Ton or deleted prior to fabrication (shop ADD $ ' drawing stage) L a PROPOSAL (Bid Form) (Continued) B. Structural steel weighing less than 20 pounds per lineal foot, in place, added or deleted prior to fabrication (shop drawing stage) ADD $ Ton DEDUCT $ Ton C. Structural steel weighing 20 pounds per lineal foot or greater, in place, added or deleted after fabrication has started ADO $ Ton DEDUCT $ Tan D. Structural steel weighing less than 20 pounds per lineal foot, in place, added or deleted after fabrication has started ADD $ Ton DEDUCT $ To E. Beam Penetrations Prior to approved shop drawing. Types as shown on Drawing S9.3 detail No. 9 1. Circular Type A ADD $ Each DEDUCT $ Each 2, Circular Reinforced Type B . ADD $ Each DEDUCT $ Each 3, Rectangular Type C ADD $ Each DEDUCT $ Each 4. Rectangular Reinforced Type 0 ADD $ Each DEDUCT $ Each F. Beam Penetrations After Approved shop drawings. Types as shown on Drawing No. S9.3 detail No. 9 1. Circular Type A ADD $ Each DEDUCT $ Each 2, Circular Reinforced Type B ADD $ Each DEDUCT $ Each 3. Rectangular Type C ADD $ Each DEDUCT $ Each 4. Rectangular Reinforced Type 0 ADD $ Each DEDUCT $ Each It is understood, with due allowances made for unavoidable delays that if the Contractor should fail to complete the work of the contract within the stipulated time, then he shall be liable to the County in the amount of FIVE HUNDRED DOLLARS ($500.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. �/{fiR�1 p�i I 04l• 1 �..�..`.2 PROPOSAL (Bid form) (Continued) It is understood that this bid is based upon completion of the work within 213 calendar days from and after the date of commencement. The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done. The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making '' up this bid. t=; -y 'W �' „i ri r X a t � t ` 3 i4� It�K � L ti ...4 ., k Y '. i PROPD54L NO Slam cent Snued y r n�OAGOtiTRACTORS.t pine- of BSdd*0 portion of pork i Naw i i r I j � t - ii ''x ? �,`�"ut '�`�a � s - pr.,r`€+lS'��'-w"�s rl�•�.Sr•_, ,m- � ..,. .. .. �i�u '� s�a c�'��2k��arc,•- l� ¢a xs�;...,�s+ac,�Y4`�x�v.�.. �� ,'a. nneAt fR1 A Form) wnnti nued_ , Thenad hereby certifies that this bid is genuina and not sham or oliharein madedinathe einterest. or in behalf of any Person notAn undarsignedhasn not air' orctly danydother or the film+torr bidder co put corporation to refrain from bidding and that the undersigned has noc'in any manner, sought by co�lusion to socure for,him- telt an advantage over any other bidder. �• + Attached is ■list of the names and locations of.tha place o[business oC the subcontractors, Attached is bid security as required in the Notice to Contractors. o Cash O Bidders Bond o cashiers Check OCortiEiad Check ' The following addends are hereby acknowledged as being in- eluded in the bids Addendum I dated Addendum 1 dated Addendum 1 dated 7 Firm By • Tele Address Phone en act providing for the regis Licensed in accordance withtry tion of Contractors, Classification and License No. ^�_i da of + 19�_ i' slated this Y. _5. Y h[i?.�t 1� f 'a.,a` tx h l 'y �„' Y Y;;114"i;l�' M +�. :1 1 W 4f\..✓F`iy t ,' S u. - SPECIAL CONDITIONS Section 01010--Page 1 1.1 GENERAL A. Information given in the Special Conditions shall supersede infor- mation given in the Information to Bidders, General Conditions, and Supplementary Conditions, whenever discrepancies arise. 1. The Information to Bidders is made a part of the Contract Documents to the extent applicable thereto. B. Under the direction of the Project Manager the Construction Manager shall inspect and supervise the construction of the Project build- ing through to completion and shall see that the materials furnished and the work performed by the Contractor are in accordance with the Contract Documents. His supervision shall in no way supersede or dilute the Contractor's obligation to perform the work in conformance with all Contract requirements, but the Construction Manager is empowered by the County to act on its behalf with respect to the proper exeuction of the work and shall give instruction to require such corrective measures as may be necessary in his opinion to ensure the proper performance of the Contract or to protect the interest of the County. Except as otherwise provided herein. the Construction Manager shall determine the amount, quality, accept- ability, fitness, and progress of the work covered by the Contract. 1. It shall be the duty of the Contractor to comply with all procedures established and/or implemented by the Construction Manager and approved by the Project Manager as stated above. In the event any such procedures are at variance with other provisions of these Special Conditions, such procedures shall prevail. 2. The Construction Manager may call for meetings of the contractors, subcontractors, and material suppliers as he deems necessary for the proper coordination of the work. Such meetings shall be held at the sites on regular working days during regular working hours, unless otherwise directed by the Project Manager. Attendance shall be mandatory for all parties notified to attend. C. Nothing in any of the Contract Documents shall be interpreted as being contrary to law or ordinances, and all codes and laws of governing agencies shall be followed as though they were herein. bound. 3 Contra Costa County OO76�_ Detention Facility C v�' SPECIAL CONDITIONS Section 01010--Page 2 1.2 CONSTRUCTION MANAGER A. The Construction Manager has been given the authority to act for the Project Manager as follows: 1. Coordinate the work of the various contractors on the Project; 2. Maintain a competent full-time construction supervisory and inspection staff at the job-site for the coordination and direction of the work of the various contractors; 3. Establish on-site organization and iines.of authority in order to carry out the overall plans of the County in all phases of the Project on a totally coordinated basis; A. Establish procedures for coordination among the Project Manager, the Architect, the various contractors and the Construction Manager itself with respect to all aspects of the Project and implement such procedures at the direction of the Project Manager; 5. Prepare a comprehensive construction schedule for the Project which will include a schedule for each of the various con- tractors and trades, and submit such schedule for approval by the Project Manager. The Construction Manager will revise such schedule as necessary to incorporate approved scheduling data submitted by the various contractors; 6. In cooperation with the Architect, coordinate and inspect the work of the contractors on the Project until final completion and acceptance of the Project Building by the County to assure that the materials furnished and work Performed are in accordance with the requirements of the respective contracts and that the work on the Project is E progressing on schedule; E 7. Determine the adequacy of the contractors' personnel and equipment and the availability of necessary materials and supplies and take the action necessary to maintain the job schedule; 8. Monitor contractor's submittals to Architect for approval of all shop drawings, catalogs and samples, and establish I procedures for expediting the processing thereof; 9. In cooperation with the Architect review all requests or recommendations for changes; Contra Costa County Detention Facility SPECIAL CONDITIONS Section 01010--Page 3 1.2 CONSTRUCTION MANAGER (Continued) 10. Implement the County's procedures for the processing of change orders, including applications for extensions of time. 11. Review all applications by the various contractors for toothesProjectnManagert and ifor nal approvaland make recommendation 12. Receive, assemble and transmit written guarantees, warranties, instruction manuals and other data required of the contractors. 1.3 CLEANUP A. Each Contractor for a Work Category or Categories shall; I. Clean up all waste material, rubbish, and debris resulting from his own operations on a daily basis. 2. Not allow waste materials, rubbish, and debris to accumulate on the site and become unsightly or hazardous. 3. Remove all waste materials, rubbish, and debris from the site at least once a week. 4. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from interior and equipment furnished as a part of his subcontract. S. Repair, patch, and touch up marred surfaces to match adjacent finished damaged by his work forces. B. If, in the opinion of the Construction Manager, any of the work described above is neglected by a Contractor or Contractors; the Construction Manager shall have the work done and deduct the cost from his (their) appear. contract(s) as their interests may Contra Costa County'' Detention Facility - - a 00"16`7' SPECIAL CONDITIONS Section 01010--Page 4 1.4 TEMPORARY TOILET FACILITIES Adequate toilet facilities will be provided and maintained in a clean and sanitary condition by the General Conditions Work Con- tractor for the use of all Contractors. The use of chemical toilet facilities will be permitted. 1.5 WATCHMAN The services of a watchman are not required under this Contract. Each Contractor shall be responsible for and make good any loss or damage due to vandalism or robbery during construction. 1.6 DRINKING WATER The Contractor shall provide his own forces with drinking water. 1.7 HOISTING FACILITIES The Contractor will provide his own hoisting. 1.8 SCAFFOLDING Each Contractor shall be responsible for his own scaffolding. 1.9 OTHER WORK A. To the extent that any part of the Contractor's work is to inter- face with work performed or installed by other contractors, the Contractor shall inspect and measure the in-place work and promptly report to the Construction Manager any defect in such in-place work that will impede, or increase the cost of, the Contractor's inter- face unless corrected. The Construction Manager will require the Contractor responsible for the defective work to make corrections so as to conform to his Contract requirements or, if the defect is the result of a defect or omission in the Specifications or Draw- ings, issue a change order. If the Contractor fails to measure, inspect, and/or report any defects that are reasonably discoverable, all costs of accomplishing the interface acceptably, shall be borne by the Contractor. The foregoing does not apply to latent defects; in another contractor's work at any time such defects become known, and the Construction Manager shall promptly thereafter take such steps as may be appropriate. Contra Cota Detentions County Facility ,;,00768 i SPECIAL CONDITIONS Section 01010--Page 5 1.9 OTHER WORK (Continued) B. All contractors on the Project shall have equal rights on the premises for the performance of their work, but shall follow the sequence established by the approved progress schedule and/or instructions issued by the Construction Manager. 1.10 COORDINATION WITH OTHER CONTRACTORS A. During the progress of the work other contractors will be engaged in performing other work on this Project. The Contractor shall coordinate the work to be done hereunder with the work of such other contractors in such manner as the Construction Manager may direct. B. If the Project Manager determines that the Contractor is failing to coordinate his work with the work of other contractors as directed by the Construction Manager, the County may upon written notice: 1. Withhold any payment otherwise due hereunder until the Contractor complies with the Construction Manager's directions. 2. Direct others to perform portions of the Contract and charge cost of work to Contract amount. 3. Terminate any and all portions of the Contract for the Contractor's failure to perform in accordance with the Contract. C. If the Contractor notifies the Construction Manager in writing that another contractor on this Project is failing to coordinate his work with the work of this Contract as directed, the Construction Manager will promptly investigate the charge. If he finds it to be ture, he will promptly issue such directions to the other con- tractor with respect thereto as the situation may require. Contra Costa County Detention Facility 007 6 9 f SPECIAL CONDITIONS Section 01010--Page 6 1.10 COORDINATION WITH OTHER CONTRACTORS (Continued) 0. Should any other contractor having, or who shall hereafter have a contract with the County for the performance of work upon the site sustain any damage throughany negligent act or omission of a sub- contractor or of the Contractor, the Contractor shall reimburse, indemnify, and hold the County and the Construction Manager harm- less from all such claims. E. The Contractor shall immediately notify the Construction Manager of any actual. or impending labor dispute which may affect or is affecting the Schedule of the Contractor's or any other contractor's work. In addition, the Contractor shall take all appropriate measures to eliminate or minimize the effect of such labor dispute on the Schedule, including, but not limited to, such measures as: promptly seeking appropriate injunctive relief; filling appropriate charges with the National Labor Relations Board under the applicable provisions of the Labor Management Relations Act of 1947, as amended; filing appropriate damage actions; taking such measures as establish- Ing a reserved gate, as appropriate;, if reasonably feasible, seeking other sources of supply or service; and any other measures that may be appropriately utilized to limit or eliminate the effect of the labor dispute. 1.11 PROJECT SHCEDULE A. The Construction Manager will develop a construction Schedule for the Project and will utilize it in the planning, coordinating, and performing work under this Contract, including subcontractors, equipment vendors, and suppliers. w Contra Costa County Detention Facility x 00,7'70 SPECIAL CONDITIONS ; Section 01010--Page 7 1.11 PROJECT SCHEDULE (Continued) 1. The Schedule, when approved by the Project Manager, shall be the basis for the dates for starting and completing the work (including changes) for the Project. It shall be the duty of the Contractor to conform to the approved Schedule and to arrange his work in such a manner that it will be installed in accordance with the Schedule. 2. The Construction Manager will establish a program to re- evaluate and update the Schedule periodically in accordance with the requirements of the job. A representative of the Contractor shall meet with the Construction Manager and shall furnish to him information necessary for such re- evaluating and updating, and, if applicable, information in regard to changes in the work and the Contractor's proposed effort to overcome any incurred delays. The form of such information shall be specified by the Con- struction Manager. 3. The Contractor shall coordinate his letting of subcon- tracts, material purchases, delivery of materials, sequence of operations, etc., to conform to the approved,Project Schedule and shall furnish proof of same as may be required by the Construction Manager and the Project Manager. B. Whenever it becomes apparent that any completion date will not be met, the responsible contractors shall take some or all of the following action at no additional cost to the County. 1. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per working day, working days per week, or the amount of con- struction equipment or any combination of the foregoing, sufficient to substantially eliminate the backlog of work.. Contra Costa County Detention"Facility -00771. M } SPECIAL CONDITIONS Section 01010--Page 8 1.11 PROJECT SCHEDULE (Continued) 3, Reschedulectivities to ve maximum practical con- activities, 1.12 PAYMENTS A. The Contractor will submit a request for progress payment to:the Construction Manager on the 2Dth of each month. The Construction Manager will review the payment request and modify as necessary to protect the best interests of the County. The Contractor will be allowed to project work he will have completed through the 25th of that month. Upon approval'by the Project Manager, the payment will be disbursed by the County on or about the 10th of the following month. B. In making such progress payments, there shall be retained 10 percent of the estimated amount until final completion and acceptance of the Contract work. However, if the Project Manager, at any time after 50 percent of the work has been completed, finds that satisfactory progrpsress is bientsdteno he may authorize any of the remaining p 9 Paym be made in full. **END OF SECTION" Contra Costa County`- Detention Facility 40'7'72 y}�`v'' 'rNE..tQ' ?; t `' ".. *;.S�t� 5fl'" g.rt ? is-r'a. 1 �' r y} J I TESTING AND INSPECTION Section 01400--Page 1 PART 1--GENERAL 1.1 RELATED DOCUMENTS The general provisions of the Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. 1.2 DESCRIPTION OF WORK A. The Contractor shall provide all testing and inspection that is required by the "Testing Laboratory. B. The Contractor shall not provide work required by the "Testing Agency" or by the "Geotechnical Engineer." He shall, however, perform all the necessary coordination, scheduling, sample preparation, and delivery as specified for the Testing Agency and Geotechnical Engineer. tion of he C. Agencyures reuired by and GeotechnicaltEngineer his iare aincluded tfor Tinfor- mation only. D. Testing and inspection shall cover the following cats- gorier: 1. Earthwork. 2. Concrete reinforcing. 3. Cast-in-place concrete. 4. Precast concrete. 5. Concrete block masonry. 6. Structural steel. 7.. Steel decking. B. Sprayed fireproofing for steel. O(1"1'13 Contra Costa County 'De ac ility ay,dF ;f-i°a,�':`s,_.t��t•`s$``''"w'r.Aisxa;.! TESTING AND INSPECTION Section 01400--Page 2 1.3 APPOINTMENTS A. The Testing Agency will be a different laboratory from that employed by the Contractor and will be appointed by the county to perform all testing and inspections other than that provided by the Contractor. B. The Geotechnical Engineer will be appointed by the County. C. The Contractor shall select a reputable Testing Labora- tory for approval by the Architect which shall have been established for a minimum of five (5) years and which employs a State of California registered Civil Engineer who shall certify the work of the Testing Laboratory. D. The use of a Testing Agency and Geotechnical Engineer shall not relieve the Contractor of his responsibilities to comply with the Plans and Specifications. fI E. The County may increase or decrease the scope of testing specified for the Testing Agency. 1.4 COST OF ADDITIONAL TESTING AND INSPECTION A. The County will pay the Testing Agency and Geotechnical Engineer for the following services which will be de- ducted from the General Contract Pricer 1. All tests and inspections where materials fail to comply with Specifications. 2. All retests and reinspections caused by materials failing to comply with specifications in initial tests and inspection. 3. All tests where materials are replaced because of defective material and/or workmanship. 4. Testing required because of changes in materials or proportions requested by the Contractor. 00774 Contra Costa County Detention Facility i TESTING AND INSPECTION Section 01400--Page 3 1.5 DUTIES AND AUTHORITY A. Technicians representing the Testing Agency and the Geo- technical Engineer will inspect materials and procedures and will report their findings to the Architect and the Contractor. When it appears that the material furnished or work performed by the Contractor fails to fulfill Specification requirements, the technician will immedi- ately direct the attention of the Architect and the con- tractor to such failure. B. The technician will not act as foreman or perform other duties for the Contractor. Work will be checked as it progresses, but failure to detect any defective work or materials shall not in any way prevent later rejection when such defect is discovered, nor shall it obligate the Architect for final acceptance. Technicians are not authorized to revoke, alter, relax, enlarge, or release any requirement of the Drawings or Specifications, nor to approve or accept any portion of the work. 1.6 TESTING AND INSPECTION REPORTS A. Testing Agency and Geotechnical Engineer will furnish certified reports summarizing results of all tests and inspections of plant, equipment, materials, and workman- ship. Eight (a) copies of reports will be furnished and distributed: Architect (2), County (2) , Contractor (2), inspector (1), structural engineer (1). B. Reports for testing will clearly distinguish type of test; age of material at date of test, if known, whether original (first) test or retest; Specification require- ments; test results; and all other related information. C. Reports of inspection will clearly distinguish type and extent of inspection, date of inspection, general obser- vations, Specification requirements, all other related information, and degree of compliance with Drawings and Specifications. 1.7 COORDINATION FOR TESTING AND INSPECTION 00775 75 Contra Costa County Detention Facility I TESTING AND INSPECTION Section 01400--Page 4 A. The Contractor shall schedule the work and notify the Architect, Testing Agency, and Geotechnical Engineer in sufficient time to allow all tests and inspections re- quired by the Specifications. The responsibility for scheduling and coordination of tests and inspections shall be the Contractor's. Delays and losses caused by failure to properly notify the Testing Agency for tests and inspections shall be at the Contractor's expense. B. To facilitate testing services, the Contractor shall: 1. Secure and deliver to the Testing Agency without costs, preliminary representative samples of the j materials he proposes to use and which are required to be tested. f 2. Furnish such casual labor as is necessary to obtain and handle samples at the Project or at other sources I of material. i 3. Advise the Testing Agency sufficiently in advance of j operations to allow for completion of quality tests and for the assignment of personnel. ` 4. Provide and maintain adequate facilities for safe storage and proper curing of concrete test cylinders on the Project site as required by ASTM C31. **END OF SECTION* 007`76 h � Contra Costa County, + Detent"ion Facility x 1 p :. i i _tom STRUCTURAL STEEL Section 05120--Page 1 PART 1--GENERAL i ' 1.1 RELATED DOCUMENTS The general provisions of the Contract, including General and Supplementary Conditions and Division 11 General Requirements, apply to the work specified in thin Section. 1.2 DESCRIPTION OF WORK A. The extent of the work is indicated on the Drawings and includes all material, labor, equipment, and services necessary for the fabrication, erection, and completion of all structural steel, including all bracing and shor- ing required for erection and related work. The work shall include, but not necessarily be limited to, the followings 1. Structural steel columns, tubular columns, built-up columns, pipe columns, girders, beams, bracing, base plates, and bolts. 2. Connection plates welded to structural steel shapes. 3. Anchor bolts and supervision of anchor bolt setting and of levels to assure adequate fit of the steel work. 4. Stud bolts welded to structural steel. 5. Welding of reinforcing steel to structural steel. H. Related Work Specified Elsewhere: 1. Metal Decking: Section 05300. 2. Miscellaneous Metal: Section 05500. 3. Steel Stairs: Section 05510. 4. Precast Concrete Cladding: Section 03411. 00777 z*? Contra Costa County � A s Detention Facility u° i STRUCTURAL STEEL Section 05120--Page 2 1.3 REFERENCE STANDARDS A. Except wherein provisions of these Specifications are more exacting, the work of this Division shall comply with all applicable provisions of the latest edition of the follow- ing standard specifications. L. "Standard Specifications for the Design, Fabrication, and Erection of Structural Steel Buildings" (AISC). 2. "Code of Standard Practices for Steel Buildings and Bridges" (AISC). 3. "Structural Welding Code" (AWS D1.1). 4. "Specification for Structural Joints Using ASTM A325 or A490 Bolts" (AISC). B. The appropriate specifications as enumerated herein, of the American Society for Testing and Materials, designated ASTM. 1.4 SUBMITTALS A. The Contractor shall prepare complete Shop Drawings show- ing bolt and anchor setting plans, and all details of lay- out, fabrication, and erection and submit them to Architect for review before the start of fabrication. Shop Drawings shall indicate type and location of shop and field connec- tions; and type, size, extent, and sequence of welds; and be responsible for the correctness. Include Shop Drawings, load data, and material description for slide and rotation bearings. B. Review of drawings will cover only the general scheme, design, and character of the details, but not the checking of dimensions, nor will such review relieve the Contractor from responsibility for executing the work in accordance with the contract drawings. 007"10 Coatra`Costs County ti Detention Faoi]ity ,r � y, STRUCTURAL STEEL Section 05120--Page 3 1.5 TESTS AND INSPECTIONS A. All structural steel materials and fabrication used on this project will be tested and inspected by the Testing Agency for conformance with the Specifications, refer to Division 1. B. Materials Testing: 1. Contractor's Certification: a. Mill tests and manufacturer's certification of complicance with appropriate ASTM Standards will be accepted in lieu of testing for ASTM A36 steel and ASTM A53, Grade 5 steel. b. Steel will be considered as meeting Specification requirements if Contractor identifies steel as to heat number and furnishes to the Architect and Testing Agency mill tests and manufacturer's cer- tification (in triplicate) for each heat of steel. 2. Testing by Testing Agency: All ASTM A36 and ASTM. A53B steel, which cannot be identified by heat numbers, and all other steels shall be tested by making one set of tension and bend tests for each 5 tons or fraction thereof for each size and type of steel. Tests of ASTM A36 and ASTM A53B which cannot be identified shall be at the Contractor's expense. Provide samples as requested by the Testing Agency. 3. Welding Electrodes: Welding electrodes will be checked for conditions, suitability, and conformance with the Specifications. 4. High Strength Bolts: Bolts will be inspected for con- formance with the Specifications. C. Fabrication Inspection; All fabrication of structural steel shall be inspected by the Testing Agency. This inspection shall consist of, but shall not necessarily be limited to, the following: 1. Visually inspect steel shapes and plates for existence of defects such as laminations and nonmetalic inclu- sions. use ultrasonic equipment to determine extent of defects. 00 W 79. Contra Costa County Detention Facility "'k STRUCTURAL STEEL Section 05120--Page 4 2, confirm that sections used conform to dimensional stand- ards specified. 3. Ultrasonic testing of base plates and column flanges in moment frames shall be performed in accordance with ASTM Designation A435. For column flanges in moment frames, inspect an area extending 6 inches above and 6 inches below point where girder flanges are attached. Any recordable discontinuity causing complete loss of back reflection and which cannot be encompassed within a 3-inch diameter circle or one-half the plate thick- ness, whichever is larger, is unacceptable. Initially inspect girder connection areas on each column. When percentage of areas with rejectable defects is 5 percent or less, reduce rate of inspection to a minimum of 25 percent. 4. Welding Inspection: a. All welding shall be inspected by a qualified in- spector employed by the Testing Agency. This in- spector shall confirm the qualification of welders, the use of AWS-qualified procedures, the manufac- turer's recommended use of automatic equipment, and the proper use of preheat, if required. b. All full penetration groove welds, all electroslag welds, and partial penetration groove welds in column splices shall be subject to ultrasonic test- ing. Ultrasonic testing shall be performed by a specially trained, qualified technician, who shall operate the equipment, examine the welds, and main- tain a record of all welds examined, defects found, and disposition of each defect. All defective welds shall be repaired and retested with ultra- sonic equipment, at no expense to the Owner. C. Initially, all welds requiring ultrasonic testing shall be tested at the rate of 100 percent in order to establish the qualifications of each individual welder. If the reject rate is demon- strated to be less than 5 percent of the welds tested for each welder, then the frequency of testing for that welder may be reduced to 25 per- cent. If the reject rate increased to 5 percent or more, 100 percent testing shall be reestab- lished until the rate is reduced to less than 5 percent. The percentage of rejects shall be cal- culated for each welder independently. 00'780 Contra Costa County Detention Facility STRUCTURAL STEEL Section 05120--Page 5 d. A sampling of at least 40 completed welds, as de- fined by the Testing Agency, shall be made for such reduction evaluation. When ultrasonic indi- cations arising from the weld root can be inter- preted as either a weld defect or the backing strip itself, the backing strip shall be removed at the expense of the Contractor, and if no root defect is visible, the weld shall be retested. If no defect is indicated on this retest, and no significant amount of the base and weld metal has been removed, no further repair of welding is necessary. If a defect is indicated, it shall be repaired and retested at no expense to the County, e. The ultrasonic instrumentation shall be calibrated by the technician to evaluate the quality of the welds in accordance with AWS D1.1-72. S. Erection Inspection: a. Erection shall be inspected by the Testing Agency. j Provisions under Fabrication Inspection shall apply• b. All welding shall be inspected by the Testing Agency. Butt and full penetration welds shall be ultrasonically tested as per provision under Fabrication Inspection. c. High strength bolting shall be inspected by the Testing Agency for conformace with the "Specifica- tions for Strucutural Joints using ASTM A325 and A490 bolts as approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation." 6. Inspection Access: Provide the Owner's Testing Agency with free access to places, whether on or off the job site, where materials are stored or fabricated; to places where equipment is stored or serviced; and to job site during time of laying out, erection, or job- site fabrication. 1.6 SCHEDULING A. Notify the Architect in sufficient time prior to shop or field fabrication or erection to permit testing and fiM'fQ1 spection without delaying work.;` tC3 Contra Costa County Detention Facility i i STRUCTURAL STEEL Section 05120--Page 6 i B. Ensure timely delivery of items to be embedded in work of other Sections such as "Gast-in-Place Concretes" fur- nish setting drawings or templates and directions for installation. PART 2--PRODUCTS 2.1 MATERIALS A. Structural steel shapes, plates, and tubing shall be new and conform to the followings 1. Base Plates: ASTM A572 (Grade 50). 2. Other Steels ASTM A36. B. Steel pipe shall be new and conform to the followings 1. ASTM A53, Grade B. C. Standard Threaded Fastnerss 1. Standard Bolts and Nuts: ASTM A307, Grade,A. 2. Plain Washers: ANSI B27.2. 3. Beveled Washers; ANSI B27.4. D. Anchor Bolts: ASTM A449. E. High Strength Bolts: ASTM A325 and ASTM A490 with suit- able hard nuts and washers. Bolts shall be bearing type with threads excluded from the shear plane. F. Welded-Stud Bolts; All study bolts conform to ASTM A108 :a as furnished by Nelson Stud Welding Company or approved equal. n 1. Shear connectors for use in composite constructions type S3F. 2. Stud bolts (full-base threaded): type HBF. 00 782 Contra Costa County Detention Facility STRUCTURAL STEEL Section 05120--Page 7 G. Arc-Welding Electrodes: Shall conform to Table 4.1.1 of AWS D1.1-72 for filler metal requirements. Electrodes shall be as recommended by their manufacturers for the position or other conditions of actual use. H. Slide Bearings and Free Rotation and Translation Bear- ings: Bonded assemblies of Teflon, neoprene, and back- ing materials. Assemblies shall be "Fluorogold" FC 1010-CS series, sizes as shown on the Drawings, as manu- factured by Fluorocarbon Company, Anaheim, California. PART 3--EXECUTION 3.1 FABRICATION AND WORKMANSHIP A. General: 1. The workmanship, fabrication, and finish shall be equal to the best practice of modern structural shops and shall, except as otherwise shown on the Plans or otherwise noted, conform to the Specifica- tion for the "Design, Fabrication, and Erection of Structural Steel for Buildings," of the American Institute of Steel Construction, 1969. 2. The Contractor shall secure all field measurements necessary for the completion of this work. The Con- tractor shall be responsible for all errors of detail- ing and fabrication and for the correct fitting of the structural members to each other and to their supports. Provide holes and welded studs for attach- ment of the work of other sections to the structural steel. 3. All materials,. both before and after fabrication, shall be protected from rust and corrosion and shall be kept free from dirt, grease, and other foreign matter. Each framing member shall be free from twists and bends. Holes and all cut and sheared edges shall be neatly made without kinks, burrs, and warped edges. All steel left exposed shall be straight, smooth, and free of nicks, scars, and dents. 00'783. pY �� �� a f Contra Costa County Detention Facility X141_. F. r, .s .,,t w r,kt. e__.,,...e�.,�.¢,.at"",c« .,fit, ,M�•.. ..-. .�'».'..ger 2z-.�s .,.�,7`... *w �a'1S I STRUCTURAL STEEL Section 05120--Page 8 i B. Tolerances: Fabrication tolerances shall conform to standard AISC Specifications and ASTM AS except for ex- posed steel, which shall conform to architectural ex- posed structural steel, and as noted or specified. 1 C. Bolted Connections: 1. High Strength Steel Bolts: Where structural joints are made using high strength bolts and hardened i washers and nuts, the materials, methods of installa- tion, and tension control, type of wrenches to be used, and inspection methods shall conform to i{ Specifications for Structural Joints Using ASTM A325 or ASTM A490 Bolts as Approved by the Research Council on Rivited and Bolted Structural Joints of the Engineering Foundation, latest revision. a. The high strength bolts used shall have suitable identifying marks placed on top of the head be- fore leaving the factory. b. Tightening of nuts shall be done by the turn-of- nut method. The minimum bolt tensions for the size of bolt used shall be in accordance with tables listed in the above referenced standards. c. When calibrated wrenches are used, each wrench shall be checked for accuracy at least once daily for actual conditions of application. d. Bolts that have been completely tightened shall be marked with an identifying symbol. 2. Stud Bolts: Shall be full penetration butt welded, to structural steel with complete fusion to steel. Stud bolt length shall be adequate for parts attached. 3. Holes for Fastenings: a. Unfinished bolt holes shall be 1/16 inch larger than the nominal diameter of the bolt with full bearing on unthreaded shank. x b. High strength bolt holes shall be not more than 1/16 inch larger than nominal diameter of the bolt. Remove all burrs by grinding. c. Where thickness of material is greater than nominal diameter of rivet or bolt, plus 1/8 inch, drilled holes from the solid; provide holes for reinforcing Contra Costa County 0078 Detention Facility STRUCTURAL STEEL Section 05120--Page 9 steel, in structural members as directed or as necessary. d. Drifting to enlarge unfair holes will not be per- mitted. Holes that must be enlarged to admit fastener must be reamed. Poorly matching holes will be cause for rejection. D. Welded Connections: 1. Generals Where structural joints are made by welding, the details of all joints, the technique of welding employed, the appearance and quality of welds made, and the methods used in correcting defective work shall conform to requirements of the Specification for the Design, Fabrication, and Erection of Struc- tural Steel for Buildings of the American Institute of Steel Construction and the Structural Welding Code of the American Welding Society. 2. Qualification of Welders: Welds shall be made only by operators who have been previously qualified by tests, as prescribed in the Standard Qualification Procedure of the American Welding Society to perform the type of work required. 3. Equipment: Use equipment which will supply proper current, voltage, etc. as recommended by manufacturer of electrodes to be used, adjusted to suit arrange- ment and thickness of base metal. Suitable meters and means of adjustment shall be provided for current and voltage. Allowance shall be made for line drop when meters are not immediately adjacent to the point of weld. 4. Preparations All surfaces shall be clean, free of rust, paint and foreign matter of any kind. Paint or scale shall be removed by wire brush, chipping, or hammering, as required. Burned or flame-cut edges to be welded shall be chipped clean and wire brushed before welding. Clamp members as required, space and alternate welds, all as may be necessary to pre- vent warping or misalignment. Preheat all ASTM A36 materials where plates are 1-inch thick or more and as required by chemical composition of steel and electrodes. 00'785 4 Contra, Costa"County Detention Facility ;,s4-:,.,v>.:a.xi",s.*��c..;�,� �,.,�'y ?'"��" ""sl ar'i'_4.��u,,.w•._�,� ivia'z ���.;Mx.,»,. v,.�.. z.� r. ,.. ;�• STRUCTURAL STEEL Section 05120--Page 10 5. Weld Metal: Weld metal shall conform to Table 9.1.1 of AWS D1.1-72. Weld metal shall be thoroughly fused with the base metal along all surfaces and edges of the union. Penetration shall be 1/16 inch minimum and shall be into the root of the joint. 6. Weld Quality: Shall present a uniform surface free of imperfections. Welds shall be made without under- cutting or overlappings they shall be free from ex- cessive oxides, gas pockets, and nonmetallic inclu- sions. Wherever possible, shop welds shall be machine welded. Welds shall be made with the proper number of beads or passes to secure sound, thoroughly fused joints. Provide backup bars, temporary backup bars, or backup welds for all full penetration butt welds. Each deposit shall not exceed 3/8 inch of weld for each pass or bead. Preceding layers shall be cleaned by wire brushing or peening to remove scale and slag, before placing any new weld metal. 7. Sequence of Welding: When welds enclose, or partially enclose, the perimeter or portion of the surface of a member, the weld bead shall be made in sequence, or staggered, so as to minimize internal stresses. Contractor shall submit a schgdule of procedure and sequence which will create minimum stresses. 8. Faculty and Defective Welding: Any welding showing cracks, slag inclusion, lack of fusion, bad undercut, or other defects, ascertained by visual or other means of inspection, shall be chipped out and properly replaced at Contractor's expense. 9. Minimum Weld Strengths: If and where details of fabrication are not specifically shown, all connec- tions and details shall be of sufficient strength to develop, as far as practicable, the strength of the member or members connected, and shall follow in type similar details which may be specifically shown, or which may be considered standard practice. F. Camber: All beams and girders shall be cambered as indicated on the Drawings. t G. Grinding: The following structural steel and connections shall be ground.emooth: 1. Exposed cut ends of structural and fabricated shapes. 00 106 Contra Costa County Detention Facility.- i STRUCTURAL STEEL Section 05120--Page 11 2. Full penetration butt welds and fillet welds exposed to view. 3. Mitered and fit-up corners and intersections. K. Slide and Free Rotation and Translation Bearings: Install in conformance with project requirements and protect from damage. 3.2 ERECTION A. Applicable Standards% Except as otherwise indicated on the Drawings or specified, the erection of structural steel shall be in accordance with the American Institute of Steel Construction Specifications for the Design, Fabrication, and Erection of Structural Steel for Build- ings, Code of Standard Practice for Steel Buildings and Bridges, and with modifications and other specific re- quirements described herein. B. Field Connections% Workmanship of field bolted and welded connections shall conform in all respects to methods and tolerances specified for fabrication. Final tightening of high strength bolts in beam to column moment connec- tion shall be performed after completion of flange weld- ing. C. Base Plates; Column base plates shall be set level to correct elevations and temporarily supported on steel leveling nuts as shown until the supported members have been plumbed and grouted. The entire bearing area under plates shall be grouted solid. D. Templates; Bolt setting templates shall be furnished for all anchor bolts. The Contractor shall furnish in- structuions for the setting of anchors and bearing plates and shall ascertain that the items are properly set dur- ing the progress of the work. E. Erection Sequence: Contractor shall coordinate steel erection sequence with other phase of the work. Q�y 00'78 Contra Costa County Detention Facility STRUCTURAL STEEL Section 05120--Page 12 F. Framing and Bracing: 1. All structural steel shall be erected true and plumb. Temporary shoring and bracing shall be used wherever necessary and shall be adequate for all loads to which the structure may be subjected, including wind and erection equipment and operation of same. Leave temporary bracing and shoring in place as long as may be required for safety and until final framing con- struction is completed. 2. Wherever piles of materials, erection equipment, or other loads are carried by the steel during its erec- tion and until it is braced by final construction, proper provision shall be made to take care of the stresses resulting from such construction loads. No final construction shall be placed on or attached to the steel work until it has been completely erected and with all final connections completed. 3. No final connections shall be made until the struc- ture has been properly aligned. 4. Notify the Architect at least 48 hours (2 working days) in advance of all erection. 5. Drifting done during assembling shall not.distort the metal or enlarge the holes. Mismatching of holes greater than 3/32 inch shall require reaming for the next larger bolt. Mismatching of holes greater than 1/8 inch shall be cause for rejection. G. Temporary Construction Platform: All temporary flooring, planking, and scaffolding necessary in connection with the erection of the structural steel, or the support of erection machinery shall be provided as part of the erec- tion work. The temporary floors and scaffolding shall conform to the requirements of municipal and/or state laws and governing safety regulations. H. Cutting Holes: The use of a gas-cutting torch in the field for correcting fabrication errors will not be per- mitted on structural framing members without prior written approval from the Engineer. 00788 .Contra Costa County Detention Facility 7 µ STRUCTURAL STEEL Section 05120--Page 13 3.3 DEFECTIVE WORK AND MATERIALS A. Work found to be defective, missing, or damaged shall be immediately replaced with proper work. Such replaced work and the inspection for same shall be at the expense of the Contractor. a• Straightening of any material, if necessary, shall be done by a process and in a manner that the materials, and which iwill not injure s approved by the Architect. Sharp kinks or bends shall be cause for rejection. Heating will not be allowed. C. If defects or damaged work cannot be corrected in the field, the material shall be returned to the shop onew parts furnished, as the Architect directs; the Contrr actor shall replace all work at his own expense. D. Delaminations of structural shapes and/or plates shall be cause bythe fArchitect ito adverselynaffecton if delamiationothetstructuralgin- I tegrity of the assembly. Where possible and when ap- Proved, delaminated steel may be repaired by welding as directed. Where repair is not feasible, the defective material and work shall be removed and replaced at the expense of the Contractor. 3.4 CLEANUP After erection, all surfaces shall be cleaned and left free of all deleterious matter such as dirt, oil, or grease that would impair bonding or fireproofing or concrete. **END,OF SECTION** 00'789 `, ` 1 ,a' i .ti` P 'a s°� 'r zt, t' .t£r" $ .� r�"'E'7J c r xc fa '� _� COIItI'a:Costa COUnty Detention Facility .,.... ,s .3 .x53,1:. E, ,...,. r...,.,`5 i 5f`.'t .<4..-i, .. ws. v s .. ,3\�4}ti�y+•+y�("'��. In the Board of Supervisors of Contra Costa County, State of Califomia July 19 ,19 77 In the Matter of Approving Plans and Specifications for Detention Facility Concrete Foundation and Structural Fill Contract, Contra Costa County Detention Facility Project, Martinez, California Re: Work Order #5269-926-(43) WHEREAS Pians and Specifications for Detention Facility Concrete Foundation and Structural Fill Contract, Contra Costa County Detention Facility Project, Martinez, California, have been filed with the Board this day by the Public Works Director; and WHEREAS the Board CONCURS in the recommendation of the Public Works Director that the work is necessary for the construction of the Detention Facility; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid an this project, have been approved by this Board; and. WHEREAS the Planning Commission reviewed the Environmental Impact Report pertaining to this project on April 26, 1977, and found it to be adequate and found the project to be in compliance with the General Plan; and WHEREAS the Environmental Impact Report was approved by the Board on May 3, 1977; IT IS BY THE BOARD ORDERED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on August 11, 1977 at 2:0041 , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the HORNING NEWS GAZETTE PASSED AND ADOPTED by the Board on duly 19, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of supervisors Originator: Public Works Department affixed thisl9th day of_ duIv 19 77 Detention Facility Project Manager J. R. OLSSON, Clerk cc: County Administrator By /��cw Deputy Clerk County Auditor-Controller N. Pous Public Works Director County Counsel 00 H•14 1,'7b Ism - f NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT FOUNDATION CONCRETE Project No. 5269-926-(43) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive bids until 2:00 PM on August 11, 1977 for the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Foundation Concrete which includes: All reinforcing steel and concrete required for the foundations of the New Detention Facility. Work also includes structural excavation and backfill to prepare foundations, and installation of anchor bolts. sleeves and blockouts as required. The Project is located in the County Civic Center, Martinez, Califon#a. The Construction Manager's initial estimated construction cost is $385,000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECI- FICATIONS prepared in reference thereto. A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez, California, at 11 AM on August 1, 1977, Any questions in regards to this Contract should be directed to Craig Draccia, Turner Construction Company, Telephone (415) 372-4497, 1236 Escobar Street, Martinez, California, Only bids submitted by Contractors licensed by the State of California will be considered, Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. AMcrotamcu with board order. 1 00 791 F 4 i NOTICE TO CONTRACTORS (Continued) The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and proposal forms, may be obtained by prospective bidders at the Detention Facility Project office, 1236 Escobar Street, Martinez, California, upon request. Each bid shall be made on a proposal form to be obtained at the Detention Facility Project office, 1236 Escobar Street, Martinez, California 94553. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa". The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 11th day of August 1977 at 2:00 PM and will be opened in public and at the time due in the 6th Floor Conference Room, Administration Building, Martinez, California, and there read and recorded. Any Bid Proposals received after that time specified in this notice will be returned unopened. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and'a Faithful Performance Bond in an amount equal to one hundred percent of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate"of per diem wages and rates for legal holidays and over- time in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages _ is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. (2) NOTICE TO CONTRACTORS (Continued) For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid. and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY CLERK AND EK-OFFICIO CLERK Of THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA BY Deputy DATED: JUL 19 1977 PUBLICATION DATES: } J r A nt�aa �fr 4 tr °t 001191 Ok z iy s 4 vR xYn 1 �' 9i i'^z��.g;i'+�.�s��a{ IN a y't'uy-r CONSTRUCTION SPECIFICATIONS FOR CONTRA COSTA COUNTY DETENTION FACILITY FOUNDATION CONCRETE PROJECT.NO. 5269-925-(43) q. DATED: 19tJULY 1977 may/a D A /9197 I R,OISSON ' CLERK OOAIW 0 SUPERVISORS �ol/;N OWA CO. "7: s —rf r � f Y x t ' PREPARED=FOR'` CONTRA-,COSTA COUNTY PUBLIC WORKS DEPARTMENT. Sixth�FloW Administration'euildin9 Martinez, California r; By °X sKAPLAN/McLAUGHLIN ARCHITECTS 901:latterY street} 4 San Francisco, California h '} � r r FX t 4 Microiilrrled with board order w'ts y } 'h'�Ce Sc t t is t x .�� I{ O7V//yy'4 4 _ s � �.s},sl,i va TABLE OF CONTENTS Notice to contractors Project Description Information to Bidders Part1. Information to Bidders Part II ' F Instructions to Bidders General Conditions Articles of Agreement Affirmative Action plan, County of Oontra Costa Federal Requirements Proposal SPECIFICATIONS: Division 1: General Requirements 01010- Special Conditions ,r gra 4s y 01400 Testing and`Inspectio,n Division 2: Sitework - 02214 -Excavation, Grading, and Backfill Division 3: Concrete 03100 - Formwork 03200 -.Concrete Reinforcement ' 03300 Cast-in-Place Concrete CONTRA COSTA COUNTY DETENTION �FgCILITY PROJECT DESCRIPTION FOUNDATION CONCRETE This Contract is for the furnishing and installing of all reinforcing steel and concrete required for tha: Foundations of the New Detention Facility, Work also Includes structural excavation and backfill to prepare ' foundations, and installation of anchor bolts, sleeves and blockouts as requried, _ }sWa ;.r �,4is �`r°� �'st't "tees�� �� �.'€rc,,rr ^�'r �€a tG ����"� � 1 gat � � '^�"•� rt s R r1 Z " ..v,-.e f # FTtK x�k-,i ' a t �ivt x k *1 7�� � � �4 '� x✓N, �E r 3 "� sin � l , h�, a j. n �q'4 a, T � 3 i b-T{Y.7 t .,r M" "00796 i NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT FOUNDATION CONCRETE Project No. 5269-926-(43) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive bids until 2:00 PM on August 11, 1977 for the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Foundation Concrete which includes: All reinforcing steel and concrete required for the foundations of the New Detention Facility. Work also includes structural excavation and backfill to prepare foundations, and installation of anchor bolts, sleeves and blockouts as required. The Project is located in the County Civic Center, Martinez, Califonia. The Construction Manager's initial estimated construction cost is $385,000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECI- FICATIONS prepared in reference thereto. A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez, California, at 11 AM on August 1, 1977. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 372-4497, 1236 Escobar Street, Martinez, California. Only bids submitted by Contractors licensed by the State of California will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. 00797 t .e_ NOTICE TO CONTRACTORS (Continued) The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and proposal forms, may be obtained by prospective bidders at the Detention Facility Project office, 1236 Escobar Street, Martinez, California, upon request. Each bid shall be made on a proposal form to be obtained at the Detention Facility Project office, 1236 Escobar Street, Martinez, California 94553. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. i A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa". The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 11th day of August 1977 at 2:00 PM and will be opened in public and at the time due in the 6th Floor Conference Room, Administration Building, Martinez, California, and there read and recorded. Any Bid Proposals received after that time specified in this notice will be returned unopened. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and over- time in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. 00'798 .(2); 1 NOTICE TO CONTRACTORS (Continued) For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA BY Deputy i DATED: PUBLICATION DATES: ------------- � t 4 t ly l 1 r r� tR ye[ ';D0799 t ERR- WWI ro z y 3 1 INFORMATION TO BIDDERS Part i Page i The information and instructions included herein constitute a part of the Contract Documents and are given for the purposes of assisting Bidders in properly preparing their bids or proposals. Each Bidder shall prepare his bid or proposal in strict compliance with all of the requirements of the Contract Documents and with the following instructions: 1. Proposal shall be made on the forms provided in this bound copy of the Contract Documents. Proposal must be enclosed in a sealed envelope, addressed to the County of Contra Costa, and shall state "BID - FOUNDA- TION CONCRETE - Contra Costa Detention Facility. 2. If information is required regarding the Bid Package, Drawings and/or Specifications, the Bidder shall not contact the County of Contra Costa or the Architect. All questions and requests for information shall be directed to Turner Construction Company, Telephone (415) 372-4493, Attention: Craig Braccia. 3. Prevailing Wage Rate: A. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local taw applicable thereto, the Directorof Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid,and/or waive any irregularity in any bid received, Contra Costa County Detention Facility 4 00800 s � n INFORMATION TO BIDDERS Part I j Page 2 I 4. A pre-bid conference will be held at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California at 11:00 AM, August 1. 1977. j Y 5. Space for storage and temporary buildings will be allocated by Turner as Job conditions permit. Temporary offices or sheds shall be con- structed of fire resistant materials. Material and layout must be approved by Turner prior to installation. 6. Your quotation must include all cost for the full compliance with all safety requirements, including any safety apparatus primarily for the protection of your employees that might be required by any Federal, County or local agencies having jurisdiction. 7. The Foundation Concrete Contractor shall provide all temporary power necessary for his own operation. S. The Foundation Concrete Contractor will receive and set all column anchor bolts furnished by the Structural Steel Contractor. The Foundation Concrete Contractor will be furnished a steel template of each different anchor bolt layout. The Foundation Concrete Contractor will fabricate additional templates as required to properly set all anchor bolts. 9. Column control lines, offset outside the perimeter of the building, and a vertical control (benchmark) will be furnished by others. The Foundation Concrete Contractor will perform his own engineering layout (survey staking), including elevations as required. 10. SAFETY Introduction Construction by its nature presents numerous hazards to participants and spectators alike. 1 t As is too often the case in a construction project, expediency and flase economy take precedence over good safety practices with result- ing injury or death. The following suggestions and directions are presented to emphasize the concern of the County of Contra Costa and their construction managers, Turner Construction Company, for accident prevention and safety in the course of this construction so that our joint experi- ence will be both pleasant and rewarding. 0(�A�1 t C7 i Contra Costa County Detention Facility i IIIFOR14ATION TO BIDDERS Part I Page 3 13. SAFETY (Continued) i Purpose The primary purpose of this plan is to demonstrate a method to provide a safe working environment for workers and to reduce public liability. All safety requirements directed by the Department of Industrial Safety administering Cal OSHA are a mandatory part of this program and all job personnel are expected to be knowledgeable in these rules and to comply with all Cal OSHA directives, Turner Construction Company Safety Require- ments and all other applicable safety codes. Policy Statement You, as Contractors, and your Subcontractors will have direct respon- sibility for the safety of your men and the operations under your control. When there is a choice of safety versus time or safety versus economics, "Safety First" is to be the rule. This program will be effective and successful with your full commitment and cooperation in carrying out the basic procedures that follow and in transmitting concern and enthusiasm for a safe operation down through all your supervisors, foremen and employees. Since safety consciousness is not unique to this project we expect that you already have programs within your own company and we are requesting that two copies be promptly submitted to Turner Construction Company upon award of a contract to the successful Bidder. Safety Meetings Regular meetings shall be conducted for supervisors, foremen and; employees to stimulate and maintain interest in the safety plan and provide a direct path for feedback to management of possible hazards and/or suggestions for improving safety practices. We are requesting that two (2) copies of the minutes of these meet- ings be submitted to Turner Construction Company. Forms will be provided by Turner Construction Company. Contra Costa County � Detention Facility 0�pc71J2 • INFORMATION TO BIDDERS Part I Page 4 13. SAFETY (Continued) Safety Meetings (Continued) A. All new employees shall be made aware of the basic rules of conduct expected of them, to insure their safety and that of their fellow workers. B. Tailgate or Tool Box Meetings will be held weekly by each craft to discuss problems or conditions peculiar to their trade. The meet- ings will be conducted by the supervisor or foreman in charge and will emphasize the workman's participation. Your job superintendent shall attend these meetings to lend his support to the safety program and to coordinate the solution of problems. C. A superintendent and foreman's meetings will be held at least every two weeks. This meeting shall be attended by representatives of all Contractors and will be conducted by Turner, for the purpose of reviewing the safety record, acting on suggestions made by job personnel and for analyzing future scheduled work to determine safety precautions that are necessary for accident control and elimination of potential hazards. Accident Reporting Procedure Maintaining control of the safety program requires prompt and accurate reporting of all accidents and injuries. It will be your responsibility to submit one copy of all Accident/ Injury Reports to Turner Construction Company for permanent record. These Accident/Injury Reports must be submitted on one of the follow- ing forms: 1. Cal OSHA Form 5020 (Rev. 3) and your Foreman's Report of Injury. 2. Standard report form which you submit to your insurance carrier. 3. One (1) copy of your Annual Report, Cal OSHA Form 102, covering all work performed on the County of Contra Costa Detention Facility Project. Contra Costa County Detention Facility t ooao3 INFORMATION TO BIDDERS PART II Page 1 1. Scope of the Work: A. Specification Section 02214 - Excavation, Grading and Backfill is included for reference only. The mass excavation and grading required to reach the elevations shown on Drawing No. RG-1 dated 7-12-77 will be performed by others. However, the requirements and procedures contained in Specification Section 02214 will apply to all structural excavation and backfill performed under this contract. B. Specification Section 03100 Formwork, 03200 Concrete Reinforc- ing and 03300 Cast-in-Place Concrete are included in total. The Foundation Concrete Contractor will only be responsible to comply with those portions of the Specifications which address his scope of work. Extraneous data which applies to work beyond the scope of this Contract should be disregarded. C. Scope of Foundation Concrete Contract Foundation Concrete Contractor will receive the site graded to the elevations shown on Drawing No. RG-1 dated 7-12-77. The Contractor will furnish and install concrete grade beams, wall footings, stairway footings and elevator footings. (Work is indicated by broken tines on Drawing No. S2.1, 52.2 and S3.1.) The Contractor will furnish and install all column and shear wall pedestals as shown and noted on the contract drawings. The Contractor will perform all structural excavation necessary to allow the placing of concrete under this Contract. The Contractor will backfill with select fill material as defined in Section 02214 of the Contract Specifications. Select fill material shall be placed in strict conformance with Section 02214. Contractor shall backfill to the original grades at which he received the site, per Drawing RG-1 dated 7-12-77. The Contractor shalt include all reinforcing steel including any dowels projecting from the Foundation Concrete, The Contractor shall include in his base bid an additional fifteen thousand pounds (15,000 pounds) of reinforcing steel to be placed as directed by the Construction Manager, Upon completion of the Contract the actual amount of additional reinforcing used will be calculated. If the quantity exceeds the given fifteen thousand pounds the amount in excess will be compensated on a .per pound basis at the unit price stated on the Bid Proposal Form, for adding reinforcing steel. Should the quantity be less than the given fifteen thousand pounds, a deduct change order will be issued based on the quantity underrun extended at the unit price per pound stated on the Bid Proposal Form for deleting reinforciq'910804 steel. Contra Costa County Detention Facility,, INFORMATION TO BIDDERS Part 11 Page 2 C. Scope of Foundation Concrete Contract (Continued) The Contractor will include in his Base Bid furnishing and installing of one hundred (100) wail blockouts. Blockouts will be a maximum of 1`-6" high by i'-0" wide by 2'-0" deep. Blockouts will be used to provide openings for plumbing lines to be installed by others. Variations in the actual quantity of blockouts installed from the above stated quantity will be added or deducted from the Contract at the unit price for blockouts stated on the Bid Proposal Form. 2. Anchor Bolts: The Foundation Concrete Contractor will receive and set column anchor bolts furnished by the structural steel contractor. The structural steel contractor will furnish one steel template of each anchor bolt layout, and the Foundation Concrete Con- tractor wilt fabricate additional templates as required to properly set ail anchor bolts. All layout and survey work required to set anchor bolts will be by the Foundation Concrete Contractor. All anchor bolts must be set within tolerances required to assure the proper fit of structural steel. 3. Select Backfills The Contractor should carefully examine Drawings RG-1 and RG-2 and review Specification Section 02214 to determine the extent of select fill presently installed by others: Backfilling operations will be restricted to the use of select fill material only as defined in Section 02214 - Excavation, Grading and Filling. The Contractor will be allowed to use existing select fill material which he removes during the structural excavation operation as compacted backfill. However, existing materials other than previously imported select fill will not be suitable for use in the backfilling operation. 4. Dumping of Excess Excavation Materials, The City of Martinez will allow the Contractor to waste excavation materials in the approximate areas indicated on the enclosed map (Page 3). The City reserves the right to specify at all times the exact locations where material may be deposited.. Contra Costa County,, Detention Facility A Y r.. INFORMATION TO BIDDERS PART II Page & _ Marino t Co. t ate• Morin �q SITE w an r, ch Shell Oil r V D a County 5nati A R 0 a FJ�je wep A ' 4 Johnµoft.Nivool . t Glacier Drive 4 APPROXIMATE AREAS FOR DUMPING OF EXCAVATION.MATERIALS AND CONCRETE AND ASPHALT RUBBBLE SCALE: i":2000' 00806 INFORMATION TO BIDDERS Part II Page 4 S. Tolerance for Concrete Pedestals: The top of concrete pedestals for columns shalt be kept within plus or minus 1/4" Additional grout required under base' plates as a result of failing to maintain the above tolerance, will be paid for by the Foundation Concrete Contractor. Grouting of base plates is by others. 6. Dewatering: Areas excavated under this Contract shalt be kept free of water at all times. The Contractor will perform all necessary dewater- Ing until his work is completed and accepted. 7. Time for Completion: The Contractor shall complete this Contract withon One Hundred and Eight Calendar days (108) from and after the date of com- mencement. B. sequence of Work: Foundation Concrete will begin at the expansion Joint located at the intersection of column lines I-6 and J-7 and shall proceed in a clockwise direction finishing at the Courts building. 9. Liquidated Damages: It is understood, with due allowances made-for unavoidable delays, ' that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County in the amount of Five Hundred Dollars ($500.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. 000017 Contra Costa County Detention Facility Instructions to Bidders 1. LICENSING OF BIDDER. Before submitting bid, bidder shall be licensed n actorante w Wthe provisions of Section 7000 thru 7145 of the Business & Professions Code of the State of California in the clas- sification required for the work bid on. The bidder's name shall correspond in all respects with the some shown on the license. License numbers and names are checked with the State. 2. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK A. CONTRACTOR'S RESPONSIBILITY The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate and r 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 materialsto be furnished, and as to the requirements of the proposal, plans, and specifications of the contract. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpretation therefor. There is no quarantee or warranty, either express or implied, i that the conditions indicated are representative of those exist- Ing elopmentsthroughout maythe not occur. Making aMakingtof suchiinfor thatormation availablenlooked for to bidders is not to be construed in any way as a waiver of the provisions of this article concerning the Contractor's responsi- bility for subsurface conditions, the bidders must satisfy them- selves through their own investigations as to the actual conditions to be encountered. 1 ContraCosta County Detention Facility ,- .:,i����j�'±k�,,+�'{9@' a°+.-*s,i,�t�""�'�§�;,�{� ��#t F`r.��rs^s�� �;K.?dt�a •r ,fi 1 - i. - '[ �i'x „�' #yJ�,.a '`'>:+•,,;��.�'{��"`�^�''�,u.�xl;§,�i,j�eF�.w,.�;��rs?..�r���`�?k`b'';•c,,-¢t�n�„ ,,, .,, .. 1 1 Instructions to Bidders (Continued) B. DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clarification which will be given in the form of addenda to all bidders if time permits. i 3. BIDDING DOCUMENTS A. Bids shall be made upon the special Proposal (Bid Form), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlineal- N tions, alternations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supply- Ing these specifications. B. Bids shall not contain any recapitulation of the work to be done; j alternative proposals will not be considered, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. r C. List of pro osed Subcontractors: Each Proposal shall have listed therein t e name an a�Ti d re3�ss of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount In excess of 1/2 of 1 percent of his total bid, in accordance with Chapter 2, Division 5, Title 1, of the Government Code. D. Bidder's Security:, All bids shall have enclosed cash, a cashier's I c heckcertif a check or a bidder's bond, as described be a—llw; executed as surety by a corporat on aut orized to insure surety bonds in the State of California, made payable to "Contra Costa County", in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. The above-mentioned security shall be given as a guarantee that i the bidder will enter into a contract if awarded the work. and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fail to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. 2- Contra Costa County Detention Facility p 00809 Instructions to Bidders (Continued) 4. SUBMISSION OF PROPOSAL A. Each bid shall be made on a proposal form to be obtained at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California 94553. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration i Building, 651 Pine Street, Martinez, California, on or before the 11th of Au u7 at 2:00 PM and will be opened in public Ing at tie t me ue n the 6th Floor Conference Room of the County Administration Building. S. WITHDRAWAL OF PROPOSALS: A. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in �® writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. Any oral, telegraphic, or tel�honic reguQs_t to withdraw a bid ro osalo not aCcepta ie. The withdrawal of a bid shaT1 not re udtce t e rt�{�it_of a bidder to file as new b1 This article`does not author the withdrawal of any bid after the time fixed in the public notice for the opening of bids. I 6. IRREGULAR PROPOSALS. i i A. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. 7. COMPETITIVE BIDDING: A. If more than one proposal be offered•by any individual, firm, partnership, corporation, association, or.any combination thereof, under the same or different names, all such proposals my be refected. A party who has quoted prices on materials'or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law any may render void any contract let under such circumstances. Contra Costa County '00810 Detention Facility j Instructions to Bidders (Continued) B. AWARD OF CONTRACT: A. The right is reserved to re,lect any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. 9. EXECUTION OF CONTRACT: A. The contract shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Con- tractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him would be at his own risk and as a volunteer unless said contract 1s so approved. 10. FAILURE TO EXECUTE CONTRACT: A. Failure to execute a contract and fill acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest respond', sible bidder to whom any such contract is so awarded to execute the same, such bidder's securities shall be likewise forfeited to the County. The work may then be readvertised or may be constructed by day labor as provided by State law. �; 1n1nOp4q '4 Contra Costa County ix a °Det entiojf Facility GENERAL CONDITIONS SECTION 1. Deffinitionss. M w Whenever the following terms, pronouns in plate of them, or initials of orBBoniaations appear in the contract documents, they shall have the following meanings A document issued by the County during the bidding Patios Which modifies, supersedes, or supplements the original contract documents. wvsumene a Utilization Woccweekly, or mons prepared by the contractor for submission to the County y ich repport- the total number of employees, the total number of min- orlty employees, and the present minority manhours of total man- hours worked an the project. Astceeme}t The written document of agreement, axe- cuted by the County and the Contractor. �Are.b�iteet or En inear - Shall mean the architect, engineer, indiviT� or a ca-partnership, employyed by the County of Contra Costal as designated on the title sheet of these *poet- ficatione. When Contra costa County is designated as the Engineer, t Engineer shall maaa the Public Works Director, or his autlorized representative. Sidd r -Any individual, partnership, carporation, usociation a n venture, or an combination thereof, submitting a proposal kor the work, acting directly, at through a duly author- iced representative. paaxd_f Sus�ervia�orr - Shall moan the duly sleeted or •pppoinEed a e ■Ls who roost tura such •Board, who will sot for thr County in •11 matters pertaining to the Contract, Change Order- Is any change in contract time or price and any change in `contract documents not covered by subcontractors ro eIn� tet r. Cons. uc.iy� rIze *gen r t or Clerk of t o a c a moan t o authorized—aganc o the Z.ounty at'DilL.115107-athe work. documents. Contract - The contract is comprised of the contract Co n um �t - The contract documents include the .grnemen a tad wings and the specifications. Prci9ect Mansszer = The Project Manager is the authorized representative,of Contra Costa County. Construction ManaraeI - The Construction Manager nty'a c is the Couonstruction representative as described - in the Special Condition,, Section 01010 h.= 04 di,"T �m TS 5k Y r'S4 •X'`°'• .s a-;= w4.:.="bni>..`ry�,-s siN#hSit...,4.,2 ra�.r...,u`F,.r..a'..,�.w.�� t., .,. . . II GENERAL_CONDITION' g£CTICN 1, Pin one: (continued) The indivvor yidual partnership, corporation, nntat ered into a contractuwilh the nCo..b nation thereof, w o has ¢ow - Shall mean the County of Contra Costa, a political OUR"sion of the State of California and party of the first part, or its duty authorized agent acting within the scope of their authhpootrittdy.rd CC 1' (See SectLon 16S)etion given during the course of the war I n.oarat No,ter -Ths writc�aringtoncehsndiawings�fandt conditions or of er raquirsmenes app f so condidenitions o thereon, which pertain to the performance o the work. � plans -The official drawLngs including Plana, ale- vations, sec ens, detail drawings, diagrams, general notes,'oaf, formation and schedules thereon, or exact reproduetions,thateof, adopted and approved by the CountK showing the location, character, dimension, and details of the work. a carton■ -The instructions,'provisions, condi- I Cions and detiiTd re—qu rf-emants pertain Lng to Che methods and man tions of performing this work, or to the qualities and quantities of work to be furnished and installed under this contract- o can- Su co a for -An individual, partnership, corporation, auociatfon, o nt venture, or en7�combLnatlon ehereo[[, tracts with t e Contractor to perform work or labor or render include in or thaw who supplywmateTh rials only,subeontraetors shall not Superintendent -The representative of the Contractor who shall be preaens ah Sfiework siteerintendenc shall ataes alldtrimei barfully - an�e of the work, P 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. Suoalem4n�FY agreement -A written agreement providing for alteration,mendment, or extension of the contract. Work -The furnishing and installing of all labor, pmterials, art cles- supplies, and nquipmenr_as specified, deslg- noted, or required by the contract. .. _2 I i �� ".F L ".r ?u'� r xf,4r�,,,v.i;>;Y,iu�' '�.sz.`Y:ar�,.i•u ,i;!L.�F.`asp.,?.,,�r„r-...:c, <•. € t4.,t - n r r. k� i 1 i GENERAL CONDITIONS (continued) SECTION 2, (Covernin¢Lave and Regulations: A. The Contractor shall keep informed of and - observe, and empty with and cause all of his agents and sm- Ploy*es to observe and comply with all prevailingFederal and Etats laws, local ordinances, and rules and regulations made ppursuant to said laws. which in am waw eE£ea the...duet of tha work of this tantxact. B. All work and entertain shalt be in full accord- sees with the latest rules and regulations of the Uniform Building Cods, the State Fire Marshal, the Safety Orders of the Division of Industrial Safety, the National Electric Coda the Uniform Plumbing Code published by the Western Plumbing Oifieials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to emit work not conforming to these Codes. The Contractor shall pgp copies of Codes an job at all times during construction riad. C. Excerpts from Section 6422 of the Labor Code of ' the Stat*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 on astimat*d expenditure in excess of 025,000.00 forth*excavation of any - [reach or trenches five feet or more in depth shall be awarded ( uaess it contains a clause requiring submission by the Contractor and acceptance by the awarding bodyy or by a registered civil or structural engineer, employed by tha*warding body to whom authority to accept has been dnl'aggataG, in advance of ex- cavation, of a detailed plan showing the design of shoring, iraa- ing, eloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or tranches. 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 dammed to allow the use of a shoring, sloping, or protective systme leu effective thou that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing io this section aha 11 be construed to impose tort liability on the awarding body or any of its employees. "The terms 'public works' and 'awarding body' a used in this section shall have the aam*meaning a in Labor Code Sac- tic"1720 and.1722 respectively:' 1 0081.4 r x. i ' t GENERAL CONDITIONS (continued) SECTION 3. patents and,Reyaltieg; A. The Contractor shell provide and pay for all licenses and royalties necessary for the legal use and operation of any, of the equipment or a eeislties used in the work Certificates showing the payment of any such licenses or royalties,. and par- mits for the use of any ppatented 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. o f 'a Responsibility Egg Vork And Public A. The War ; Until the formal acceptance of the work by the County the Contractor shall have the charge and care thereof 4 and shill bear the risk of injury or damage to any pert of the work by the action of the elements or from any other cause sx- i ,apt as provided in Section 23. k 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'causoe before its accept- encs. B. Public Utilities: a, The Contractor shall send proper notices, make all i necessary arrangements,and perform all other services required in the can and maintenance of all public utilities. The Con- tractor shall aseuma 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 dons by the Contractor. Upon couple- tion of the work the Contractor shall remove all enclosures fill in all openings In mascnry Rrowring the sama watertight, anb leave in a finished eand i;I.g C. All connections to public utilities shall be made and maintained in such maintained as not to interfere with the con- timing use of'same by the County during the entire progress of the work. SECTION S. Bond end 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 Farm for the , work In accordance with the drawing and Specifications shall fur- nish and fila at the same time labor and material and Isithful per- in bonds as set forth in the advertisement.for bids, on a fan,acceptable to the County. kn fl0A�.5 GENERAL CONDITIONS (cont'd) SECTION 5. Bond and Insurance (cont'd) B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequate Worl:mens' Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the sub- contractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmens' Compensation statute, or in case there is no applicable Workmens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise pro- tected. C. Public Liability and Property Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or-cancellation. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement. D. Fire-Insurance: Not required. 00816 a„moi.,-.: x..�. .�_r ....._, � u.�.w��.�..�.��a..�., ,.>� �.,.,, a...i._._.:.. ._36.z: •.- . _ 1 r t GENERAL CCNDITIONS (continued) SECTION S. BOND ANDIMEURANCE (continued) E. CERTIFICATES Og iNSURA-!fit Certificates of such Workmen's Compensation, public Liability, Property Damage Insursnce, 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 hail been named as on additional insured. These certificates shall contain a provision that coverage af- forded under the policies will not be cancelled until at least thirty days, prior written notice has been given to Contra Costa County. P. PERFORHANCE,KD: One bond shall be in the amount of One Hundred percent l10OL) of the Contract, and shall insure the Owner during the ife of the contract and for the term of ane (1) rroar from the date of acceptance of the work against faulty or nor motor- isle or warkmanship that May be discovered during that time. 0. PAYMENT Det One bond shall be in the amount of fifty ppercent (SO%) ( of the Contract price, and shall be in accordance xlth 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. ,SUBCONTRACTINOR A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be raceg- nixed as such. All parsons 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 re got of the Architect or Engineer and he shall not again be amployed on the work. C. Although the specification sections of this contract may be arranged according to various trades, or gensrsl 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. y A z 00817 , .N t , 0Ki'+.z,it�.v�..z r aMRAL CONDITIONS (Continued) SECTION 6, Subcontractinn (continued) 0. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public ree- ord of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any Parson or subcontractor in plata of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of wbcontractors must be in accordance with the provisions of theSubletting and Subcontracting Fair Practices Acta beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject him to penalties which may include cancellation eE contract assessment of 10 percent of the subcontractor's bid, and disciplinary action by the Contractors State License Board. SECTION 7. TINE OF WORK AND DAMAGESt 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- gacas himself to complete the work on or before the date or within the number of calendar days, set forth in the Proposal (�id 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, damesa•v111 be sustained by the County. It is and will be improct- icabie and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay; and it i■ therefore agreed that the Contractor will pay to the County thesus 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 shay 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, tha County shall have the right to recover the balance from the Contractor or his sureties. t �l/C7�C7 a 1 rsvy ^oFg1ITIDNS (continued) .. .. .....,. r* 'nv WpRK AInZ—DAYA6&$# (contineud) y, Should the County for any cause, avchorissisus- pension of work, the time o� such auepensionwlll baedded to eha time allowed for samppler ion. Suspension of work by order County£orndemagalfottnon comp etionsOf the work.£tnt the hs ad tIm.as required above- adjust I. PPmaPac 8Ci vizWLEf .See Special Conditions paragraph 1.12 .i _. nn ti'tE8 ANaFACILITLEflf A. All outer used on the work wllI be furnishad ind paid point to the points on the for by the iontrafLoorm.thaisttibatioe pfiall furnUh the naeanary temporary P plug to ear on the work and.Upon eom- .sit.wfiato water is naeuaaq ry pletion of the work'hall remove dl Carl pLP Lng•.. g, 'rho Contractor, at hisowncost, shall furnish and in- ■tell all matan,a�la uicpment andhpipingPthat is necsuarydto per- tell All gas mecen, } on the completion of the form aL.work an eha 1 remove t[or all Power, light and gas used_. work. Tha Contractor sholl_p y in the construction work. -_ C- The Contractor shell fur It.Eoe, inapt.provide coin temporary nlaetrie light It and/or insastCian o!the, illumination or[he ionpai performance work. The lightI shall provide sufficiepnt illumination and..oil lsegge whets raid work is 6aLng parlormad. This tw- ba .o pl'e'd end distrLbut.d that these 6""flcationa can is euily read in eve 11 P e ui mane mal be moved about ut 'hall he maintained Victory light ng q Pavailabla for the uae of the Engineer,Project throughout the work, Inspector, or any other spe.tiised representative of the County whenever required for inspection. _g_ H , Ot1R1.9 x#ScF.A�-4 �,� r 5�r,�,i#k47{x •a�.7 xbu r a� `z yx �`,l Z .! y .y'`�`g`"saa*''"6� l y1 F.� a A�3t� i P 4PiYvt•!'tr.a�,�.H.a•F.�fS,..�.....f.{;,» �..r. <.. h���:H.-�, A��,;ra�`,tr ,w�..i^s..t.�tn�s�irtt�•� GEARM CONDITIONS (Continued) SECTION 9. M2QRARY UTILITIES AND FACILITIES (Continued) O. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the xazk- man These facilities she be of an approved type conforatn8 to �ha requirements of the County Health peportment, and shall; be weathertight structures with raised floors. Structures are to have adequate light and ventilation and door a uippped with latch or lock. Contractor shall service such fee�lit ias daily, maintaining some in a clean and sanitary condition. tort.Lon of sits occupied by toilet facilities shall be graded and elanned uupon removal of facilities when to ordered and/or upon completion of work. E. The CountyMill directly to the utility companies connection Peas, annexa—Ron"Fees, permit fees acreage fans, rnd all other fees required by the utility companies and asaoclat•d withthe If additional fees sssoei- atad withpermanent utility services.the temporary services ars required they will be paid by the Contractor. The County will this for water, gas, tele- phone and electricity consumed on the ppro act until a ter the County makes written request to the utility companies that bil- l inga be sent to the County. (Normally the County will auks those requeats after the project is accepted as complete.) F. Sen Special Conditions for Variations to the above requirements. • SECTION 10. PERHIM A. The Contractor shall make application for all permites. that ora 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 naceasary in connection therewith.. The Contractor is not r_aaulred to pay any charges associated with per- mite. (It is not present policy of the County to pay fees to the flncorporated cities for pam its.) 5j; tuff Il, CONDUCT.OF NORKt A. The Contractor shall*beery* that the County reserves the right ro do other work in connection with the project by Can- - track or otherwise, and he *ball at all times conduct his work so as to impose,no hardship on the County,or,others engaged in the work. Ne shall adjust, correct and coordinste his work with the. work of others so that no discrepancies shall result in the whole' work. E. The Contractor shell provide anadequate work force, , materials of proper quality and equip�gent to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. - sou a v 3�r `rn t obi e ° n I i GENERAL CONDITIONS (Continued) SECTION 11. CONDUCT or NORM C. The Contractor shalt personally superintend the work and shalt maintain a competent superintendent or foremen ate11 G until the job is accepted by the County. This supertn'. rrM sPil be empowered to act in at l matters pertaining to the work. D. Dail?7 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. Ne 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, theta shall be an discrepancy or incomplete portions when the total project is complete. Inangagina one kind of work with - another,marring or damaging tame will not be permitted. should improper work o any traria a coveted by another which results in do= ae, ar defects the whole work affected shall be made good by the 4Contractor wiiAout expanse to the County. O. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage at blocking is furnished and set at proper times. An- char*&&end blocking for each trade shall be a part of same, ex- cept what*stated otherwise. R. Proper facilities shall be provided at all times for access a£the County representatives to conveniently examine and inspect the work. I. Watchmen, at Contractors 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 set in a 41.0- orderly or improper manner, he shall be discharged immediately an the written request of the Engineer/Architect, and such person' shall not again be employed on the work. SECTION 12. ,$(<,a,.PONSIBILITY FOR SITE CONDMONSt The following shall constitute exceptions, and the sole exception', to the responsibility of the Contractor sat forth in Section 4, in the Instructions to Bidders- A. If during the course of the work the Contractor encount- era active utility installations which are not shown or indicated in the plana or in the specifications, or uhich are found in a location substantially different from that shown, and such utilities are not reasonably apparent from iisual examination, than he shall - OOFQ1 i { I 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 nuke 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" shell mean other than abandoned, and"utility installations" shall includ the followings Steam, petroleum products air, chemical, wetter, uwsr storm water, gas, alectric, and telephone pips lines or conduLt.. The Contractor shall perform the work described in such written order and compensetlon therefor will be mads 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, deme&* 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 instruction■ 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. E. 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 Sac- tton 21. Except for the items of coat 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 17, INSPECTION: A. The Contractor shall at all times permit the County and their authorised agents to visit and inspect the work or an PPaz* - thereof and the shops whave•work is in preparation. This obli- Eation shall include maintaining proper facilities and safe access for such inspection. Where the contract requires work to be tasted, it .hall 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 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 tthe County u. -uch intention at least two working days prior - to performing such work, or such other peeiod as may spaci- fied, so that the County may make necessary arrangements. Z. 1.. 008 i i i GENERAL CONDITIONS (Continued) SECTION 13. •IINSPECTi0Ns (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill bis contract as prescribed, Work and materials not meeting such reguireaess" shall be made good and unsuitable work or materials say be rejected, notwithstanding that such work r or materials have been previously inspected or that payment has been made. 1^t�N 14. RUECTIONS OF MATERIALS: A. The Contractor shall promptly remove from the promise the Caontreca whathersincorporated in thefwork ortnot,md the Contractor a�a11 promptly replace and reaxeeute his own work in ■ccordance with the Contract and without expense to the County and shall bear the expense of making good all York 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 ay remove them and ma store the mstar Lis at the expanse o[ the Contractor. If the Contractor does of pa the expenses of such removal within ton(10) days thermter, the County may upon tan(10) days written statical a1 ouch materials at Auction or at private as and shall account for the not pro- ceeds thereof after deducting all coats and expenses ttat should have been borne by the Contractor. sC ION 15. INTERPRETATION OF CONCRACt REOUIRE!ffiMSs A. Correlations The contract documents shall be interpreted %being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operation. Any require- j m at occurring in any one of the documents is as binding as through occurring in all. j E. Conflicts in the Contract Documantst In the event of conflict In the contract documents the priorities stated in sub- divisions 1, 2, 3, and 4 bales shad governs 1. Addenda shall evorn over all other contract douemonts, except the County s Standard Pare Agreement unless it is specifically indicated that such addenda shall prevail. Subsequant addenda shall govern ever prior addenda only to the extent specified. 2. In came of conflict between plans and specifi- cations, the specifications shall govern. 3. Conflict within the Plans; a. Schedules,when identified as such, iball govern over all other portions of the plans. b, Speaif1,Notes, shall govern over all ether notes and all ether portions of the plans. o."Larger scale drawings shall govern over smaller.epale drawings. V, ft�v� filo.. 1 GENERAL C14DIT1ONq (Con i.) SECTION IS IN7reeRUATION I 4, Conflict$within the Sp.ciflcetion s 8, The "General all sections of the specifications s except for specific ditions of the rmodifications therefor that my be stated In the Special Conditions, b. D to any minor detail ol f sa required construction system or with sionst If the contract doesseents art nreg■rdptottthein . mnner 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 Ident feel compenonte, Where the pries of each such component Is ams, even though the angngate cost or Importance Is substantial, and shall Include a alMle component which is Incidental, wen though Its cost or Importance my be substantial. The quality and quantity of the part$or material so supplied Shall conform to trade standards and be compat lble with the type, composition, strength, mite, and profile of the parts or me or lair otherwise set forth In the contract documents. ( SECTION 16_ CLARIF ICAT1ONq AND ADOITIOtU� IHS TR�IONt A. Notification by Contractor: Should the Contractor discover . any conflicts, emissions, or errors In the contract documents or have any quer loss concerning interpretation or clarification of the contract documents,. or If It appear& to him that the work to be done or any Matters relative there- to are not sufficiently detailed or explained In the contract documents,than, before proceeding with the work affected, he shall Immedlatdy notify the County In writing through the COnxtruCClOn Supervisor, and request Interprets tion, clarification or furnishing of addltlon■I details. 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 vhlch'Is not In accordance therewith and he shall be responsible for any resultant 44=90, defect or added cost, 0. Fietd Orden; During the course of the work the Architect and/or Engineer May issue FL 1d Orders regarding the work. These Field Orders will supplement the Plane and Spaeifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to Make the various. pbe Sas 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 Ordeal shall constitute a waiver of claim for a change in contract.time of price for the work covered by the Field Order, unless a Change Order has been Issued.C. Change Orders i, See.Section 21, this Division. -13- L. ' 00824 y � 44^s#z°'w�y'ti�'f-acla`4a } r�4'�' ,� t �.,;:5 1 lT. ADDUCT ARU RSPItRCRC6 STS. sae de*i8nattens, A. Prod'et Dee 16n•t'ont lfien dearipclve catalog roduct brand nane,or modal number are b ingrad tneludin6 wnufacturar'■naOejiuch d•sl8nae tons drat.bs w'.of fi■ to'n the contract docuwnu, those found In industry Pub licatlona o[current taus at do o[first lnvi[ec lore to bid. Mhu standards et the 9edsrd 6ov°rnmentr S• aefsrenca 8G"dud" 6s eonsid•red a Pert of chis conttace. trade soeiet fae,or tads asoelac ton*ars relerred to to aha contract dotumenu, by'.soft.dot•of isaua,ehsae• dam of le.us,the Burrs artnt P o[1chUdeoncfact. When such[sf•tencs*dm not bur e at date of first '"v It'll ore co bid hall bs tomfdot•d V P .1MTFR1Alb RTICtaB ND F UTPRSIfI't -6 07 l qua, speci[led. Uhw rear A, Hatufal shall bo nw and o[9 Th• particularly P ubmtc satisfactory,Inkeal.8 once Pr*farencsnd And , *' 'to,wretfai sl+a ll be the but o[ lea eLu or kind. t[re9ulred, • . coal raeto[aN lir ie•,ticnus and quality{n aeeordanee vleh 8actlon r guolity o[ria o•t�o sac .stall be Llvan P duets made ind.1State'of Callfornia. [ the Covsrnwne Co wear4al shall be delivered 4350 at sa0•,° wnt (l•curu and the lob dca sad aha County sN ll be not !•d S. Wchantcal o th r in o[itisal ehtpPSnS lull. rrce*tm°.nt,fixture"and math pl ba[oor-Lariat t Tb• u'moot,fixture•or material[o e! such a9ulP cam*dawRsddurtn5 of the rlll,pvhan d•*ired, ln*Pacc such•9 p ackited. t County° daub•or davfaclon from that aP dot-t-insssay be t*leccad. Winery. ..standard. C. Vheravec cha naw or brand of•10"nandtuttlley ortaeU t• eeuura of-4ualitYwnufsctut*ot.Wu•1 9wltty" It i.used as" .ocher btaad or in urtctn6 apeci[tad herd"' liaatton to the.Con{ed by It the C*nllllllr thsaa•paelfSad r•h*sahall diutiun dhalt bo,*cc* •9wl to and utility I'd •ubatt.tioos. Such app evidelot nci..ti Only to the County.";PP,h. P OOA25 rj U 'nEQ c+et day 1tC� { 0� ( s rt}x $ tx7 a r't`•9Pr�, . i I GCHCRAL CCNDITIUNq (Can't.) S°yf.TltN 18, 1'ATCgthL3. ARTICLES, AND MUIPNrNII (Coni,) that .peeifled. Request for substitution Shall be made In ample tl me for the County's cons rattan a no delay or extra time will be Allowed on account thereat, tvidenc•furnished to the County by the Contractor shall consist of adequate alt*samples of material, testing laboratory reports on material or process, manufacturer's specification dote, field reports on.product's approval. smA use by other public agencies, material costs, and installation costs am ,lntensnce provinlons and exper fence or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specl:lsd *hall be accepted an final. Requests for substitution will only be eansldered when offered by the Contractor with the reason for substitution, °+lure to submit competent evlEenc•a required and requested by County shall b•conAldersd Rrounds for refusal of substitution. The Contractor shall Include n notice of ehanno In contract prices, If substitution Is approval$. 0. All materials shall be delivered so a to Insure a speedy and uninterrupted oro,rees of tPe work. Sue shall be stored so a to cause sea obstrueIlan. and so an to prevent overloading of any portion of the structure, and the Cantractor shall be entirely responsible for damage or loss by weather or other cause. Z. within fifteen (15)d'v4 after the sinning of the Contract, the Contractor shall sebmlt for aopraval to the County gso�ea tete list of all materials It 1■ oraoosad to we under this Contract, which differ In any respect from aterfals specified. This list shall Include all motor lots which are propose!by the oubcontr otors a■well as by hlmxelf for use In Work of his Contract and Which ere not specifically mentioned In the Speelflcottons. This list must also Include the figures received by the Contractor In bid form for the materlml or materials which are submitted for approval or substitution, together with the figures In bid form of.the specified material or meterlals for Which substitutions are proposed. In case a substitute to efferad and accepted on approved equal to materials specified, the cost-of which Ig)esa than the coat of the material or equipment specified, then s credit. .shall be tskan for the difference between the two costs In order that the County shall obtain whatever benefits may be derived from the substitution, ystlur* to propose the substitution of any article within thirty-five(]S)days after" the signing of the Contract may be deemed sufficient cause for the denial of requaxt for substitution. SECTION%ECTION 19, SHOP DRAwlMS, gEjCR,),PJIVE DATAtiSAHPLES• ALTCAlUTlytSI A. The Contractor shall submit promptly to the County, so es to cause no delay In the work, ell shop drawings, descriptive data and samples for the various trades an requlred by the specifications, and offers of alter native@, it any, -Suchsubmittals shall be checked and coordinated by the -Contractor.with the work Of other trades Involved before they are submitted to the County for exswlneticn. . I { O0A26 x (' �l,sn'�.. `� i 7,µ; , Kr v l + + � ,t`t a _��„!..t1,z%ik,«r•'M l''�g d§.ry.4i..vx, c Ws�x t yrs r,'+'ir";' P 4 CGiEML CDNDtTIONS(Can't,) 5=10H is. S!,b,DMVIt16S.DBBCRIPTIVZ DATA, SAHPtU.ALTERNATIV96. (Can't.) E. The Contractor shall submit to the County shop or diagram drawing: it in the number of copies as required to submittal schedule,or five(5) copies no achaduta Ie Included in these documents. The dravings shall shoe completely the work to b:done$any error or notation shall be meds good by the Contractor :t his own expanse,.,an though the work be installed baler* Am become apparantj as approval by the County rovers general layout only. Fabrication,details tad inspection she 11 cnform to approved Contract Drawings. C. Descriptive botar Submit sets of manufacturer's brochures or other dato required by the apeeiffe.tion in the number of copies a required in submittal aehedul%or five(5) copies if no schedule Is iaclud.d in than documents. The County will'"Ch submittals, noting thereon corrections,and return three copies with a $attar of trsnemittai indicating actions taken by the County or required of the Contractor. D. Samplat Submit samplas of articles."lariats or equipment es required by the specific aticna, The.acne shill 6a In..Cordae,with the spprovd of the atmpteq S.qulas:hail ba removed icor County property.nen directed. Saapin not removed by the Contractor, at the County's Opti an. will bates:the property o! the County or vitt be removed or disposed of by the County at Contractor's expense. E. Attestativest For Conv.nlanc*In designation on the plana or!n the sP..Iilc.r lona, certain materials, artl.l.s. or equipment may be designated by a brand or trade name or the name of the manufacturer together with catalog designer ion or other idontttying Information, hereinafter referred to gan.rt-01 ly as 1-14:red by brand mare. An alternative material. :rticie, or equipment which Ls of equal quality and of the required charsetartattaa Cor the purpsea Intended ma7 be proposed far use provided the Contractor Compiles vlch the fall wIng r*q.ireaentst 1, The Contr.ctor.hat!aubadt his propos!for n alternet Iva In writing within the time It air designated in Che spedifitatlona, or It not designated. then within•period which will cause no delay In the work. 2. No such proposal will be considered unless accompanied by eotglek• tntormatlon, and descriptive data,nor.....y to determine the egrtity of the offered sewrial*, artict*-, ser-qulpme.t, Somplae-boll ba provlded when requested by the County, Tho Contractor shall note that the burden of proof:s to the comparative quality or suitabllfty of the offered materials,article.,or*quip• rat shalt b.upon the Contractor. The County shall be the sola judge as to such matters. 1.the avant that the County rejects the was of.4411 alternative arterials, article.,or equipment, then one of the particular products designated by brand ser,Nall be furnished. -16— x 00827 1 l MCMI:CC$DITIuIiq (Can't.) CTI uN 19 Situp DeAu1NC4 DLSCAIPTIyL DATAsAMP!!:A AI TEANATIYE°i.(can't.) The Count v v111 examine, with reasonable promptness, such submittals. and return of submittals to the Contractor shall not relleve the j Contractor from responsibility for deviations and alternatives from the contractplans and specifications, nor shall it relieve him from responsibility for errors In the submittals. A failure by the Contractor to Identlfv in his r - letter of tranxmittai matarist deviation*from the plans and Specifications :hail veld the submittal and any action taken thereon by the County, When :pep lfleally requested by the County, the Contractor shall resubmit such shop 1 drawings, descriptive data. and Samples to may be required. If any wechsnical, electrical, structural, or other changes :re required for the proper Installation and fit of alternative materials, articlse, or equipment, or because ofd*vlations from the contract plans and op*cifit:tions, such changes shall not be made without the consent or the - county and#ball be mad*without additional coat to the County. SECTiCN;O. 4AMPLtg AND TESTSi The County reserves the right ad lie own expense to order tuts of any part ot. i the work. if as a result of any such rest the r work Is found unacceptable. It will be rejected and any additional toot required by the Colony shalt be at Contractor's expense, Unless otherwise directed, all ! ` samples for testing will be taken by the County from the materials. articles or S equipment dollvarod, or from work performed, and tuts will be under the super. vision of. or directed by, And At such places as may be convenient to the County, M Materials, articles, and equipment requiring testa shall be delivered In ample 3 time before intended use to allow for testing, and none may be used before receipt I}J of written approval by the County. Any sample delivered to the County or to the promises for examination, Including tasting, shall be disposed of by the Contractor at his awn expense within not more than ton (10) days after the contractor acquires knom Wge that such examination In conclwded, unless otherwise directed by the County. yy I SECTION t 1. CHANCE OEDEP.St 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 plana and specifications will be made without authority in writing from the county. a Changed work shall be performed In accordance with the arlginal raquiramants of the Contract Documents and previous fully executed Change Orders. A Change Order say adjust the contract price either upward or down >i ward in accordancewith either or a combination of.the following bases, as the +' County may alattn rNr (1) On a lump :um basis as supported by breakdown of estimated Coats. akk'l °f`esw6tt°-�rt.,, �,<, tip q _5 a i. iy?' �a14�kn',!tYx P� OENEML CONDITIoNS(Cont.) 8eC1'fON 21. QIaNOe ORbeR87 (Cont.) - (2) on a unit price basis. - p) On a cost-plus beefs in accordance with the following eonditlbnat (a) MARK-UPSs 1. For work performed by the nt�racter an amount equal to the direct cost (u dsiinedheroin).of.the work Plus 15%of the direct costs for overhead and.profit.. 2. For work performed by•sub-contractor an amount equal to Che direct costs (me de m era n) of the work plus 20%of the direct tests for overhead and profit.. (Suggested breakdowns 15;to the aub-contractor, Si to I.. . Contractor.) J. For work performed by a sub-sub•contne11r an amount equal to the direct costs u a ne ere n) of the work plus 25%of the direct costs for overhead and profit, (Suggested breakdowns L5%to suboub•contreetor,Sx to sub-contractor, SA to Contractor.) 4. In no cue will the total mark-up be greater than 25% of the direct costs notwithstanding the number of contract tiara actually existing. S. For deleted work the mark-up shall be 10%of the direct coats or the agreed upon estimate thereof. (b) DIREcr COSTS; I. Labors The coats for labor ahs llincluda any employee f payments to or on behalf of the workmen for health and welfare, pension, vacation and similar purposes. Labor rates will not be recogaiaed when In excess of chose prevailing 1n the locality and time the.work is being performed. 2- Materiels; The actual cost to the Contractor for the met sr e • irectly required for the performance of the changed `work. Such coat of materials may include the costoI procurement, transportation and delivery if necessarily incurred. If atrade discount by the actual supplier is available to the Contractor, It shall be credited to the county. If the materials are obtainedfrom a supply or source owned wholly or an part by the Can,rsctor#payment therefore will not:exceed thecurrent wholesale price for such materials. The term"trade dlsecunt"includes the concept of cash discount. fi 1 s I# la's x .� U �i � 4 s%1y1t a:`v.� •i��i!`'fir`.., ,,,.. G .I �� l GENERAL CONOITIO33(Con-t.) - SECTION 2t. CHANCE OROERSI (Con-t.) 2. Materials, (Con-t.) If, in the opinion of the County, the coot of materials is - saeautve, or if the Contractor (site to furnish satisfactory. wldenu of he cost to h(m[rem the actual ewpplfar tfiereoE, then in either eau the cost o[ the wtarials shall bs deemed to be the lowest current wholesale price at which similarmaterials are available in the quantities required. The County ter... be right to furnish such materials a ie deems advisable, and the Contractor shall hays no claims for costs or profits on materiel furnished by the County. 3. Equipmentl 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 lees than 20 minutes shall bfy,consldered one-half hour. NO payment will be made for time while FqutpmadC is inoperative due to breakdowns or for non-working days. In addition, the rental time shalt include the time requireB to move the equipment to the work from the nearest available aource for rental of such equipment, and to return it to the source. It such equipment 1e not moved by its own power, then loading and transportation costa will be paid in lieu of rental time therefor. However, neither moving time nor loading and transportation costa will be paid it the equipment is used on the (� project in any other way than upon the changed work. individual \ lecemof ui ment having 1 rs lacement value off g1 000000 or leas shall be cons are to ba tcola 2r small-equipment. .'a�o •mmol will ba Mae therefor. For equipment owned, furnished, or rented by the Contractor, no cost therefor shalt be recognised In excess of the rental rates established by distributors or equipment rental agencies to the locality where the work Is performed. - - �, The amount to be paid to the Contractor for the use of equipment as sec forth above shall constitute full compeneation to the Contractor for[M cost of Lue1, power, oil, lubrication, supplies, small.tools, small equipment, necessary attachments,repairs and maintenance o!any kind, depreciation, storage, insurance, labor (except for equipment operators), and any and all costs to the. Contractor incidental to the use of much equipment. (c) A LOwA3LR TIME EXTENSIONSi For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the ant ire 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. � :• �# cwt rt 1 �' i �lei 1 x � �'� rca'�,�� {t t�s`�r��h r '�..i-,3-f�.�,1• -C �l �r i. F } sy e ���,�"3 i t i CENEML CONOIT[ONB (Can't.) I SECTION 21 CHANCE OR-0-9- (Coni') (d) ACCORDS jM BNPPORTIVC 1WORNA"I (1) The Contractor shall maintain his records in r,cb a manner .I u to prov£dad£oraonda'caacplus begin andethe colts of that extra work p . operations. (2) Contractor shalt maintain daily record. showing-0 hours and v =tog quantities requited for cost plus work.. The Contnetor shall ms r Corm approved Or provided by OR County, The forme will be tl1Ud out in dupllseto and the County's inspector will r�vfe-end •trae his Approving etsnotur•to the [arm�n cha da the work is Rental and mstsrial thsrgu co shall be substantiated by valid . copies o[vendor's invoice. (4) The contrsetor'a coat records pertauning to coat-plea work shall be open to impaction or audit by the (a) Ay WRE To A00.cg M To COST Nocwttluranding the failure of tM�Councy and the Contractor to sgras u to coat of the proposed change orders the Contractor, upon wr'ttteeck C order from the County, shall procsed tamedi■tely with the changed work., polylob raeords shell be kept se indicated in Paragraph (d) and when agreed to by:eh■contractor and the construction inspector, icahallbewms the bide [oabPraeord 6Y the c he nstrucnt Of 9 tionwork. tnspaetorMont shall, ,end ezpcuclort of ths:ddly J 'act preclude subsequent adjustment based upon m labs audit by the, r 1 :.County. )h fy ' 4 Y fit Fh f f 4 t fx P ' '4 Aw ik i i - GENERAL CONDITIONS,(Con't.) " SECTION 2—.�RORf Ever t of `.' , alra the ebtkPlished onrdsbtsfor work warorknmahlphall bathegcs ' SECT(GN T1. OCCUPANCY SYTNE COUNTY pR TOR_ TO��� f The County reerve the right to occupy of t I he Project prior to completion of the work& upon written rder the 411 or for. In much event, the Contractor will be relieved of responsibility for any injury or:damsg*._ to such part as results from such occupancy and use by the County, work or AnI of they Per tfon heSuch Occupancy eof,nor wildoes l it secOtanot ofthe rsepon�lblllty for eorreetlnS defective w*rk or mas set forthaterials found at any time 6elore the acceptance acceptancethe -a est forth In Sectlon 1e,1A Section 26 or during Che guaranty Period After such SECTION 74PRESERVATION AND CLIANIN0, A. The Contractor shall protect and preserve the work from:all douse or■eeldet, Providing Any temporary roofs, nd window as, boxings or other construe Cl on a required.by the County, This door eoveriveringngs any adjoining property of the CountY and others. aha]{'Intl S. The Contractor shall properly.clean the work■■ It prograbes. As directed during construction, rubbish shall be nmoveA, end at oIt Pr-lon*th5 . whole work shall be cleaned and all temporary construction, equipment.And rubbish oball be removes from the site, all being l atlsfactory to tht County. eft In•clean and proper condition SECTION 25. PAYMENT OF FLOERALOR STATE AILS$ My Federal, State or focal tax payable on articles furnished by he Contractor, under the Contract, shalt be Included In the Contract pries and P4 141 by the Contractor. The County wltl furnish E=Ise Tax txeoptlon Certificates to the Contractor for any articles which are required to be tarnished under,the 23. y GENERAL CONDITIONS(Con t.) SECTION 25. PAYMENT OF FEDERAL OR STATE TAXES: (Cont) Contract and which are exempt from Paderal Excise Tax. SECTION 26. ACCEPTANCE: A. The work shall be acceptedin writing only when it s shall have been completed satisfactorily to the County. Partial payments shall not bA construed as acceptance of any part of the work. H. 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 mmnnsr 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 give until ell requirements of the contract documents are complete and epFroved by the County. This shall include, but is noC limited to, ali construction, guarantee forms parts list, schedules, tests, operating instructions, and a-built drawings all as required by the contract documents. SECTION 27. FIRAL PAYMENT AND WAIVER TO CIAIMS: After the official acceptance of the work by the County, the Contractor shall submit to the County, on• Corm eceeptabla to the County, a request for payment in full in accordance with the rpntract. The form"Statemant to Accompany Final Payment" (on Lq.) shall be completed signed by the Contractor, and submitted to-the County with the final payment request. SECTION 29, GUARANTEE: A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with requirements of all con- traet,and further guarantaA*the work of the contract to be.and remain free of defects in workmanship and mw.tarials for a period of one year from the date of acceptance of the contract,unleaa 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 maybe displaced in so doing, that may prove to be not in in workmanship or material within the guar - antoa period specified, without any expense whatsoever to the County, ordinary wear and tear and unusual abuse or neglect excepted. H. Contract bonds are in full force and affect during the guarantee par,ad. C. Tho Contractor further agrees, that wLthin 10 calen- der days after being notified in writing by the County of any work not Ln accordance with the requirements of the contract or arty -22— 4 � Z I i Dawe., 'HU1T.i-CBg (Coni[). , 1=12K_28, fiMAgW= (Coni.) defects in the wank, he will Constance and proaaeute with due diligence all work necessarryy to fulfill the terms of this, guarantee, and to complete the work-within a reasonable of tori, and in the event he fail, to so comply, he dors hereby Contractor',Oxp�ay and he willtparw0 such work done at upon he tracto do- reasonable eThe fusal t shell fes,entitled nec warily Incurred�uponithe can tractor's refusal to par the above Cotte. event of an emergencyaconstitutingfan¢s°teaa paraggraph Ln the health of safety of he County'a iamadiato tar to the ues, the Count ma h� amploreu, property, or liosn- out pprior notice all vorkrnecnaery to66eotract such expansehazaoacth- condltionS when !t was caused by work o!the Contractor not being in acaordanca with the requirements o! this eContrac D. t. The general contractor and each of the listed sub- Contractors Shall aaecute and furnish the County with the standard guarange ion. '.(gee Page 24) Eta r p r fir* x" :' � �� +�,.i��y�a�.Yt � �§� ji �`•��3 :`EY i;,'.€¢'�`h����:"•" ��rte'- `C � � 4 i ''� 1 ) sd. � 4 •f. i 'Sf• "9� r x i E.A.PLr11 Lr , ' r auAnANpe POA�wm form Comm. lv eTINLZ$CAL1POeNU Wa hereby i wraoue to the County of Contra Costa the (Type° v pap o nutldine vhleh w fi.ra!railed!m the • uaa f[om dere California-, for year oft•comp or all each work iI 0 41 oe lecion notice in the 0 ESco o e•County Rw e[lod ordinary .irn to rap.Sr o[raphe.to the ucUfoLt-udiUavtehle tier D otfiar vork lth th. that may prov.depecSvo to use-1nehip �. aur end tar and unuewl abuse or maelut reaPud$ eoNehar with any vhleh m.y b.da.meed fir dl.pl...a in.o dome• If .fail carts.......d to have do hoHbY authod.0 the avn a tfia .:loud*.".'.fiove erotlon.d condielans wit hin a reu.$eble tip der brine noti[t.d t velein6$ vy collartiv.ly and--p expense at out expense ad vo viii 4 Y the defects raP./red ed,st Y eP charas there toss u on sad+ ep cif!d[for•ehi.vvork or mate[SaL any.P.etal tar".i.eludine e!w P a the plana and aP.cif seat lone for this project. ewrancrr u.leve ado This 9--.to..upreede.any P for this particular project. SU �I Affix car.rata"'I "! 1 Data I COWL Affix COT orate final Dace$ _ arairaPh stat'-the typo of It then firm iv1`e.tion and the c.pacSty end authority of the per... NOTLi I!the firm i.not a corporeeion$ rid a p •(fining the.S=ntas. ,al s O�F35 i lr y o-��&y, 315vkk a..ca.»a POA"STATEMENT TO ACCOMPANY, PINALPAYNCBT i Tor Contra Coati County PubtIt Norke Department i CountyAdministration Building 1larbinu, California Het Final payment 1I Dear flrt (ProJut The undersigned Contractor represent,and a . include heroin.11ll olala and deemnd■� o feesthat the final ment may haws against tha.County of linen f whatever nature,which he hisorto eonstruet the above•eneltled Coate In connection with the contract ( , ileal utlata atoll dlacharq endoealananit tfrom an and 1 P■Yan[by l c County of the The undersigned hiraby carttf es that Y all data, on this Project hive been furnished andPurchasedall works labor,and aterlals• contract.and with all applicable laws t to full compliance with the and regulat foa■, The undersigned no act feed state that his claim for flnaLP■Yment 11 true• due... P Ma been theretoton paid, and that the amount th■raln L and comet, y''; I declare unde,.penalty of Perjury that the foregoing is Dated true and wrraet. Calitarnla, .at (city)'� f 4 •4;.erryS+I I ( C-014-TRACT (• , ' (Construction Agreenent) ' (Contra Costa County Standard Corm) 7. SPECIAL TERAS. These special terms ars incorporated below by reference. (S52,3) Partieet (Public Agency) [Contractor) ' Comp ote legal name (52) Effective Dater [Sas 54 for starting date.) (53) The Norkt (54) Completion Timet (strike out (a) or (b) and "calendar" or "working") (a) By (date) (b) Within calondar/working days from starting date. 05) Liquidated Damages, 6 per calendar day. (56) Public Agenay's Agent: (57) contract Price: 6 (for unit price contracts, more or las:, in aecor ance w t n a o quantities at unit bid prices.) (Strike out paranthaticai material if inapplicable.) 8. $ 11MRES d ACKNOWLEDGMENT. Public Agency, Sys (President, Chairman Or Other Designated Representative) (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor Code 51861 concerning Workers' Compensation Law. Bye [CORPORATE [Designate official capacity in theaus-inaftel- SEAL) Ey$ Des gnats o c a capac ty n t o us Haas . Note to Contractor (1) Execute aoknowladgment form below, and (8) if a corpora- - - - tion, o- - -corpo=oto-Saal. - - - - - - - - - State of California ) as. ACKNOWLEDGMENT (by Corporation, County of ) Partnos�pi or individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: [NOTARIAL SEAL) emy P& c _ - _ _ - - - - - - - - - - - - - - - - .. - FORM APPROVED by Count Caunaei'. - (�[�p�" (Page:1 of 4) Vll83 fCC 11 Rev. 11-76),. ,, . _ _.I 3, %101 CONTRACT, CI'ANGCS. ({ By their signaturen in Sectic ', effective on the above ate, these part es promInc and agree as set forth in thin contiuct, incorporating by these references the material ("special terms") in Sec. 1. (b) Contractor shall, at his own =ost and expanoo, and in a workmanlike manner, fully and faithfully perform and complete =he wort:; and will furnish all materials, labor, services and transportation necessary, jonvenient and Proper in order fairly to perform the requirements of this contract, all trictly in accordance with the Public Agency's plans, drawings and specifications. c) The work can be changed only with Public Agency's prior written order specifying such hangs and its cost agreed to by the parties; and the Public Agency shall never have to ay more than specified in Sac. 7 without such an order. TIMET NOTICE TO PROCEED. Contractor shall start this wort, as directed in the opeci- •cat ons or the Notice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within tet me fixed therefor, allowance being made for contingencies as provided herein, he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the cane, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, t is agreed that Contractor will pay as liquidated damagos to the Public Agency the eanonable sum specified in Sec. 1, the rasult of the parties' reasonable endeavor to stimate fair average compensation therefor, for each calendar day's delay in finishing aid work.; and if the same be not paid, Public Agency may, in addition to its other i emedico, deduct the same from any money duo or to become due Contractor under this con- ract. If the Public Agency for any cause authorizes or contributes to a delay, suspan- ion of war); or extension of time, its duration shall be added to the time allowed for omplation, but it shall not be doomed a waiver nor be used to defeat any right of the gency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 215, the Contractor shall not be anseosed liquidated damages for delay in completion of he work, whon such delay was cnusad by the failure of the Public Agency or the owner of a tility to provide for removal or relocation of existing utility facilities. INTL'GRATFU DOCUMENTS, The plans, drawings and specifications or special provisions e Pu c Agency s call for bids, and Contractor's accepted bid for this work aro areby incorporated into this contract; and they are intended to co-operato, so that any- hing exhibited in the plans or drawings and not mentioned in the specifications or pocial provisions, or vice versa, is to be executed as if exhibited, mantioned and.set orth in both, to the true intent and moaning thereof when taken all together; and 4ifferences of opinion concerning those shall be finally determined by Public Agency's kgent specifiod in Sec. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, and as full compensation for all this work, the Public Agency shall pay the Contractor he s.um specifiad in Sec. 1, except that in unit price contracts the payment shall be for finished quantities at unit bid prices. f (b) On or about the first day of each calendar month the Contractor shall submit to j he Public Agency a verified application for payment, supported by a statement showing 11 materials actually installed during the preceding month, the labor expended thereon, nd the cost thereof; whereupon, after checking, the Public Agency•shall issue to on tractor a certificate for the amount determined to be due, minus 109 thereof pursuant o Government Code Sec. 53067, but not until defective work and materials have been f emoved, replaced and made good. I` B. PAYMENTS 1QIT11NFLD. (a) Tile Public Agency or its agent may withhold any payment, or ecause o at d scovered evidence nullify all or any certificate for payment* to such xtent and period of time only as may be necessary to'protect the Public Agency from loss ecause of: (1) Defective work not remedied, or uncompleted work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (6) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to anothercontractor, or (6) Damage to the Public Agency, other than damage due, to delays. 'i (b) The Public Agency shall use reasonable diligence to discover and report to the ::ontractor, as the work progresses, the materials and labor which are not satisfactory to '.t, so as to avoid unnecessary trouble or cost to the'Contractor in making goo tix .^ j 'efective woYk or parts. vllrrfl►7TU1�i (c) 35 calendar days after the Public Agency files its notice of completion of the entire • j ork, it shall issue a curtifil., .o to the Contractor and pay ti, balance of the contract rice after deducting all amounts withheld under this contract, provided the Contractor bows that all claims for labor and materials have been paid, no claims have bean reacnted to the Public Agency based on acts or omissions of the Contractor, and no liens r withhold notices have been filen against the work or site, and provided there are not casonable inuications of defective or missing work or of late-recorded notices of liens r claim against Contractor, INSURANCU. (Labor Code 551060-61) On signing this contract, Contractor must give u c Agency (1) a certificate of consent to self-insure issued by the Director of ndustrial Relations, or (2) a certificate of Workers' Compensation insurance issued by n admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director r the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the orkers' Compensation Law. 0. 13O1113S. On signing thin contract Contractor shall deliver to Public Agency for pProvn good and sufficient bonds with sureties, in anount(s) specified in the specifi- ations or special provisions, guaranteeing his faithful performance of this contract and his ayment for all labor and materials huraunder. 1. FAILUIB; TO PLIAVORH. If the Contractor at any time rofusas or neglects, without fault r e Pu c Agency or its agent(s), to supply sufficient materials or workman to .emplete this agreement and work. as provided heroin, for a period of 10 days or more after rittan notice thereof by the Publ;Lc Agency, the Public Agency may furnish same and deduct he reasonable expenses thereof from the contract price. 2. LAWS APPLY. General. Both parties recognize the applicability of various federal, Mote an ocal laws an'J regulat Lana, especially Chapter 1 of Part 7 of the California .abor Coda (bayinning with See. 1720, and including Soca:. 1735, 1777.5, 6 1777.6 forbidding Iiscriminatfon) and intend that this agreement compliea therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Coda, especially in eca. 1775 i 1813, concerning prevailing wages and hours, shall apply to this agroomant as :hough fully stipulated heroin. 3. SUBCONTRACTORS. Government Code 554100-4113 are incorporated heroin. 4. WAGE RATES. (a) Pursuant to Labor Coda Sac. 1773, the Director of the Department of n uastr Relations has ascertained the general prevailing rates of wages per diem, and for ;oliday and overtime work, in the locality in which this work is to be performed, for each craft, lassification, or type of workman needed to execute this contract, and said rates are es Pacified in the call for bids for this work and are on file with the Public Agency, and re hereby incorporated herein. (b) Thin schedule of wages is based on a working day of 8 hours unless otherwise pacified; and the daily rate is the hourly rate multiplied by the number of hours con- ' tituting the working day. When less than that number of hours are worked, the daily wage ate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all arsons on this work, including all travel, subsistence, and fringe benefit payments rovided for by applicable collective bargaining agreements. All skilled labor not listed have must be paid at least the wage scale established by collective bargaining agreement or such labor in the locality where such work is being performed. If it becomes necos- ary for the Contractor or any subcontractor to employ any person in a craft, classifi- ation or typo of work (except ex.cutive, supervisory, administrative, clerical or other on-manual workors as such) for which no minimum wage rate is specified, the Contractor ball immediately notify the Public Agency which shall promptly determine the prevailing age rate tilarefor and furnish the Contractor with the minimum rate based thereon, which hall apply from the time of the initial employment of the person affected and during the ontinuance of such employment. 5. ]!OURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's az , an no wVknan employed at any time on this work by the Contractor or by any sub- ontractor shall be required or permitted to wort. longer thereon except as provided in abor Coda Sees. 1810-1815. 6. APPRBNTICCS. Properly indentured apprentices may be employed on this work in ecor ansa with Labor Code Sacs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) 0 � CC-1; Rev. 11-76) 1111(71)C71) 17. P141:FLJ11:i1CL' FOR HATM1IAU the Public Agency desires to( smote the industries and . economy of Contra Costa County, and the Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in evnry case where the price, fitness and quality are equal. 18. ASSIGHIn NT. This agreement binds the heirs, auccessora, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety,or suratiea, unless they have waived notice of assignment. 19. No WAIVE11 IIY PUBLIC AGCIICY. Inspection of the work and/or materials, or approval of I work and/or materials Inspactedl or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirementsa this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of those acts, shall not relieve the Contractor of his obligation to fulfill this contract as proscribed; nor shall the Public Agency be j thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD 11ARHLESS 0 INL'E11NITY. (a) Contractor promises to and shall hold harmless and indemnify rom 1e a t es as defined in this auction. (b) The'indamniteas benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (e) The liabilities protected against arc any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions dofined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suits) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) -in connection w-3tTtio matters covered by this contract and attributable to the contractor, subcontrictor(s), or any of£icar(s), agant(s) or amployoe(s) of one or more of them. I (a) Non-Conditionsi The promise and agreement in this section is not conditioned or dependent on whether or not any Inderniteo has prepared, supplied, or approved any plan(s), drawing(s), specifications) or special provision(s) in connection with this work, has Insurance or other indesimification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code $ec. 6705, if app ca e— y submitting to Public Agency a detailed plan showing the desiga`of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. I •(Page 4 of 4) O0840 76) F AFFIRMATIVE ACTION PLAN, COUNTY OF CONTRA COSTA 1. AREA AFFIRMATIVE ACTION PLAN The Area.Plan applicable to this project'shall be the Contra Costa Plan on minority employment. Organizations subscribing to said Plan include, but are not limited to, certain trades from the Contra Costa County Building and Construction Trades Council, Local Construction Trade Unions, and General and Specialty Contractors' Associations. Contractors participating in the Contra Costa Plan may qualify under Part 1 of Section F (2), "Affirmative Action Requirements." of these special provisions for the following designated craft, if said craft is to be utilized on this project: PLUMBERS #159 2. AFFIRMATIVE ACTION REQUIREMENTS Part 1: The provisions of this Part 1 apply to bidders, contractors and subcontractors with respect to those construction trades for which they are parties to collective bargaining agreements with a labor organization or organizations and who, together with such labor organizations, have agreed to the Tripartite Agreement for Contra Costa County, California (but oniy'as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization), together with all implementing agreements that have been and may hereafter be developed pursuant I thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. I Any bidder, contractor or subcontractor using one or more trades of construction employees must comply with either Part 1 or Part 11 of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with 1 these conditions by its inclusion, with its union, in the Contra Costa Plan a specific j commitment by that union to a goal of minority manpower utilization for such trade +i "A." thereby meeting the provisions of this Part 1, and by its commitment to Part 11 in regard to trade "B" in the instance in which it is not included in the Contra Costa Plan and, therefore, cannot meet the provisions of this Part 1. To be eligible for award of a contract under Part i of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part 111 hereof. Part 11: A. Coverage. The provisions of this Part 11 shall be applicable to thoseeUdders, contractors and subcontractors, who, in regdrd to those construction trades to be employed by them on the project to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part 1 hereof; 2. Are signatories to the Contra Costa Plan, but are not parties to collective bargaining agreement's;' 00841 -1- 1 Part II: A. Coverage (Con't) 3. Are signatories to the Contra Costa Plan, but are parties to collective bargaining agreements with labor organizations who are not hereafter cease to be signatories to the Contra Costa Plan. 4. Are signatories to the Contra Costa Plan, but as to which not specific commitment to goals of minority manpower utilization by labor organization have been executed pursuant to the Contra Costa Plan; or i 5. 'Are no longer participating in an affirmative action plan acceptable to the Director, OFCC, including the Contra Costa Plan. B. Re utrement--An Affirmative Action Plan. The bidders, contractors and subcon- j tractors escr be n paragraphs I through 5 above will not be eligible for award of a contract under this Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part 111 hereof that it adopts the minimum 'goals and timetables of minority manpower utilization, 1/ and specific affirmative action steps set forth in Section 9.1 and 2 of this Part 11 directed at i increasing minority manpower utilization by means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program pursuant to I Section 8.3 of this Part 11. Both the goals and timetables, and the affirmative action steps must meet the requirements of this Part 11 as set forth below for all trades which are to be utilized on the project, whether-subcontracted or not. 1. Goals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade ,not otherwise bound by the provisions of Part I hereof for the fol3owing time periods for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: Until 9/30/72 9.3% - 11.8% From 10/l/72 until 9/30/73 11.8% - 14.5% From 10/l/73 until 9/30/74 14.5% - 17.0% From.10/1/74 until 9/30/75 17.01% - 19.5: In the event that under a contract which is 'subject to these Bid Conditions any, work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the ranges for the period' 10/1/74 through 9/30/75 shall be applicable to such work. The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be worked by the bidder's, contractor's and subcontractor's entire work force in that trade on all projects in Contra Costa County, California during the performance of 1/ Minority is defined as including Negroes. Spanish Surnamed Americans, Orientals and American Indians. -2- I B. Requirement--An Affirmative Action Plan (Con't) its contract or subcontract. The manhours for minority work and training must be substantially uniform throughout the length of the contract on all projects and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-employer or from project-to-project for the sole purpose of meeting the contractor's or subcontractor's goals shall be a violation of these conditions, ,'In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part 11, every effort shall be made to find and employ qualified journeymen. However, where minority journeymen 2 not available, minority trainees in pre-apprenticeship, apprenticeship, journeyman training or other training programs may be used. In order that the nonworking training hours of trainees may be counted in meeting the goal, such trainees must be employed by the contractor during the training period, the contractor must have made a commitment to employ the trainees at the completion of their training and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Pian with respect to the nature, extent and duration of training offered. A contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this Part it by the employment and training of minorities in the appropriate percentage of his aggregate work force in Contra Costa County, California for each trade for which it is committed to a goal under this Part 11. However, no contractor or subcontractor shalt be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall'be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part 11 and has made every good faith effort to make these steps work toward the attainment of its goals within its timetables, all to the purpose of expanding minority manpower utilization an all of Its projects in Contra Costa County, California. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part 11 shall be subject to the requirements of that Part, regardless of the obligations of its prime contractor or lower tier subcontractors. Ail bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority employment and training. 2. S ecific Affirmative Action Steps. Bidders, contractors and subcontractors subject tot s art must engage in affirmative action directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor a has employment opportunities available and shall maintain records of the organizations' response. , 00843 -3- i i f B. Requirement--An Affirmative Action Plan (Con't) b. The contractor shall maintain a file of the names and addresses of each minority worker referred to him and what action was taken with respect to each such referred worker and, if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefor. c. The contractor shall promptly notify the CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT when the union or unions with whom the contractor has a collective bargaining agreement has not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d, The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc.; by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shalt disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, speci- fically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific and constant personal (both written and oral recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organi- zations within the contractor's recruitment area. h. The contractor shall make specific efforts to .encourage present minority employees to recruit their friends and relatives. I. The contractor shalt validate all man specifications, selection require-, ments, tests, etc. J. The contractor shall make every effort to promote after-school; summer and vacation employment to minority youth. k. The contractor shall develop'on-the-job training opportunities and participate and assist in any association or employer-group training programs relevant to the contractor's employee needs consistent with its obligations under this Part 1. The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek such opportunities. m. The contractor shall make sure that seniority practices, ,fob classifica- tions, etc., do not have a discriminatory effect. OM44 -a- B. Requirement--An Affirmative Action Plan (Con't) n. The contractor shall make certain that all facilities and company activities are nonsegregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority contractor association. 3. Contractors_and_Subcontractors Deemed to be Bound b Part 11. In the event a contractor or su contractor, w o s at the time of DiAding eligible under Part 1 of these Bid Conditions, is no longer participating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, he shall be deemed to be committed to Part it of these Bid Conditions. Further, whenever a contractor or subcontractor who, at the time of bidding is eligible under Part 11 of these Bid Conditions, uses trades not contem- plated at the time he submits his bid, he shall be committed to Part 11 for those trades. 'Whenever a contractor or subcontractor is deemed to be committed to Part 11 of those Bid Conditions, he shall be considered to be committed to a manpower utili- zation goal of the minimum percentage range for that trade for the appropriate year. 4. Subse uent Siqnatory to the Contra Costa Pian. Any contractor or subcontractor subject to the requirements of.'this Part 11 for any trade at the time of the submission of his bid, who, together with the labor organization with whom it has a collective bargaining agreement, subsequently becomes a signatory to the Contra Costa Plan, either individually or through an association, may meet its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and submits a new certification committing himself to Part 1 of these Bid Conditions. No contractor or subcontractor shall be deemed to be subject to the requirements of Part 1 until such certification is executed and submitted. S. Nondiscrimination. In no event may a contractor or subcontractor utilize the goals, t meta es or affirmative action steps required by this Part i1 in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. 00845 5. i B. Requirement--An Affirmative Action Plan (Can't) Part III: Certifications. A. Bidders' Certification. A bidder will not be eligible for award of a contract under this Invitation fore ds unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: (Bidder)- 1. r1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Alan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: and 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. i (signature of authorized representative of bidder '6 B. Requirement--An Affirmative Action Plan (Con't) Part III: Certifications. (Con't) B. Subcontractors' Certifications. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: SUBCONTRACTORS' CERTIFICATION certifies that: Subcontractor 1. it intends to employ the following listed construction trades in its work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 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, subject to these Bid Conditions, those trades being: r and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part ii of these Bid Conditions, it adopts' the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: an 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of bidder) C. Materiality and Responsiveness. The certifications required to be made by the bidder pursuant to these Uld Conditions is material and will govern the bidder's performance on the prosect and will be made a part of his bid. Failure to.submit the certification will render the bid nonresponsive. Part IV: Compliance and Enforcement. Contractors are responsible for informing* their subcontractors tregaraless of tier) as to their respective obligations under Parts i and 11 hereof (as applicable). The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity 00847 -7- . i B. Requirement--An Affirmative Action Plan (Con't) Part IV: Compliance and Enforcement. (Con't) clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. Any bidder or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncompliance with these Bid Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part 1 of these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority manpower utilization, or of the requirements of Part 11 hereof by a contractor or subcontractor who is covered by Part 11, shall be deemed to be in noncompliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided herein. The Contra Costa County Public Works Department shall review its contractors' and subcontractors' employment practices during the performance of the contract. In regard to Part 11 of these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or subcontractor shall be presumed to be in compliance with these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment• opportunities. In fudging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate, including,. but not limited to: 1. Withholding of payments to the contractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the contract, in whole. or in part, and/or 3. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is implementing an Equal Employment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met• the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed 0014, i B. Requirement--An Affirmative Action Plan (Can't) Part IV: Compliance and Enforcement. (Can't) above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings' shall be taken into consideration by Contra Costa County in determining whether such' contractor or subcontractor can comply with the requirements contained therein and is therefore a "responsible prospective contractor." It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. , The procedures set forth in these conditions shall not apply to any contract when the Contra,Costa County Public Works Department determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports relating to the provisions of the3e Bid Conditions as shall be required by the Contra Costa County Public Works Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTOR'S EEO REPORT or optional form 66, MONTHLY 14ANPOWER UTILIZATION REPORT will be required monthly. Additional forms or reports that may be required will be presented at a pre-construction conference to be held prior to the start of work. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Works Department. 1 i i I z -r a mss, 00849 1 FEDERAL REQUIREMENTS The Contractor is informed that Federal Funds will be used to finance this Project and the following Federal requirements must be compiled with: EOHal�Emplo ment 0 ortunity -- During the performance of this OH tract t e Contractor agrees as follows: (1) Minimum Wages (i) All mechanics and laborers employed or working upon the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amounts due at the time of payment computed at wage rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics; and the wage determination decision shall be posted by the contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause, contributions made or costs reasonably anticipated under section 1 (b) (2) of the Davis-Bacon Act on behalf of laborers or mechanics, subject to the provisions of 29 CFR 5.5 (a) (1) (iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs. but covering the particular weekly period are deemed to be constructively made or incurred during such weekly period. (ii) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclas- sified conformably to the wage determination, and a report of the . action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recommend- ation of the contracting officer shall be referred to the Secretary for final determination. (iii) The contracting officer shall require, whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the contractor is obligated to pay a cash equiva- lent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree ! upon a cash equivalent of the fringe benefit, the question, accom- panied by the recommendation of the contracting officer, shall be referred to the Secretary of Labor for determination. i (iv) If the contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing . benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a 000 -1= {i part of this contract. Provided,however, The Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding The County may withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic employed or working on the site of the work, or under the United States Housing Act of 1937 or under the Housing Act-of 1949 in the construction or development of the pro- ect, all or part of the wages required by the contract, the i(Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records (i) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or develop- ment of the project. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in section 1 (b) (2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b) (2) (B) of the Davis•Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program.has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. (ii) The contractor will submit weekly a copy of all payrolls to the (write in name of appropriate Federal agency) if the agency is a party to the contract, but if the agency is not such a party the contractor will submit the payrolls to the applicant, sponsor, , or owner, as the case may be, for transmission to the (write in name of agency). The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each Taborer or mechanic -2_ OOA51 { conform with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR, Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5.5 (a) (1) (iv) shall satisfy this requirement. The prime contractor shall be responsible for the submission of copies of payrolls of all subcontractors. The contractor will make the records required under the labor standards clauses of the con- tract available for inspection by authorized representatives of the (write the name of agency) and the Department of Labor, and Will permit such representatives to interview employees during working hours on the fob. (4) Apprentices Apprentices will be permitted to work as such only when they are registered, individually, under a bona fide apprenticeship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training. United States Department of Labor, or, if no such recognized agency exists in a State, under a program registered with the Bureau of Apprenticeship and Training, United States Department of Labor. The allowable ratio of apprentices to ,journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered as above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish to the contracting officer written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates, for the area of construction prior to using any apprentices on the contract Work. (5) Compliance with Copeland Regulations (29 CFR Part 3). The contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference. (6) Subcontracts The contractor will insert in any subcontracts the clauses contained in 29 CFR 5.5 (a) (1) through (5) and (J) and such other clauses as the (write in the name of Federal agency) may by ap- propriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier sub- contracts which.they may enter into, together with a clause re- quiring this insertion in any further subcontracts that may in turn be made. (T) Contract termination; debarment A breach of clauses (1) through (6) may be grounds for termination of the contract, and for debarment as provided in 29CFR 5.6. -3- llll2 i i APPRENTICE AND TRAINEE EMPLOYMENT REQUIREMENTS (1) The contractor agrees: (i) That he will make a diligent effort to hire for the performance of the contract a number of apprentices or trainees, or both, in each occupa- tion, which bears to the average number of the journeymen in that ocd'upa- tion to be employed in the performance of the contract the applicable ratio as determined by the Secretary of Labor; (ii) That he will assure that 25 percent of such apprentices or trainees in each occupation are in their first year of training, where feasible. Feasibility here involves a consideration of (a) the availability of training opportunities for first-year apprentices, (b) the hazardous nature of the work for beginning workers, (c) excessive unemployment of apprentices in their second and subsequent years of training. (Iii) That during the performance of the contract he will, to the greatest extent possible, employ the number of apprentices or trainees necessary to meet currently the requirements of subdivisions (1) and (ii) of this sub- paragraph. (2) The contractor agrees to maintain records of employment by trade of the number of apprentices and trainees, apprentices and trainees by first year of training, and of journeymen, and the wages paid and hours of work of such apprentices, trainees and journeymen. The contractor agrees to make these records available for inspection upon request of the Department of Labor and the Federal agency concerned. (3) The contractor who claims compliance based on the criterion stated in Sect. 5a.4(b� agrees to maintain records of employment, as described in Sect, 5a.3 a (2), on non-Federal and non-Federally-assisted construction work done during the performance of this contract in the same labor market area. The contractor agrees to make these records available for inspection upon request of the Department of Labor and the Federal agency concerned, (4) The contractor agrees to supply one copy of the written notices re- quired in accordance with Sect. 5aA(c) at the request of Federal agency compliance officers. -The contractor also agrees to supply at 3-month intervals during performance of the contract and after completion of contract performance a statement describing steps taken toward making a diligent effort and containing a breakdown by craft, of hours worked and wages paid for first-year apprentices and trainees, other apprentices.and trainees, and journeymen. One copy of the statement will be sent to the agency concerned, and one to the Secretary of Labor. (5) The contractor agrees to insert in any subcontract under this con- tract the requirements contained in this paragraph (29 C.F.R. 5a3(a) (1), t (2), (3), (4), and (5)). Sections 5aA, 5a.5, 5a6, and 5a7 shall also be attached to each such contract for the information of the contractor, The term"contractor." as used in such clauses in any subcontract shall mean the subcontractor. 00853 4' f j NOTICES 30081 � t oS a3 %3E as ss, $88 0 "a,8 d i 8888 RAR AM :14:2 R 8 R f SIR a III fig as » RR A ZS aga gasf 22 SqRR 112 6 g a Alai sa 29 91 �x j` a:3 Q nn as RR • ` � HH ,=i rsl HM NN • r oo ww RR•RR • w4 .. .. . . .ia a� �a �d ad as • QpZA 1 9drya�s",3�ad �Ag7la A a &8„3as ��wuay�ua • a; a 31631411~3 °a3daM§ja91>3 dlaag3 � :,"ae.� , �•r �.R . �I j 010854 30092 NOTICES t oo ax 99 R' 4 S' 2.. 1 � MMM . • 1 a ; R :3:3 a8 R R ss i i dA R7 RR nit m 44 4i .32 g. E9 xiiw� •'J.$. gt$Na yay■ 6 5 07� �99 3•Yy y lJ.7 1 5NO, M aNh S>i 3�Y3�M � NNjNj• OOAS� • torollmtaa�istor ; rArtsaos ao. 17177-sea raf•s , Slam CRR'7173,Alate4.Air"" er,+we - • hitt..C.L.-,W-,Ce 1.- - a.•i. qt.t•an.Rq r--,- .'U.Orl 1br.,LL--M.rr.sae• a". [Laver cl.m,aut1.30t.Rings.L-,1Ysey R- Il L.' f-1.. WWr U.• Z.,nolo..1170tar nnu)mins. `A.-Ta Nelr.d,If d-,tbntrrr7.saes,X-- "-M-sa.rinto.Ran w.110. ■RSCS TIOCOt1. - San h.1-An AoarltL,An rlim. Alvlm.A-ur,Ri mratb, san.ci-i San.Cxa.Sna...Steer. 1MW.rLrer,S-tv, • 'Mir-Sos-,'s-,I. Sit-W W.Cwlle] 1 7.30 •a 1.00 t 1.10 • au[.r.T.Y]r,Trinitr.TULr., l.n haa<law W S.1[lYtte Twlu.nr,cele."Tub C.wnale. Mas .SS .10 vmstSx VA =' w7-S07! Cd7L1 Wle e!wellutton r..sm.R1.9..W.-W ' [7...C..o.ct.lm So.M11.5101 dare Ywers.r L.Il7t,In 41.SI7SS -1 ebr•t10 7.10 .10 I�{0 CSSCAlIOn of=I fe11d4.9'.trmtlm Id..-1 tmam..1"1.-112 Ctaltmou. fee[.W YrNn LIP.rP.-t.IF L W J."4-1..),b.rr-1- 6rpenl.r. •11.77 1.22 1.71 .73 .YS alt0+rr t U-tL--d 4xMgl]7. ll.r[�a6 Tioor fa7trrt fe+]r s.+ rater-A.,If ' /•nr IbP ar.tr•hr+,••. Sbl�1to4 S-1 Su[f.Idte10 • • N.+1 - Iteetere-dA.at.•1 Sf sft- R•..: N L It I•..4.. 2raM 1.'"4l • - Yreet-. 11.40 1.13 .1.71 .iS .et - ArrrT.• nlihrrl9]. 11.75 2.12 1.71 .73 .0f Il Salt a.e 'MNfer b f, • - e.d d e•Ltd.. 13.23 94 1.26 .73 .04 AS2L90t a t&ZNf - s 12{1 .90 1 1.17 11.50 .09 c"-r-' 0.:4rAf7S 17.173 .775 1.00 .50 -.02 Ceaent- 10.00 -1.13 1.41 3.30 :OS S.:Crunu,steeru.on.r IY.tle)Itt7n]]14)An 41 N.1:., Ly, lbepe.ltla.ltato.0 10.35 1.13 3.11 1.50 '.05 r-t'.rentotlm.Ae..aan - e1n wAlnf frac-I""K 11 -I.ro,S..arl.o,sial}-, alp Sores]tarrel4 30.15 1:35 1.41 1:30 S:l.+r:fone.d 4n611Ltt2s`stl` 1IGTA[LQ7 11.32 1.23 1.71 ,.75 .OT �• fa:]i:n 11.01 •1.40 .92 1.00 �.OS 2Lvcr*MA=. O. L•.A.d•.nf tont-eer. ml.� c-'r - W:ala 11.13 1.03 1.05 .4 Cl-t.lan. 31.41 .9e Il..90 .02 N -I.ety,R• Ca7L SpllRn 3yN .30 LA-0 •03 Is[I '•/G,., Aerbr.mlu-r Sati.eNt0• , �.. .!Y reef emneltr 30.73 .fi 1.00 sexser. . W..T.4u W a.t:t.Celu:.,LI�ar.Ge. lw vertlm]of A1pla. C/.rar ue Its ts-G'M..Ar fl- St. lap[ hate t,Ilu-aa,Saexaax]Le, W St.iI.C-tl.]t•.a aYa:t,Sl<rxl.ST..x. . er Ile alert]l "L _ R....,-4 ant To].mf. 11.70 .4• 1.01 •23 • N.ta..bd Ibnl-t.W Ano Crus Ritctrl.Lrs 17.4 .!5 Ia.!! .043 Ceaetle. 11.10 1,U 1.70 4ele SAO.,. 3t.0 ..15 iN.s5 S ,ot3 Aa a.,11e W A..Cut. 7�L e. Sl.f3 1.03 y01 .02 �ulcuw •' =03 .95 t..qs .043 tINr Ardler.GLn.r• C.M.Splicers Mu .73 '%-Ai .-3 'T'-I-.1n, It.LL.r AM �.a1 A Coeetlu 10.15 7.0(1 • y00 1.00 - ` SYLn cwut2 11.10 1.00 - 1.0e' •.4 1203RA1 RECISTM VOL.02.NO.Ytt-FR1DAr."M 27.7177 NiI r • K1On1[Npr W7.3tl1 f•1e•; ptet{3eN 110. Gdid07i no.4 . »p • a•at• fey.t...pn f•Yw..n i..t• fxrt.6...06.feet• N..d7 [dr•.x.+ ■.n• AtT f+.a... Tn•ar U•r ' Gni NlY f...W Tw•.M.N I�Y•A. • 4H T. Ctitf[Scim, vieet. CL.aiGNFS. IT.eR•41 Reura7 CoSmer 4te�..�.Mse ileettlel•pe t 17.30 .90 3}..73 .46 2:ceCx1• S 37.3# .iT a*.}i .0f 6626 tplteer, 3341 .90 1%,75 4t bY.e fiL'nn i<.Sf .t7 IV.T7 .Ot • r• end .:.m tbenet,e aJsee.t:caa. rdx. ne eulet•n. 31,07 dt 31..34 .. .4 T.`sa :arae}}n37aa.' Ca01r apikcet. - a.3p eta 2}..23 .04 •::d:.tour C..ntf•e - 3•e asetm.Santa Civa.ea •llee:Hebee 11.10 .O 33.465 .04 t• smta[tat tbme1.' bale ipiu•.. 21.11 .f7 3}..733 .64 IS I.- lt.t0 .71 u.3.3p ,.e3 T,aael. b01e apttnn 14.10 .71 1 luso ' as` [:Re:elel.nt Wu LPSinte' [•e 77--eel" it.Ttx. lf.st .e7 St..70} .0{ t1ecRR1eW 1].133 L0. 11..50 .d{ 3.31•ki:/:.n 13.64 «17 35+.7a5 '.0a b6u ipkt." MIS 344 15..50 .0c b:,veta..ze 5••scwtat, - ha rater C-1 Ca<ta1e, ne6erteune 33.'11 41 33..70 ZSY.L-.uMt Tamntebea Weis tt iN3.13 ..a1 stLVZMa tS6Tfretrnt 2341 %} .IS 7t+. 40 Col.spIl- 1147 •.71 1}.1.25 .03, ,. Cts,4 t_t¢33tfIKS}s•1K4pGt7 Tom .313 .1t 3H. al C....,:et.a nr G3T?Rea t9R5TlmaaOa•!lClTm SSa:R lcisn• / 23.41 .70I1p00.1 talc Tilitr:, 14.15 .70 1x135x.0040 -I=, - ik!7.x76 sea modem,Ceete". Si-en.Q en Peet..4t.. t Clrxrtct.w 10.1} .SS 1t+3.753..ft.A lee.(Srnepen 4alc'7pi:rcI. 3147 .55 1S.i.Ts .h -19 It t-rrtA It Z St.—11x1.,f.4.4•.p a [tp91r tmW Y.rt". O -.Tr.:u.66423., see e..tm,iw Re C:Itute!•n -31.76 .T3 2t+.f5 as sen wtar S e,«a Cueara..Unta h t{a•splieen 37.74 .73 SS../3swe..U.Y.erm net y. U....-ira,236231.a Aof C .U.14i tea hem.. 22 caro Cay ae•ette• 3L .91 L'eC!tint 13.45 47 3}..70` •.03 Teti.Spu... yt0peat.lsTt•d.3463.323• - � � ' end^,al.x10eWR1•L Ciearelsua. f.ti .tt St It r . G31t ifutaa•. - '30.�k ::t2 3! - 31 - .. . FED343 AEfrIAFt,VOL 43..N4.76-41"Y.AM 22,1977 t� • LR15tOs W. ""-5011 Q call-Sm 9340 f - AAi ►Ary.t,•.ah f.r..w ' • L.Aa /Ary.O»Ar.F.,- M..Ar EY.A.• n.-tr Etr,r7.. -a tw, N L 9 MJ.•« r...A» L:, Arr T. A»..T. G'JAIVL (tLnt'el - tATJOttmS- . ra.wt gs s...cq! u h.. • C.1.,...It Litt., CAntlet =22.30 .41 .Ss .01 Ma r•c,11 Do:ad�, Leq Ras 1-W A.9 - Iarl(n:..fcisl, M.,u ]aa-tr0 c*n'T, 17.07 .fa 3.00 .07 e[C.tr e(L,,1,7:1031, sae Cr.lu W Aau[Lata . te+sG, c2, 10.14 .73 •.75 Arra:<ets.+'on Loaqule, ft.-."..7ud.,a A s4nta,S:.rta,sAalyou. _ T.ta..C-U.. 11.07 15 .}S Saelalws,iattcr.Th-. tntlpeca,nacres.gt-WW ' - :n:=-w.TORO a,3 r.ea - W lbtonr C-ts.. 10.i5 Al. t7r:etle. !10.495 .41 f 1.70 �taCN.Li D.aade.Sau-t. - Ir..-,91.1.,fsd<u W A'N To1e Oom tle. 4.40 .40 1.00 ,,late C-1..and tA. featt.te colt at su HAU0 «:+-m;,r,1-.el A-7 14.07 11 1-00 rnr<e0 Cuty 9.09 Al 1.04 .405 .05 Lltm LC4T[1tlCrtdlt cmu.tbs.O-t7 rae.heetara 10.3 1.14 1-40 1-30' .04 . Mr:_tc1r.1 11 0 1.34 1-[f 1.10 .Oa U 'n 10.0475 .70 11«1.00 qv 1p.cse opeutsn 11.1050 4a,-rnu:,su.eu[d 31.70 1-U 1.00 1.10 .04 ugca• 131 s TO 11«1.e0 Catl."It... 14.95 .70 110.00 AI fa at5 Centra Cm!& 11.79 1.0! i.ii Del tbct<.tbdo0 a A!13[170. •.z rn�-[let JIS 4--tr,Wku,cl,-. CaetJe, O hen trJaaaet d19et1 .y u,q. Ir_at Cro.nbm 0.10 .4s is .30 P r:�•:C:C-ty[:m •-••C-6-1Se.dyc0.n4- 7/11 rnr•. •,rt:p ti Co,ntr Ll.al naq lOe:p7a.rl1 ri,udita+rt/ to a:.,r:a:rr.r:._a<, - a--•••--crew - O.if .as•1i .10 IRt F s[,.S:<sra.:r•.a:,, Liv IT,rtfiegt tees 7.95 .45 10 ..10 .rinf.7 C-t:tt u.00 :u se .41 ` .,A sen i.W L. stera.n IVlesptarir!14.77( Ll-mpiptest Peal Coattl,a 10.33 .f4 .7S .41 Cittl(lid LJa.s•q,[410.[ 22 /5 .54 x.43 5 30 11 Oce ltrea hal o[(atepert T.-Trfwr 10.41 .45 it 10 1R1 don t.County unq,t tu, CAI.Lflfeetl La&-, r ad.eis0 W s0eaa Counties 9.01 .47 .45 3.40 350 l."spray.[ 11.70 .41 5 10 31► FEDERAL REGISTER VOL 41.NO.79-fRTDAT.AfgL 22.1977 • 1=09 W. CL17.403t rag.7 . . faaarm)0.•CA".l919 - ' Val.I • beat. .. I'll,9...4..pr-,. fall./...T.pyw.... "..dr Cb..gp - xr.dr Cbu.M. Jul.. x41 !p..1... rn•A.R Ur. 9.r.. xaxP.O . ruNb. .t/n A".T. . .. n...7. Slxr Q%5:7�:T.Oxr tC st'al L=CCIRS'AM Co. 1m.t.d3 hrina,xla4t.Y hra 4nd - 6 baht t4Rnt} :.:ar.Cm.Stta CrOrMeR. 6 6.70 .7f 11+1.7! " C:errG•ea 111.11 .7} ii•,7f AS Llex:.'ltn 19.23 .!3 23.1.73 • 46-6+664 Lina S4.1pr.4C Gblc Lpiir<is. 71.67 .33 i1+1.75 11.26 .13 11..03 .02 S4a 1tRnri.c.C-tr •eci:s tt:trua 31.74 .71 340.!6 .0S r:tn.e- 11.74 lAl 14•.70 .Ol Ya[Sttr..rwtret,2LnitLai ' U.-,7.ebnlel.na 53./13 1.94 1i..19 •.:3�ra:r»»^•t C-0.9S C. Spllrtn 13.30 7.01 11..1D .D4 ' ;!arta t.[1 ,4i 24 2t Nn tt.fu.Stmt clan. G::t l2ttct[. 19.11 ..47 14 It .na$..it 0"Cba.tu. . r_-.-r:atter CT.rnd.lt. 14.19 .17 1-1.39 .03 e:c r:ea 6.17 IS 11.3.45 A2 Lia.te.r iiia iiatp-at ` /Sas-}ar:wcG•[lrluu 17.Si .!3 13.1.03 ,01 $tt.,-. 12.70 .17 IS-1.34 .C3 Ga:r 1pl:ttra 11,3{ .13 14-1.43 ,01 Gb1R Spllrtn 11.71 ,97 101.34 03 )s;t.a!3a:R4 C9a4Lh. rAMLC ScIrm 19.79 1.40 .93 1.N I....rtn 21./7 .41 10.23 A43932717131 CGI.!p1h". + .• '1,3.30 .61 WAS '.94 � "A321st.Alt.de1.C.I.-t. ai:i.,C'.-,S.....clan-.. ad On•7a.q.t4*-it- Str.r•.:•Lw�a..:d usaltr Onab 6.93 .70 2.34 LIS. trlticrW.71 Sbrett9ti:Rett[ ` cr..^._s. - 1.36 .17 10.723 •.02 swf.7 t-'1.1 Sr.Cio7a1 :ltc».a1 tq.l4=.4t"$.Mrs. 11.93 ,37 11.1.703 .41 � st..IDlt"n Stc-twat Ca.2c 1411.161. 13.4/ .97 10.703 .03 St.. 9.33 .70 3.24 2.11 .0 C..tr h.-.sing., ara..{ 1_4t_ *.S9 ,70 114.10 ;DI tal.rR t.At;.rlta - - ~n Lin:vas - 11.41 .7a 14,30 ;03 31 hi hp.t. 11.12 .41 .24 ter Liu Tggltrent ht'..-al 10.17 .70 U4,30 .93 521.71 Staratai st.01 .22.37 .41 .20 AaU:,cola..,sauavente. . w[fio.a,P read.su".lass Satt<t,7930.7a*.am srwta - and 2.a2attrc tlwsttt- 2o:eS.nt Gl Al2:t<,Ci D9[a4., - )nxs 9.60 .70 .43 .73 ..43 '4"o 23Rc.1.Md It.... _ , swan!542.7-!AperlauganT" ` tb-atlrs r..t at t4.W.• a.ta.Malts Shalt 4`1.o"I flet..MMIL.14ht[)ad - • - wtrx&U%t1.9 •9.23 .70' .43 .7S .02 ' Crcr>fi.n 9.77 .72 2-.73 • .943 SP940 S•add••u•1 le.le .70 .43 .73 .42 il.tte. 22.72 .71 114.75 ,045 Cbl*srlLuts 32.33 .72 34,73 An MMU 99OMM VOL.42.NO.79--FWAr AFM 32.7477 , r- f DgL[fI0tt.10.GTS-}0]! 1•qa q.. + DG'fft05 0. Q77-3031' p•qe ld " " e..l< l.t.t.R.•.0+,s.,-•.•. E.at r.l.t.►...c..r.e-t.,, x.-It ( Ll.r+d.s x..ly EA„sa„ 1.4, M t Y r-4-(t V..*.. -0. H L Y P-I.•s V.t.d- •L'•• Ara To, I Art..T. PUSTM, ICost'dI rA1x2Gs. tc t'ei .I:ntrtsy.U.Denl te,San ALtae6a.mat.•CwU.EL YJLH.SL U CI.:..M Dorado.S•p••s..."..M.C.0.C-lita ptattr.S•etawenta.Stets. tsaUadls7 psrtL a et ssi-and Tula Coantlo Catwtlts In the Fula Ubse SeeeladlM pottlaM at iz.a3 - mond•.la the Late Tabaa ' slush I U.22 .!f E I.30 .80 •.0) Areal spray 11.17 .19 U30 ./0 A3 Sra.b Y 11.12 .1t S 1.30 Tapet• U." .99 1.10 •10 .0] spear U.37 .11 1.30 • T gate Ubat Ar.. - Tr.. 12.ri .f) 2.30 Leas s MU .70 .13 0.3 I:arM ons 1as.0atdt o.Wt}n tpr.y.stWO:.t.1 5-11 T.P.C. 11.20 .70 .73 .-h 7.31 a0 .20 .t1 late..Y lin.I nlacEnP. S. Spt•7.s•wlbUtt.t•l sttaetb[a lt.weL.es an6 bJ.+kea C.•. Steel.-win Sen.$7ap.ta# alp h 10.77 .!f 2.10 10 .03 kiprrMnttra 7.N a0 .20 .58 STr•y U.02 •ff 1.10 .10 .03 fell 1.2 tet Strlpl.q .% Tapcs11.72 .H 1.10 .s0 ••A3 sigh--y ma- 9.Is. •ttere.latts.Lis-,Olem,I..... hrfae,91.7..4 Tbiata C-U, I..Cltal.t the.-G.-SL Tta[Cle OaltMatlnf Dttlb iarseti.ft4-,It-, ' t Appliatar •0.17 .10 .33 D s:.a:ta.Siatlyw..Svttat, - S"l Stop twatatlert TtattiC `.taro.TIWTY-J Teh. sot Ute Swedbun.11.3.rlper S.it .SO ibYi/ea WI;::label step L+utallett tratlt sst:e:+tssa.e•ilt.a5.73 .!0 .GO . Rta[Fte»RtK1 paatblatar. S,.? taaaluttn S-CWCal at:/peel Gari a0 .3S Svril 6.:rq Zinn T.prs• 0.25 .00 .10 Wetly Zeal ope..tL-. 4satw C-ty ttb.t pprsaen that xieet Operator 5.11 .30 .3S b tw ' llsa U-.rd of h•7•/)l3,, sgatt2er Mes - i.gl .SO .3S D •Aerttw.rd to sad Istlo0tnq _ Applleatar q»satet G.i) .}0 .35 b oaeey tsael mattl.ean f.t3 a0 }1 D Sr.sb leas •.10 .73 Tp x.a 3.43 40 Iptay/Suect"Al steal) " Semrwl.l mmtlea ' "S• 11.20 ..10• .71 Ttattte 0:3lseaeinq 0eti" Arplle.totl xbtel Step ' 1-U110.1 U.M.Setf- S.wdbla•ter 8.47 .50 .31 b 3k3pef ittaetle d.11ws." dew,"4pp110•tar.Ubeal atop isetelitr,ttattlC • as 1-t..dblaot.91 7.72 a0 .35 D striper 1af7 a0 a1 'D • i43per ittelpetl - 422 •a0 a5 It '�� / 11DIRAl'[EGSTER,VOL 42.NO.70-fIUDAYa APRIL 22.1977 •- •it 0X13100 e0. CM-5019 , 1q.21 • osmzu l0. CATT-SU1 P.J.•2 cl ct •" FA"S-r-M1rae... /N. rA-n 0.w2u M1r-••n 4•... N..Ar [t...... xex.. x 11 r-.ln, Y•o.M• 227 th • rn.- M a r /w.l.., rw.0.• .Wn A,.a T. A9N 7a tA:=,' ICont'0l 1tA1'1GrA2•1E4Q31 1C■at'q e:r::r 5r,1 F.c.tl.a. - 315tH.&-d..U 0,[.00. r.0,"..:ar f t.t7 .50 .33 0 _ zk.•4.?to c.sae[•.e.re. I, i;,ee;rr Ian t.]7 .30 .lS e - tle[t.aM mse R.at1e■ 7 7.413 .435 1 1.40 .to A :le.w c"r4C.z 7.73 .SO a5 'e Gl.n[s,end tan ae.g.tA - ft__t.tt•n 0.43 .30 '.1S •0 Mnt[.s 1.41 .80 1.40 .10 Tf Ian 5.31 .SO .0 0 x.cln Cosnt7 0.34 40 1.40 .so 9AA: sI r-taq C-17 0.1s 3.00 1.70 .t0 At.-..na C-U.C..9. a..S.M..S-0.1.UA r-•..at. 10.10 :143 LOS ,.0a fent•C..C-U.. U.09 •.70 1.40 0::te.C•:;u,elect,U.... )11 ms. - IS■,S.IUR•rn Al,nt.,m,r.t7 • 13 19 1.3s 1.35 .11 C4ni71,f:a�,.iters•• Cbntr.cost.Count? 21.47 1.13 2.19 .10 i:tc<r,.n3 raD.Ca,nel.■ 5.79 .Sf 1.00 0.1 t...d Ou.eeldt Co.otl.l 21.3 ,.11 1.12 .03 rat:.:,r C-tr 30.io .71 ,U ,K PLclam[St.a.ritt-1 r.-,fel.;,,Y Cr..ae0 AA,Ser Lbraeet.4,12 e1 4au.r^•••:fu fa4 •r90 l.so 1.21 . lb,a.•r),S.ec•er.te.tele. , A!;-'a.A.ftt.i.cte,W-z.e 21 te..x,zr...a.9l.c.r C-l..'11 DOW.,el-1. ..4 stere.C-U" [ezelMlq L•uro•11ci1,r-c.,fl•c.r, • tat.7�ta Acts) 21.U- •3.14 •-1.50 .14 T..u.,t•:rar.nta,A..:o.goln N U.7..e.Art. 10.91 so .60 1.13 .lo 10 .a,M.f.U.t,3.10..a 100. M.U..trnteeCro.zN hYrcleco _ 11.11 .71 1.30 .01 .e2 S-Caaetlrs 11.73 1.503• 1.30 1.17 .13 O i•s frr:t.:.co.ntr 11.72 .90 1.10 .03 SN Arelto W$"to Cl.t. ..r i..:r_:w c ntr 7.727 -t1 .90 use .012 Cb tt.. 14.20 20 1.41 .1t n 0.1 Nat:..r.�a:a:.ween SN V.`Ce.nt7 1.74 3.83 1.23 3.10 .a1 N rya lre.:e.n AslQ.Y le, • UPS-.A..bc 1-.. tact_,N,p..su-t.. • partla 0.C-YO,0.ee.. 31r4:yrou,S.t,.ro,So. �CaLrer•f,Cel....tr.tas. - LerJ eAe ulnar CwntAs 5.13 J0 a0- 1.35 .Ol cion.flag.. r den• /•[1�7:..YA791-1 7 C--ti-. � C tlfou.ACM,moat. .rJ:v:lua.¢enele. 5.03 .90 1.33 1.28 !teeter?.f1.Y.,Sae ae.gety omnam.35eta tr3i .. Stree.sa..z..St.-. A!.-r_.•,A•C.at,.C.,ta sti.lre0.ftanlala...S.U.6 - Co.aclr, 2.47 .90 1.10 7eA-...Trinit7,lelar.. . r..-.il.g.".s0 4L2at. melee.A"r.e.0-mu.- 34.20 1.19 2.00 .10 OMMU.► 9.00 .00 1.40 us..ft"a.e SeUm Co-Use 13.13 3.11 7.39 .30 • F10F0A3 010137U.VOL 42.NO.73--r0WAY,Aff13 2%7177 . - ' NO lo01tD. 0317-5031 ►9s 33. •i - ACC200 al. a'471-SO3p f."14 . e.a. ►e.a.O.vcr.►.t.,+r. 5.4. F.6%,l...ari hr•«M1 Nat' P-U.. r.oO.. x-17• !.•�M1.r N a♦ N•1..+ r,..M.P 1✓.a ' Araw 7w _ Arles Tw ' • twrtxs. fOOrPts, IMn1 •41 A3l:es..nd tonin Maxx C-U.. A.ed.t.SPa.M.t.PPO ml. reaftt. 0 10.14 1 1.17 ! L16 .44 .01 tem.Uu Pi.v,-m Ultl- - .metro I.l.t..[lla a.6 • 121 uxtis,-/P pw-pfl lldp 3.17 -L10 .f0 .04 a>asp.altl.nl s 10.11 i 1.04 f 1.10 01.40 .07 sit attxu Cx.uI-.pipe- 0-1-t-A rite. 11.11 Lot 1.10 LN .01 .upA[.r M!1 Ar Iwllt pp 31.ff Lli 3.10 .40 .N O.n 4.ite W SNt.dtP ►Same. • • r rat.,t!a 1oa�.tn,St+nitlwt Toottnx itttl.13 tutul 10.10 .03 LI1 aM 7•aoitr..t foantl.. fatty nxm.MUM. kY•tt.a(t3a R<.tlN Al.t- ,M.tta Mtu.a" e7IMM111-!M tttlt tpl 21.If .f4 .47 aA S.1-0-111. 31.25 .ti Lri lit A4 • hit retPlat Op.,..Pt 11,44 •.ft .h Alpi...G3..+tat.aO sattt.felt.!.tl w d., San io.laln CP..Urt �11.77 .N Los .N Gina.Sn.sP,lteoC.r3stKr A.a4ot.O.tts.(41-.nr a,haat.. L.".. ti V.•4••Cl su.17-,t.ttrt.!.4ars. I I Nnada.f1.0+t.•lees.. St 1Ptt7.Pi Tota CvaPtitt " r faefl.s.t..su.".51-4 A.ut.ta ll.S$ .75 .40 wtt.t.T,N.a.mla ad ►r.RM.ilg7r./Lea»aM . AAa t2l.astlra 11.N .44 1.0 .Of , T.Lr+Gaata+a Na"puft-d.3ta.i.1- saa:..a 11.13 .44 .10 .M 7-;-M.Pclra =14 .60 1.10 .04 Z Lr.,rv:ln,w.w3xlP.. NO.. leate:q,0.P Omtte,S-to 5r.:u[::w`nU.a Gla[!aM tut.trt+t 1k.rrR140 11.15 •3SMS 1.45 i.w:•r. 10.13 .01 1.10 1.45 .04 Dal 2wU.a"Idt.tat.• mMaxtti+-.r+.t.t stxx:a.,P rwo.MWA=tw.son N .. 13..:C.,..!e P-1 10.31 As 3.20 1.63 •04 . ic.Kl.t..Z.W-wd lP3.7 ft-tt.. 22.#4 .46 '3-74 .12 . .[a:prat fe.3 iu p1tc0 11.11 .••+4# 1.10 1.43 .04 irP tw(bow 22.41 - 4i 3.01 .12 Ri z xt1 an4 XA .;dx r d.e a w:tattle.cwt140 .10,2u .S1 a0 .uS •fq:rtlea • Ft.-.slept.mme.-a' - ►:ettn io,33 .40 '.75 .33 Stlat.0-ti- 1LT• :is L32 .N w trrq a.d Ont.a.a , C-,k. f....n 10.75 •.H 3.15 S..rtaactst.a w s!a R.U. t:etnxt.a Y-.1. 10.13 .40 LIS 1.30 .N' rustle Yari.n anO uttz.... it uttl.as-+dtiwtt pag0 S3.33 .;a 3.23 1.10 .04 - lit .tUcl sOsex:.f.r ripa.t:pp.n/Mal pt 11.}3 .t •,�•io 3.13 3.30 .N 1:213A1 tFGaSiit.VOL 42,N0.76--fR1O47.Ar0I223-1977 -4 i • 1 iCif3Ca IO. Gt7+ltlf Oya I3 OWl%-W.•Ch"4139 hfe if ' P 1 c PA .4-..Pa.,+.. , a.ra 7:+r.4,rm.f��+ f - Mwlt EM.ff.r ManiT E4.saw la,fa Yi.i Pwrw. AraM .Mh• - - Oar Mir PwfMrf Y.w4w �Tn• Nsa T. a."r r✓FR iA-S. + St.-"*0.%.04 f11..A} . •tlPint.X.a0.:,suite. 14tH.llsb4lde.41e. t'air:tsas.Wivsa.:1 lacador MUM.Mrs-.3.Wy. C:ani,: S<a<:cd3+7 San hamivea.San Nstmr a--tf wk, Neal,Merced - krtatSixsU t.1 Salam.Sawa -UasR of iaa 1aa;uln SI<s[3, sm p Mat!<f 4 3Lf2 i Lao .t] iY.00 Lns<n.ei vcraaw SaCCa-�^aY.a,Stanlflau.. � C1eN.]a<f<M.[n+M,S. » Sc:ter.:<Uw 2stTaaaT... SbsNs.flacst.fiw+ss, ....e.Tala anC faer<unta.Sssa.1 it<rts. [Si:nti<a Ul�1afi V.10- - ]atter.fibtrr Tala W a:3:aez• .¢<ada.73stcr - Tmr satl<a 3Lt0 ...StesssFGtntt<s ls.iludfsf ST.zriTlrUttf Ott:anrar firer) S 10.11 •.7f f 1.13 fLW .10 ata[.a[a•acct<•tblasa. lmfT:ste K<s arA Sete Uw W.G.atl FUt<. Ts.•.}.urs ;OAi:i S .70 .14 aUar..Gtm,iw0aU4 Vid;.r.Centra Cassa.Lslr• Lker Rrsirn,Ntln. + ' YSYzp.. MeirM, Meedxlm.YY.lfe.at.W - tfraT.�"-aN-, San Tranalsw.San Y im. ^ last.Lata,Santa bus. - San hamlrm.tan Mates. ' ro•:!3.:.N»Kunties 3L39 .f4 U. o .16 Sawa Gar..'assts.3!<ttae yti S/•21frt.,.Salam.Samasr ♦taSf L,Camra Cnasa.IL'rls. asritet.Sabers,hla3Vs Fay;San hancfaw,stn - - kala W Abs tnwties 11.40 .it 2.10' 4.44 .4!! Y tae,Sante Cissa:Salam slPlaa.aafWi.dl..<ra• Cn and Sa:.osC tissn 33.23 .Cd .)4 •tY Sas iapaln,' tslalsn W M '4:.tiaiv9 Seunt/tt- 14.92 .f4 .f4 ,•M 74<larps mantles 14.37 .33 .30 1.00 .4 f-.:Y':�. rtsam,[te4a•Padetar allies and contra t3uN Mstlt,tY,IMtetd W i4lan GtaaUes }3.30 L13 AU .103 rbasVra f.10 Lao .M Df]4arN W MrcOalOR. " MwttsV sed tarts Cna ' ofratn u.a .Fat Lu As ristln •uaf 1.01 .fl [W .• fEDEEttt t1OMM VOL 42r][tl.79-4EE OfY.AMM Ma 1477 .. occasion u0. 4%"-stip • .. 14N 17 omCUwt b0. CUT-RD /N.It .'PAM M--t lSt tole ya'M/w.Rt,l•r..rh A.M.Ins',ueyl/•n - 1.l 0•yJ"Nfe3ep•.M,e,eqJ•' M•+4 FLO.r 7.JI L•70,.tNlrlq MY,l•O ruue,qy. - .. N/7 /w.W 74..x.. 14n,wwN• Ui30RQ/ A,M Toa A.4g30yer rants lDe[u 4t of b../0 b-Ily CO.f.r-a S yr..... Go.p 1 i a.D$ 0 1.00 1 1.70 u:rlct..0$24 O7 Lute beorly me for R o w W S y.WS Cr.rp 1110 0.32 LOe 1.70 .f0 .10 ..V-sta 7•y C..dlt. Sl.1.14 wlte.2.e A tA,-k%Y. Ga.p 1107 l.7fs 3.00 1.70 .f0 .30 Goap ila - a.N3 .30 ►..pl.rer a,n[uar[e,$.12 Orr neer W..11e.t•Iu.1 VIVO 0.11 Goq 1101 O.1u 1.00 .1.70 .!0 .30 p.r t.Hr W V-1-Pon0 for tb.flus year of epl.t,e.t, ♦ C,=lt.l O.NS L00 1.20 .fa .30 1„.r Ivt feu SA•a 1 run S.SS par.tae W Wutloa I", f.a.0 1(4 O.ul '" 1.70 .10 .10 3 Iter.Dot l...N•n 40 YNn 5.41 per Mor W I,wuw"I ' ' � Ga.p 2 0.143 1.0 1.70 .10 .10, wet 30 p.r,,s.51 per boar W p artoa lbn1. Grow 1 1.03s 1.00 L7/ .01 .10 it.ikpleyer mnulouu.S.fo yes boar Wr U.flu,Ilio of w2l.y..uce After fin y.,n$Los pr b..r to I.C.tll► :d,W adtl y wwfw. SAwt3 Croap le 0.733 1.00 •1.70 .30 10 O:i43 L00 1.70 .36• .10 Cr..p 2t 0.043 Lw 1.10 .00 .10 MCI= ROKIL W." • Croap 3 S.Ofs 1.00 L70 to .i/ . ` Grap.2 1.Ss3 -3.N 3.t0 .f0 .10 a' C-p 1 3.173 1.00 1.70 .10 .10 m G.v 4 /.157 3.00 36" ./4 .10 aA • It"o K P11-4sof Von). erste 1 1.211 Loo 1.70 .14 .I4 ' Crap 2 _ 4.143 1.40 1.70 at t, Gaq 1 MW 1.40 1.70 .90 .10 _ .. s - _ � fED1RAt tEWti$/•VOL 42.N0.7i-1,/I11AY.Ilfll 22.79T7 t'�o L[:t/:Ctl a7. Gp7.St1/ PT if ..a..r W • C4731b.10. Q77-1077 ' O iJCo77ta • LADMMLS to.04 O 6n.p 11 A:;aalt 7rrxta rN ra<rru carte,,scut amt similar Grasp lid)f ultrylr?.a.*..aid-W D.ds td.t sad carer—a t;i to-t1a1 Chal—..fall.,.Ia91aadvt-A et«Mai atut tae taspetatr LlYet Ma tea.►laeedt LYutf Ca•.-ra:irrt OL all typed Cesrnt.sae-1...rte wI.. 1::Tats a-.units[4.rate;.an_m cbxleu carr C—eu hW'ileia 4Dxeta«1t 4 eauetaetbw—h ass .%U"Crli:er aWr s.aeingt cat glen:te Calb set.11 ten - - .ell mala tansy.«.asatt niteta!flip:er::f Cieea ut:ern.Ma'-arNz:C'm,e�.eeura, 'A:llcetsl—h—,elza;.si iax/m7 al P:;.—ll Id-, Clew.UPI C.".beau Grt7 Calm Plpelalan.Cs.lk.n. 7::%stn sat=...:a:yse co,—As,rrul—a.ht-sn sad 1rs lagan.Pip—ppata.btatait tarn and plastic plpals7.ta, ai i3:ta7 aq-ss:s.:cy-^slC.11t..._te.Ice.c-- .Z.am aI.Lu. hr�ca Pipe%tater.«}mist Pipe sad atrl7.itrq o[masa. •.t le cl—L* <T.I.wail laq,ttattia7.tree;] trcladt.q sal. aC set's.TtedR tlimf.ai.S.%tan.bat Is. �tic7.&a:4-S'.4-d aii:rn.r:art TJa�••r::u..pp7:e:iy . Plat..flab u[era«%%.. t i::tt:�.:'.A>!crags w1.tn Ices Or 4171,p—.—s tnateu i a:l.t,ext,anvil SL:nrerl ai:la7en,ivilien.as-d.t.. - CrOrp 7, asphalt Sawelttat c'_.M.1—and asadlta7 dry caws 'i.::•:.7i trz,C.•=a:t 1/atm•PI-1.ii�lalant most W- «gppa'ai gest- stet sad DtSSet ML—l"wets[east... G.77.t-sit,nl arc e:e^•ticl•tae%lr:;.x+pi..pore, - } Estes ewper sed Cotaww,mncred WPPItq rA Cla:iega t:r±rn el a:3 t, let:•Tt a:wn. In Q""Is W set Its Caac'..4ta0era trot of 44T1'Pnitet•a CaIR':1 cS :anent a:yi.j-s•�I.,-d r.a'_^nct-z:lgn.lrsltd!c7 pi.cIm Nst.1 n.sYbctent lldtaalie roOtcr fa.<r I=:2,s ptrster II t:.s.:M i'Y::teta ase!.:sac list Ort,1 i T:.tar7 eearl:nr. lsav:lnl«d O.II,iIcg..a'T"b«ed:Lt1 0 .l[tela and 11:l7.:A::J1 Cent:a c'11,-r:i La::e tsemsbtl-ltd e<stellar rotetlala fa. I.t<SwtRt<!rq iv .%.s.as.tatti«l wittO.ry. l):e la!ell'svil tr.r[s11 pais tad Llt�rltoi'lmto- aallQtc.an6 alallu tips 4W lsta40a:at altpe"SleT i.saes. `.ts::.r•i;:.:a:s::a,P"_'.r:..Ira:tltcssr Stattatiirr7'std aaae bald,pnaraatie tar l 111 POaaaastte.air.Su.od Utcketa -:}::l«:,r.va Cl•u.<rcr eta e1l1—r•Jl4stsnad-da11 flea[ taol.,Saetiq.[pipe oder 12 Saco. 1'I.f=uta 7afcnsa•wtRt Y1Dntasat MI-psR-Lt sactlMi - ,::91Sh r-- O:w pips tl%'.t net,1La laf.P:enan a[oa.t11 Ctesp]t 111 eleaay wat•ot dtbtla.aseann and wildlal.Lseladt.d , f••t.•O lett.se!atmf las L7'pat L.zar Den 1.e� Lt-,lath Dat mt 1lUted-ta street elaanetal Qeaaftq an4 u 1(nC r4lanl , iabole[z'w[t' Catsttattlawlaeetet.kcle�leS Drldl.and 9—al.IaaOtent grynaa,lead sPattet:tire"actm"I a•.reet Cllur<ra1 Cannan, 'C.•'-:P:u11 71.7 P:flt Madel,`MTAs Caroms,-Smear t l L16/1 - ^ Eeztlealtsr.l aN la 4—pa lat—ral J*Walr usDan.0•aaD ate at:ll.:ern elill:r:cart drilletz:and[Sea drllut.I' • tnalenl Pilem iminceaaxa lands@"taaxen en ee.rea.iratelant 'a- zi—M er-11 arum drillenr rtct"Amst dtl Llan-sit ML.teeanee.tapair Ttaktnse and 11d.i Dada,sasteieat and gtl.oad O types et:atdlesm O:type oz ee_nd Of Pira"r ICIpL.snit exaatasetl..Ttamk ta.etent TOQWUT alt aa•«tat limy Ylet,"la -a ULM.a:a:te:a std nrielrta,All_keL leadleq.Visa" . of alalic"Taal toga.ttaftamt,h.m.at«tant tA.udralt ftwtocar n E.rea.wt «euesl m L:Y-tl" Of all pilot.rA 1aPletive.Of rbsleeet type laaa..11 atta.[N N• P:ntcrt a.etas¢sed fa sreh lo.dir.7 am pl..Ims lira . ,mars IL-sI"ar4 dtlllilp of tacauTr«t-mato pit st[ad._ G.lp halt Sew.'rltaean to—Lt.) is..y lic)s 4ntq ud tiilalq Cta.p 11 lqn%—t1aml.dLw Qaaae.la-salt l.da.ar ita'tYaq Ceeap 2. ft b adata 40 3. caaanx Lab.— • FEDERAL•REQUU4-VO4•d2.N0.7F•-MOAT.APRIL 22.1977 1 [t7iN1 lO. CA77-3419 Lys u OeCli7011 s0. !7177-fqf• L.fe S7 UMMtl nN!belt tbrq • i ) breed, VUWA IXllltrt cr"rAta.J 4utu"lb.temm Undid- ,• i.tle rd p 1•e.5ta hr.«1. seat ssdrenl suit)r[t and sitfe(bele."tan Or.narsted 4010 7DTrnom 0/MAIMS "-IF LI.n1i.. lrwad 1-11 - •. !>�CiQ iel.a X&T r...le•. V-4. «4/.• tGrC3=1 4w.Ta ri[6v7 71 sit O:1Mer1 sleets;orlltau,ro.L_eaeq-baedtys Merry- - +AM Or►fu CZMMM rleteree.-v0e[e tar L lifted;Comrete 7)nuter In T4nnt1;Car - [rq.msetrtcu 3 e[tte,Xtee1 tin:L:o-4:Tu•731n and bta...1 Canlc.-and 43.tem4 , G.:sn".raL�nl Ara de-sigh P.-WZi1.8anI Them. � Cr0-e 11 M:-1. 4x1;.tlns tat-1 baton ran.n M ft a A ml..verb• 1 Lrfeeael 8.asbaa8l 71-1 •- Tin-r rnta7ea.n an.Ilea it-,Sr.Lltaater•potsaq 1v0rt s.al0e- Oil., • nen:utueta.reeble)steel rete JulW setter..Tlalatarl. •+ - At..1 18.29 1 1.07•f 1.78 .90 1 .14 'rtt,=etean-vmd ar steel u-tstlwte mtatuls tAeeatwel _ Are.3 - f.0 UO2. 1.74 .00 .14 ..7Yffer Atsa l . 9.41 1.07• 1.78 .50 .14' Aeee 4 2.49 1.07• 1.71 .40 .14 ito-J>>I CablaterAetJ t7a1CtUaderr ravdsrmn-raLsar b.eees Wbrstar-.' - .an.raee.e.t sreateee _ Crew 1. 4et X"Lteu-1 onk lYm i.sap 4e 9.11 Wa0-txtere,Ttactaee;Ctnetata Gv.[..Lees 4e 1 gal LW .1.71. .t0 .14 - r4dsiy.ed.Areadlyt Dr:rsen Iu7 mtlod)I Goat Ctert Me- - Ar..3 10.)4 1.07• 1.78 .40 .14 how!"i Aa.Wt An.l" 11.01. "1- 1.74 .80 .14 ' • Arra - 11.]11 L87• 1.71 .80 .it YsOAflls ,. ) . [Vs.."tb[t) - - Wide.)Mb-Lo t1.18.C1 A4r Afue.r '.Cteep 11 Stilled rreetet Ireaevinq.nd ulryly e[e.etr rls8s.sr; Area 1 10.11 1.67• 1.74 ,.W .il sees, Ll.e7tn1 W tl elecule amce. J2 S 11.13 1-07• 1.74 .40 .14 O _ Are.3 11.41 1.07• 1.7s .80 ,14 _ CtWp 21 S-L-at111ed Wacker u.iryul OL Otter by11d(y 4ete4uLl•. Are.4 - 71.71 LOT• 1.78 .10 .14 ~ G-rA 11•Wrtal taboret ILnelude..11 Cl*rs4tr lssil.ir 4t ItsOttr 1s.dlAf-A b"ALy of doKu) m �u tlpsr.ter(R m N • .14 lacldt.i 7-Sds. - . O.e.e.)DOy tee Leel . y ' uea 1 11.01 2-07• 1.71 •.40 .14 ilrea S 11.84 1.07• 1.T1 _ - ar..1 ' 1:.14 L07• las .ta •.la ' } - +• um 4 12.41 2.07• 1.78 .40 U. . Creon 4Mr • t:l-s Au Opar.toc to.ee i J r t d.1'd.n 41.rN..L7Ay . Le . 4 Arta 1 11.04 LOT• 1.71 .10 .14 • Arm 2 12.91 1.07• was .40 .14 tau 1 13.01 L07• 1.71 .40 14 j Ar..4 =40 Lej• Las .10 .14 O Nana 1103714 WIL 47.NO.76-1EDAY,"M Ste 1977 Imo„ •:Inrsa rt. can-9n1 .. Ie�e,tl OOt911:01 9:6 VOT;5179 1h•ae • FJ.f.1...111 R1••... - pJa !Ap aw9.!•r-•.•• . •_ .- 6Jr TW 0049 Ifk - M.etl 11.1.111. aftW11 a«1. 1i• MJ.w ries.. E Yr it.`itA {1xt•1 R.t.. I Mi10 h.J.•9 fwMw .e1A1r feta N NI1.3.Cldlrw•NL• A9r►Te. .^.377:•.1 A1p1.Te. le.alle•alit.femeN y mo- t:.t:-/! . . ' (: fNr9.mreaq-W*N win ICr�•'-7. ...'r C^ci.^.i57 W N/[elft K WfN."."I* :1i7[Y MN.O%"W."U.81 Or 1.me apN u3aielm t4 mua et ,i..•.•_•. _ p•raerel.171017 N+tP•.a a.»•f.rewt olt.o o.Aa•WIYefNlw• j t:aa 3 a.T. 9 3.07•s 1.71 .f0 ar. u•.i p f.Si .11 1 1.91 Aa1 = . 19.7 7 f.11 L07• 1.79 .11 a• Ag"3 79.13 .q Lil 1.39 MIA7 !.7! L07• 1.71 .11 .0 a4.. 31.79 .11 LQ•'1.10 Nu t - 9.97 1.07• 1.79 .H ".0 . • r. 1.7. 4rrztm mcb•de/Oaad r=-=taw.r1ae6 m _ k 39.73 .fc 1.39 3.13 ae•f•It tee►faa•t,0.0a.. A.N 3 13.7S .99 lac Ll3 f"-: •t:..: fae 1.17• s.79 .n ae arx.s ssse 99 Lu a.ss Ea 2 41.05 S.N. 1.71 .61 �.0 'wx a ii.13 ..f9. 179 ,L11 yra! 11.70 1.97• .1.79: .61 .11 .Aru c tol. 4.97• J.79 •.0 .0 OeflAlft-4 177.1 f9 r'"n.. M 1Nw + .. a�N11-peq•I164. O um.&4-1 Maori 94:1,1 ltxul. INa op"."m M73 ./c 1.79 1.13 [tee 1 f.OS '1.17• 1.711 .0 a1 •T7 ! I 9eane7111 •n .:1 !•..1' 30.70. 1.17• 1.13 d9 .0 - run Cxux ax -Al•a 7 11.21 Lo7• 1.71 .1/ a9 Se .'.ow W S cLt-.CB11 citr as so et i 3L7S• �L07• 1.71 .1t � at 4e •. ArY 1-ap p 20 9-4.13x tam Wd•• ea. ./ LL•.•'u�a+�C3•lRw13/garage arN a-am•e3N H«.0 d7•. s W W al 1x9 9 A.•w'1. 19.99 7.97 .3.71• •.11 .11 1.N xN r..wa. uN 7-WNI9.N N aW.l1ea Sm tlme. - .Are.a...' � 12 54 s.o7• 1.71 '.o a9 � . 37.ta 1.07 1.73 .9/ as Arx t-A.Rx-""In 7S .13" W at ,Asea�;;�_,.'' . :A[ol c 37.01 3:07 :.L?0' � All a9 - IW TWe. •3ml-orr.9.21 pw Ma IO W pmt. ._ •.. - I: • •FEMM tt0{i7M VOL M MO.7• •••-•T.AM 77.H77 •. i1C1i1011 t0..C.TYSiH 'Saia 21 t VtC2f[OV a0. Ct71-Ml Pay. 2t . . - I'CVDI}DO[ntf+r OPOSSOdf •+ • U",i...Dt.p#,.rt ip42Ht3rtatl • Ga. Ctwp It Aa.l.tant to 9"t#ea.ISlteaaa.011.r.tatlW) b t M t}' twJ... YnNw s7r ,CC."1-Ar ' tS.4tta-Op#..the �..-.> mm 2DC2h=*PURIM LrwP t•a, 7tett Cigna OWL (}lltdtl#l.il Ctaep 29 74ffet Valet thaluing caGRSa1 0.171 - - Cf-P 2 1.70 t'los-t 2.00 .90 .24 ' Cto.p It.) 1.11 2.34 . 2.00 .10 .21 Gtavp 7-St Otapt<#aVR Cp*tataR(]-711 ReaelattK(100 L.X.at-11 itatp 110) f.2f 1.2S• 2.00 .f0 .24 p7 t2.7),Kl"n,nlet(2-71 P-.,d Other%me M alectzleiV) ctbP 2 f.tf 1.33• 2.00 JO .24 Cra"3.Sect Lglatrrl that"Itl A-rugal Stlt•pec"utd aan .724.1 10.10 L!4• 2.00 ./0 .21 type luttaf dehta Ctacp 3 10.a0 1.24' -2.00 .fe .24 - - Crptq Ito), 10.70 1.74 2.00 .f0 .24 Corp 4 31." Ll1• 2.00 Ctaap 3•Aa IY.hr D.tr VtpaL-iwkr tkeld.r ctahp} ll.at 1A4' 3.00 Ji .74 _ as Cperat - - -� �' �P !tq OyiaetR 4.S[w of Resistant b Lgia*ar _ •Salede.t.22 pat Real tV lar *%.lt tad 141 ata .. atadthf Vallee at Corptt.aar attached b Clans r[lttrleac,Cp.tatw% ' Of ftle611.1.2 alfa.Skid-rla.ttq Red Ot,ritk"'fast OpetataR of Dit"t a residing pae*nd CRO..PlledrtasC 1C/a toll*:)rp . ` to W faeledl.f 1 e..r1.1 Sratt Craws ag band thesedt"2S . , i to.a Mue[ei aaattlal car . Clap St Cpetatai o1 Sleasl a Cacaltae 2a.er*d ak.ne p12.drt-. (wk,bolittl este 2 ee.I&$everew of Cceek,t f.teaa,tush , caller,peep he coarrastot atucaN/1 ar-tat at.t ea pmrt.4 ,tamer ai U tternl trpa d4le*R Jul c•ad or.Lilac type),Scam Ctana.char 21%-►#uttaf eaten.)ad,p.itetataL auhdrl tq O Wyse �- w - - e • N ffD21At ttOtstfp,YOt,42.HO.75-MDAY AXIL 72.IYrY _ lutN DD. aa77-5015 SYp 37' OICISION a. G77-Stlf ray. ]D town 11M-+air OetaATOCS aaw I W Ill Group 1aAsal.tsnt.U C"9-.. maks-,Macias IsmMir/rpaires. Desk 0.J, f i.9.D.r0,•p.r�r. Dsiper,011ser 0rru++4 319malt• IMA,7lt t.r Sulteera. Ter►oeaW,P.,sea.l N•dr ,.dr U....I.a posey,net, Papal.""Bases Rol Rare R•,e• NAY pw•twa YaeeN•e a•a. u,T Group L Caspreasar CWAt.rt C-Le Nlar Cup t.W Including I Jatd)1 /'0■Q/AOlUmr2 0/OAZmi Ape Tr. pa.or"Del%Operator ttM 139 rlreeas Pet planta Nrdrauliet r Iidc1 ULM AM A ]� r-1aWeal Co• 1-tea,Wlln1 but Wing caterlala)t"Is.,a-Opetat.e tOOMeteta pLsgt lap Operatoes Ipc.L..l.e.at l.ltb-,solo),To. pat no-(paw,aglNt.q -' - Group 1a 5 0.70 510.10 p 1.73• S 2.00• .90 .3/ Grasp I. a.-OP-too,Ilaod.rll eae/eepttr bdioeae Islgaa t_a„la ICt•ti- creep i. seas 30./3 len• ,7.00 .90 .7+ wo i[teasoctl Oilers masa Ctccl•r(rotatrcetlan lea.1 to) Mt.elat ecaep 7, 1.25 30.it 1.13• 1.00 .10 .it Group 4, 9.11 11.11' LIS• 2.00 •90 ,7a M ramp sereedmaa N•capc asp�aic to-.,1-e pee--o.lhish Self-propelled. . Lreop S. _ 70.01 •il.tl 1.73• ].00 .90 .7a te%&Ucelly aWtt d ao•u.t•-Uq ca 11ne loo ueceesa,atsMuy,:. L[.up St 10.17 11.37 1.75• 1.00 .90 ,7, al""S sad eanala)I Tceaebing rxaL.If.t¢ diggleg capacity,7 Croup 7,. 10.31 it 72 -1.25• 1.00 .90 .1, ft•depth)I some Mist.simile stud,Trees Qane Oiler croup 1. - 10.72 1].11 133• .2.09 .90 .it Groep 9, 10.94 12 34 Lls• 1.00 .90 .14 Grasp U M11ut fact Tager#Ballast■eg Q;-Ballast raepar l it1- Group Is. 11.1, 22.54 LIS• 2.00 .90 .11 f uI>stics I+07aalc p:uyl Chute)4 ss,ist(l..tdet,tori d CL" Group 10-A, 1L2s, 12.55 LIS• 2.00 .90 .2, e<,recut ftactet leau:cuettae lob aleNt ttr want[e=rlutlen W . croup 11, 11.47 11.17 1.75• 2.00 .70 .24 secret-1"Iseer(aoait.a A I....."Is-acid MLe ti d[uols .Group ll-A, 12.41 17.95 2.27• 7.00 .90 e74 Saetileeat/Tte S(xets ib.w,sbW. Gr-poll-1, 22.77 14.]3 2.27• 1.00 q/ 74 ace*5a ctswestor Operates ti to 711 concrete NLeea lora,1 raid)! •Grasp}its 12.07 14.15 2.15• 7.00 ,.N ..24 connate rwpa or rung ate[anal earratua tits e.g.cc evert .•Sae1■dea 1.71 Pat b.,m L ta"tbek(aal Peau.-vela Cal-p.rated)z nye li to 711 walling I..laud R.a1tA W)1.2Ln SW.'• • mala.(M--d et M.taxa my,e3eetrL1,7) 11 m 71 • Group t[ ■III uM Mea)actor u.tailar?Sarah Truck u Oral purpose _ A-fra.e Tescat Cbeente larch plate(wt u dry)I C-1.Sar_Ic.lt- propelled Mitt M 1 streets,klswor".al.ports acasalst Orllilas W Boeing ;'.t - • . Neek wry.Rctical sad brlsenasl Ont to Appy to cate'lige•.s.valcn drill or 1Kibaeae[al I Gradesetter.Lrade C-..(eeCanleat or atn.r- rise],IIisbtim Cable.wy Slgustea.i l.cureti.t:l.trah cc.ser 7]tau) • r4gIMls 7nter.ul roll Stab Mo..,len ai1p.tta.b(9�a7a:camsit aM . M,ebancrsl l ra:rbae/u1 y,lmi•aeta(teactatrl Mier.Ja•..se..■ldw:l • • uidsa Ore%cur alai Le t7"08 Ottbasltal ser..Cora .d/or arm aud Gutter r rattle.castrate K asphalt? i.ccaaie c-tort rati':rlecr r - �• 1I 25110 ams■ldllarl I maw,Ja.ad O.aratar(settlA slip fwcs,etc. • L ems-la)I Milt,secatdeaa(/aesa[•er.ew W statist (aephaitle • - 'O0n0taea paeta911 Solt-ptapeuad CId.*SC et(.imgl..ngtxl,Se:I.pram.tted , -e Wpellrw Yrappleg km%Le,portals,CRC,w slaltar typist Slip terse pave I if"de.lw for taaCcets tarn)#scall babse Used Tractors i', Durfaas Boater • .MUM REGISTER.VOL 47.NO.7y,-FOIOAY."JUL 2%19"} 1=90 30. a73-3019 M. 79 OacfAmR b. CAn-30 9 Men ' t PC=vMr:. T OPMTcoS ID>ata0 •' • - . IARt7LS I oM Si/ - PfRITS MCiT.IL•ti CffAUtlel ILt.t'43 (1100)I a !31 v� • Coca,•I. ,acte C,ete ConuuTveyer or Cati PvrP.Tor 9"IPrnt d (oma 2-9:%to.?ply),Co-1a Comeyer.b 1Wla; It,,Deet Lyta••,o1 CmrP l0-A. t•ttaoe(ydrailel (ep to aM tnelmip 1_Td..w 1.11 Deal we 1,...1,nil.-rtn7e'__p a7 ilrllar%we,Cantu AIM, of a le,,okl 1, t0 and leclmlp 1 co.Id.r ..),Coobinatice Saat-, E.aI.LWI:I:/3ra-paces I., i.1t.111 Y t®ta1 Rout 12 e1 etc dreell - tae=IJo'ever 3/2 ae,yd,4.ed,Caatl—.F319ht To.tact —.1- rini:t•ra ac'SDn Z. Racnlm laapn•It,arter-Ccealr aM r -over(w to am Leclmlp 3 co.yds.l laane aeuen•gt pence tno e •lelu:lJ r_K or SnalL Ilafati Rl.tfeelu,Paveveit 4eut.[ecutef coed e< ]S laM.Aarneruad u1d Cantryu Coade-a11.IvP t•aM IKlmlp 1 ev .pleat Cz......e,�-lLrlonJ Nreoe„L t.e.leW eraet awnLrd 14.11—1 Sh 12.Cl. colla.Magliaea.IUP to eM IKlmlp 1 rl[e Corp.....r C1...lout'P1Fe OeMiel ma s-IPII'•31r..•r1111 • - 4e.e.11 Mer t2ede/,Iola eplKl l's![•propeiled aaao•tipe Lit-in -Pope Clean I.,Y TIM[tucwr,repelled and vapported)l PIPs m "Jag 0eelp leentet eantl lover Ip tans),Self-peopalled top.-typo Uttlp: Y aj.luoctpr Frope11M•m avPpectedlI Refli, .ale 13eu.list R Jee(eeter eantl [Doer Is tonal =toor Ratan�P1 1t),Sall-propelled v t,,o lirtlp deelte Iedai•e , mann 111 taxa at lea.N.A.C.11 Self-propelled rl•eatlp 4.4 PleeJ Creep ISA M T'.N.crete.1,Tura Nveu rte..tle Wll,om Cee Slaa!et Cptr.wn 3:•11 Tr.ewe(ell.Level Uu ue 28 Treet TM le•d•e 0w 11—1 rlpea Oral.Uet[Lile C-1.Stuns,,C,-J.Trt.e o/dleel4q AtteHeea=3 0r loot[]3 tma up to•,laclmlp I25 Coep t, Arm[{a.ca[le,•InL]u1i Adph•it Plant I:Ip 1,wL•c1 Gat-Ip-Flap tmsit mntlnee.a Tllgtt ilp Dui auger e.et 1 tai-Td,IIKl"I"etan•I! rlpt L71c1 Y calcis Ceil.:otfen Slvanec•M maw owueoir Caerau aratL W=tltt 430M-1 or•tall.,ITS tea oc ever)!R19n1iee Cal 4teh Fl•nt laltlpir ml:sl,Der•:....dlp S>l•ld opeuw[J olo ey or - {over 3 .1,LCa4.l lent 4 VU..I"to W tncledlp 12 n.Y4.4l Poore Frpalct.n arc L'•tld:r,Nn Ual!chine lar elallar),Mean load•ci Do."Seoul-aglsii Mer Reevel..Ciaeeells,pfpllMa.txGlge3. Law,,tap c.2 ydcl,r cM it t Trench UL,ld,Fartabl.Q-0 op.m C'Mr-alit love,1 Id.a 1 P to W IKlmlp I p yd.,w,r.el1 tubber- - - Sci..e";Plaaul 2.l.UII.' r,T1.1d Lett-p>rin9 GplP+tnG lop' • 11-14 cath.alp—1. lewltiple wavahlat pielu.M[re to a:L 1G71V-lp.f-' fN.Fd,.'ureet•..r.a.I leen'..T-Falls,1b 10,20, sw•peul (•r'w•M•IKlmlp 73 co.Ida.'atrupl'4t.e.1 t Ulf- 21,..K sielluJ ratter Tared Dour!Ull-P[ape11N eaopaeer.Ith 0o,erl Propelled Co oae 1-lift maw,ill,!•iwapaLle Pele.)I Slple en91a• >c Se0te.)I".! ar UlWit—,toned o[.Jet","OPsenrll T.aew, Iti>01,-tlfed IpMN Iav x Ifts hitt tande.-e q_l t Slip fop Cc.w Se,aperl TI.—TI.MIp 1•CLJna1 Ul—Uh P.vu Teeu•l n>3. ravel looretete at afpnaltl l Ta We.Ceti[hear C,aa.aS 1111 T,•Ktte A.,"rJ W$IiLldotl e9ade-OLue(aad el.er.JAIL[PugoJII•galpweq (poiltoo-%acted wield),.1ve-ul LI aIeI,a W I—.CrauL land.latl•T 1".),meel 6 __(op to ped L,elmloq 730 Lv.yd.pe hpr1T I,tuur - 4oe,9, QUI 71,7•,9caln 019petr Ce1e,9e teens PutIoalan R/mt 4•p leve,25[anal O •r./r.....W.41•I1 Ceble.11-fl.rry.111, We,cl—sl.19hlber ' Cal'-.7 IS—.z --•1111 fall Rt-Lilt er Italia 120/t.or 131 look"I 400p II-As SAM Yagaeo IS,eealmetlea.1l.IC.el apvatorl•Croe•a.yd.•17 -a _ r c.:ee(ratYtc tau,u31 or suet erp.11:never lull.faecal I"oc - lever 123 ten•1J leader face,17 Co.y0.,4 w.4 Iee3minp 11 p •:Sfer atl a:eLLrl _ p.rFea•earl.rarlp"/ll..t CoP Mt"veer iS e1.e.12 0ataee flood A,lU- 4077:01 Sac7-ta'e t•ettlllu9 Rarbin's Bridge Cf."0 Cary-19ft far AT.al Lealaroe lacer 7391 yd4 pe-.,dwri ]4..'attWe 4e.e.11 • a7--SS•[I,L1 e�lu1 C1Yaee3Au�In.tl.n taettee aM feed, (a,w r-.'.1re1a3So7 1R eu.yd.a .e.1J Darrlek 12.....rp.lred 4411.1. IO.d;t lar•-Is ea.yd..l Lien.thin;a.fre c• :•l,m houtl•orrclet niry•.I...,...ay.to. -,itI W-'ter fa ../tea:,Uesc•d•rl I.—el Crue[J.e..7 0ety _ Croup 11-C. ope- r el galp9ut IWt 0-a A.areolae te[uf SeOep A.ury 0,11;AL9•Iorc:adlnq Celo•e Fwm.tlen w,t.M Ae>blo•type Commit"YatltrolL"ardpoeat , drllll)1 I Yrlap s:aawIw siou.1,Lll[Slob raphe,I9agl.erq-A •1CL3.:t7Pe1f,leaC,r 17 Yda.up w oM lrolminq t Ida.),lerarotlee lar SL2 ar-,1 l.: orvitiil•un1u1J Iui:1P1e C"f.a Ce,throrlq - r.Lc.11e•IL•elila,Lo :e.l fro u>Cn•etajegl r—U...mt.. •mea,-plop r_e>[M1 Jneetrwf[-De>r10 Trp Isellptepelled/lptlofll Aattoe- tlrvd,Ser.D,r,ui2-le.dlt9 ID.d.0 wren,a e.l,W�tti•Oi(rral•or attutnlJ Sipe•'r(c 1er•p•c the... it,til Suplila•e Ir.A M •. Caal)I Sw••9uder I."ar, or atter as type.-to 1.9.-h Ce.- - -. • ..go. Drill It--bina"Ne Tata in 1p k4 •Lr Lh evlp Adcalu g P t _ %l,U-ll.u op oeuo ecJ.te, 3do01p autlen!Yaew Oaeilep 01Yt1 -Q -IAltLl 4.,i.lap w W lmimlp 73 1ea•1 to • + ROaRAL AMISTAA,VOL 47,NO.79—FAIOAY•APRIL 7y,3977 - " OfC1.0.Nl. a77-sat raT. u- 0scuta to. an-sw �nl.�a�� • F.........Nry h...r. E.J. Fw.t.Mwln Iry.w.. 7r= El.aar.. ' N••'(r f4w.aw • G,aa N.Y. NlIF F-d.. YaarlL. rYn TXi C,Min") ICwt•dl 1 T' ,O.r.ya - SMOM MULS cc_ aK.[.urde[4 yds.rater LUT Jm=s.rba Lift f 10.013 F 1.175 .70 "All C.ner.t.Peep-chi- T.."T"Is.h0ilNid - Q.,t.pup u.tt(.h.n lovO.t[7b.) 10.055 fan .70 i.ae. flat t.dt truck la used .jp[0P[l.0 Hit[.ek sat. TN=Rulaw"■C.fO 10.073 LLS .70 1.00 --,I.Pplrl[b-P lued.r t - yd..r.[ir 1-11,WV... TLWpa TNOCL.M.,11.500 t[..t OM..4.7d,.roue f.ura.l U.W •Lits .70 1.00 1.re111 Orap[ur lode,,yda. r,uc le.el)J Lich[L rrc pilot - WIS.TOR TWR.SI.01.wit ur driretJ Mir.-uu,t I'". fl..rack IS..1.unfelt fl.t tack track 1....d - InMat[lal Litt T-k .ppropr lou-il.t r.Ck tae. - [n.e►u[tal ullf.t.11 ah.lT apylYl:Pickup./sad. 5.a11[.tb.r tlr..tr.eut (d.0r1.d.,coder t yda,rout - f e.n.ted vltli.I-W. le•Sli J Ta.ettnr.J:mets f tttalcctaN 10.10 1.if3 .70 1.00 - My Par-Gatch-1.al.. _ uJdtt.ida.rant ler.l)t: at7rr=TfaCt t 1nTM TI= ` - 4CPtr.1.I.cetauaern 0 r.fOl {LUS ..70 R.N 13,300 1.1..-G.4,000 f,S..) 39.1L LLS _.70 1.00 _ OtffS CLSCrT sr.U0m(r/ro 11T41 Mit7�T1� rd...M 1"'.r 4 �"tNftm •- yd,,ester 1.r.11J D p 1, Ills yluur{i ydh n.0 rd,..W.m.1 L rd,.wur • wear!7d+.1 30.135 LLS .70 3.00 •C...11/arpere[.11 Td..am du s yd,.wur 1.•.11lD�PTALWI a0¢I1.f00 T.L. yd.. 2-11,.r (4 yd[...d.ndtr i. ALa L.1u rasa racer 1111 stie,ldud aWr S.S00 e0[l 9 1.Ls J70 1.00 . h0.4 yda.W-d.r 4 74.. Kaixicxm m mom Chit aur le.eilJ iingi.volt LLt Mlt-Ia.dW )..a 10.173 LUS .70 3.00 Lift 11 kJ.nitl l 2Mrau1.1 Lift 7YM la.c0anit.l u119.u1 2cucka(dr7 Pr.-O.tct-..0 yd..."um.,4 Y4. r ter Lnll ISM 3.19 .7f X1.00' =MIX TR=.nd WGa Inca .. Y.aa.r 2.500{.11m.l lf. 1.Li .7/ un - - ff0{OAl UGWtk VOL 42.N0.7S-.R Y,AAIB 22,1,077 aKisip ID. p»HIU'• • It 3t - •• att]f2otl Io. WT-as ra9t x rAr.S.A..N,.rn - Hsta 74et•t.rAn rerw..n . a tm r N L• rrMr 14tMw 3.rrY M L• rri+Jwr �snNw EA".T. ztxt rltivsf irate.tem Lrea if. T0RX 0trnn ROart'd! at,rr,R]df.and ender 3 TptTYlT riff/a17e=f,p,eR' y r.wvr Jw.:]r Vv if 10 Td• ettegn v Tet l 31o.33S 31.133 .70 ti.tlo to..am W.,1 W.,rate[ 3rw31 r D�ree:+t3 Ttt. 0att[o1WT 3 omm t./!e , • a 1 u+:rt 3 SCR. sr lerslil - +,yte.3 Yd+•+�^d MaitN1M .• oxpstet if yds.asA vtdet 4 It trr 3M3Ds Ar.+ - - yac..rte lrrri]r Skidr 14e3Klf •' It yd..an4 Sfa:l+4leP i] " 1ya.L yC.uA unlet f ifdt. =d3,wtse Iers311 0wperta ' ester/etsl)t:tacta,fdrT Dn. l3 740.T4F..rfd letlaait0 13 .. satca smtrrS+air,i T4.. 76F.wtaY 1Miis d.tr-3t0- ua wMs f 740.ntrr 3M31 i U.]P f LUS .71 33.M ptlted.ueet weeper uW L•r1xK.fr.>-�A 3AT IpI y ttida tdstritd-bo'� 3dt• . 3m1-*+dtitl M,•dtwlu<. - +a3 inelwle9.i3 sd3.wuR . lsedi.0 scant tyle li.setwlr see+l)r sato»+ta/se raor - :tttty tad sxtrt Rr+ct pWr zc+tk tdt'7 rra-btta (t.`.:0 gals.tin4 undo ReneReG elt.t Dat.w la Ctl]Sal../A■d-0er tlnd. - Inelwli0/tit Tda.wYR iyft 19.133 .731 .TP 3.M - ie..Slr 4ap>taR It idta P2X,Y.*.I:l TSVJ3 aT • ` W 1.01ed1a9!1 740.rt Mr 2m43 36.f4 .333' .70 LPo � - itS3!La41 St.7b .3.333 .70 LN M 3=5 L:iT2]and t.'It2W 1 mvy t :PLa U.43 --LUS .7P Loo WAILS 30.343 L135 .TP Loo TIA332r Mt 3CVVDMX .. l :La r.:L AMIAM tam.U TOa.tk,-A . tt IT.. W.14 10 TN.1 24.125 2-10 .70 L00 14 T4td. . U 3.33 .70 L46 W$-Vi TA=is.3od 3.1., aW[star 7,setl 9.U.1 34.303 3.133 '00 A." - irmum Tl=0-A?U:XXX 0.300 Sala.tee Wer - . .♦ 7'.193..1 30.316 Llti .TP LN' - ' - o fiDGAL 9IGi3i37.VOL 42`NO.Th-FlIIDAY,A1RIL 52,1977' NOW sterno.ro. u77au5 y" 35 acuna to. a77-tut rp• )1 ' �rat.tw41.t.7.w1. tart i.1.N 0.wtn tqw. x - MiY rwr.w lTtCt WlYDS+IOnt•dl P TtwY.s 1YOR OaIM11, lOMtb1 a��-if irro T. 041ft cz-7 stir m ,nd I./- Ntlt tP.ttLYF4S sl'RG4Q Ir1w - •ut•r.Prey s]y.a.xM- u7.t. 3]•dsr.s.w 1MIPdlp 11 w lwlp 31 I .ww 1-UI kvdll!t 1-'?Iorsr Here,. tmP(-t]t 7d.. an.1nt1W Ip It IS..writ IPY1mLp t yd.,writ 3-111 .13,dDP. 1-1 12 lawterari -t 7a yds.and IneluIWI dlp It yd.. tnelwl.g 13 yds,w1. I.wUt 12 7t lend [4.pate[sots' - Gw7.rit lo..[]t ydt.,I 37 ye•.•Ptl Ine1wIP7 U rat. •' Smlwlp is yta.writ le..Ut vat•r lere111 atlas Itla.ru ltf 10't.20••.21•.Md PaV .Oa.Pr[r 17 yd..•n1 iMlwly • .tPliat PaS trpa,T.rw CPM.. 11 74.:writ 1tv.13)•A.rtd _ - ix7Wee.y.IL.ttp[Mrx1.r. MY pr-.tel edner.tr PI.y tbelld ab uLllar typt".Ip- ' -1 12 yet.•nd tadiwlp . a•.t nl.n t.11tp aq.yraa or Is.arir 1+nU i 10.10. i 1.103 .70 A.68 - wte[ebl u.11rn.nd 9.1 .. .M/P[grease tang u,ilec. P.S.w sI=?.777'1 - a PW[PI.O.u.11.[t1 uW Sal- i W- SST 7t1C.l:f0et u.n 3.17s .70 1.04 - - t&wt.l .-1r 2l 7d..and I • tox.elodln2-3s rat.P•rit 1-1)r ?Act==WAS 30.573 ,1.1ts •79 •3.00 . 7ruc1 Orr P-wttA ePPCrari soli rxmvr 5rtrala 7rl.o - is",wbr tl-U ,K iw s L.ta •i Llys .76 11.40 •user.ovrr it yd.. Stc)wlp 21 yd,.wl•r 00LL CLYYr 1""m P'A. • ]<rR1Ir CPsllMtion tlury.od . - tog.[.--r 31 761.tad Burp tull.rf Cuep lot.[14 L-twlp s0 74..writ 1-111 yd•.aM 1PGuefp 2t rd•• D-p 1-1 31 Rd...nd W3.41" r,txr I...M Pua '...lows M yds..-lew!)1 0oo7t[m ' It IMt.W IP Iudlp 22 Td.. - 1-t 75 yas.and./xlwsp so ut 1RvtUf t4gat•r lore[ 74, ri 2- t�p. t - yd.;-L-I-L" � -= $0W.. .r ...11, s.14 IM..L.ed.. weft 1-11t Su4.ISO."Im. ortt 10 Rd..,w lePlaelp a Pwr 31 Rd..-1 1.1"Lp so U.,j- U.-LS Sd1.rM.,1-Us Tt .(d1y 9L ".. Dt.-M�l e.ntr..PI..twee "."li yd..)l True3.ldry - ,• 33 5d1.-i Leel"("SO Pn-Mlll cOnrnN PI.,p., yd.."tut 1-11 10.71 Lass .io 3.04 37 yG.-1 laelWl.p 34 yM.wai 3•.W 10.501 uus '.70 3.00 • fgUAt VTJRJ.VqL 4%N4 711-41RAY,APRIL 22.1977 - ' Mj$j/30. ra77•SOit 4m Is - 09CLI lMr 310.N7-3071 _ Pato It i rsurowu IPG OMOSTIOM hr TP-"mrr_rs lc r t•dr^ L,d. FA•I,X-D.forte.. • .• 3wn t4ll7MLTC Cy29t.TM . EtR2 CL-"11'SPA'A"M r/.rD Y[Z:I Ma n►ti r»N». 7a •a "AAU tL Alt net I-Wdod HLILe A-t a sce.eeft 34 79a.w ondel A¢w tr ioxtrd Mt.+. as Ida,+a•.-leveµ.l.7 (ane +IOtJt 11 Ali sn.r tooloafa I.sM d...It¢U.. and r.Gt if ' y1..rtetas,es 2e,.21i a=96-ft - - d.f1oN YKo.o=ath t.U.".yoo�awsaiP • last[u 74'...d-A.,d3 yds. _ .04-.to ltr.of A,...I aN 2. ..Ut I[rtlia D.Ppeke taut s0 - ' 7xs.and t Sxr 9x rds, vu.PaaRte th:.r n CM ole-1-+f ea•Ss.croae27 le•t71t r liccpter Pl las Ir1». .Ilse of T.wahir las. - tr•::taealr.T r:.oe--We TYeaao Sa•tert7 oi,nt[he iawero.rly ttr of T.w.Yip 195.tnxs/sL - S<Saa feet".t..-V s0 Yea. tha art U.M.r[idtaa sa tM S.t.Vw•r at saw3ip Ipb. and..der 45 rt....tot I...Ile aeto 4t.f.1x111.Da,.Ilwf..M-It Ill.. .h to tory pcf-ante!tV.eMV • " • r- ,l t.CM S.Y.L.ewr at t•w.hl¢M.rant+4L. X.ores SI y4t,see ata..45 TMr.[.astir to th.S.V.Hrw.of-UIP IDS,rant,IS, 7a•,rtes 1.,.11 s 10.54 s 14)5 .71 OL" 'Thoolo S..tMrly V LM S.M..-1 of C.wxhip Vs.--a-"E. Tk-.tastori7 V iha S.V.Vea.x aF tow+hir 275.ria;.M. - KJI CtS_rt ArsSApTi ry/.a TM.c.So u,ly ee W S.V.VsaFr•t-.11,Vs,*...I.17L. =-tett orrt' f.d • TaeoGo U t..I7 to Lha s.9..-I ax Vw•h3p 725•rat;o 37E- L'•iUu__7 ld yd•.rate, ^ That.So.thesl7 to IM S.V,weo.r.f t t %jp 215,mets 7sr. . J-301 C__163 rd'.ane .• 7 Th-U-117to iM$.L mroor.f"--hip 2S.ta.tr 16x, !Z:^.alto..•x7 ydi.-$-it 1o11a Thanca S+ Mely t.W s.V.Vroer at t.-Airns.rw;.IM , 1- 6}pe.,ata rollt•t on the s••aYRr27 1tr of Lt.p C-tyM tr.9.1.11a to:la::t7!7 ydi..atft Ifralla .1..t Lha SsotMely Mwd.rr.1 at.t. D_isi.t:45 1•:x..14 itrlodlrp Ceew7 a.4 t4 Sewherl7 Mroiae7.t Salan Cewq,k xM S.L. 45 it'.oast 1rn:1L skids matt•t t-.Np 24.rat;•ISE. - Z 1Gcs•A btat f5 yct..,ATh..H M.ttkrly Ca th.X.[.-.or of tawF6tp Its.matt 291. O I 2cc3t5 Fe yea.-w lovelr! Ta•wH 9eaC.rl7 V Lao X.C.me=ss a!Hwah2a IIS.tie;.24E, _ y Ttca.M-7y.R-stat-109. Theoce Unkerly H LM M.L.-r of tw Mp 777,-aa 269• - aio.is T-F.t ftaatlap .. The-.vetterll t.IM M.V.V nae•t---hip 1S.e-V ISE. m 1S rdr...tee rr 1-131 11.01 7.151 .70 Leo - Th-:mAany to Ort WA.-r of to,hip 137,t=abs 7It. e • ux • Theon v.t.ri7 t•.k X.V-"t at tm "IP 112,0-0 lite I=CL-mm SMOZ-a W- TMott MrtMrty H tM X.L.""or of towxhty Its,j=ets 769, , tK<t, l,.%62 let.tall, Thence Veoterly to tM M.V.coewr of t• mp I*S.-mg.M. t.el.t7.3 IS Ids.r t Th,=So thor17 k cm I.G..-V of t.w.htP IS.not.21t. • lne:lt p.•,IPM.id ye.. Trots.Ve.Ctr17 F.tM X.V.-1 of V Mp 95,say.719. tl laticat-2 15 y_a...ter Th"'*r+sxho[iy s4 LM W.r.Hmer. •f-kip is.cwt 2w, . le•.11 t-rr�Ci•sa l=ets a1 • Thbte VeiLfrly t•W P.V.HwRr•[.-AI,83...1.2+C, "yds.aa3 lr»:w1:.7 75 yta. 74e.t.M.1M[17 k LM M.r..H..•!emxtNP 6s.[a.ja offs .stet Ien11x Dttr::t lar•[ Trowco Voacert7 to the S.E.Hr..r of 9r htp'SS."all 799. , 15 yak..rA tre3oa1.,9$yea. Tao.C.......t'l7yHOW P.9.Hrne[r+tfetswahtpp7s,•Laa;tr1,L In. t .tHC lento L slide Near.= TbWo r4,tM[Iy t.W X.r...or of to..sbtp 35,tt.tR 1K, Dias am t0 71st ata itciadtal - tMocs V,.Vrly to kR M.V.C.nft of cwafM¢S,rwp Ibl. fi yet.r.tec l--t Tt•eh• Ttooet P..Ueely Ls Ho M.G meet of .-Air 75. eta.179. 'l tdL7 7V•tatro Haetetr ata. Thwco V:xterl7 to the N.V.'c•rwr of tawablp 12,caste ITL. o.1t a2 Ha.sad toll"Iot 95 NO,.aka lams uta L111 iafr Wnhfrl7 enalq LM M.VIM.A+ w,.IIk W M.9. - .TO LN .F - taCr.1$-Alp II....;.lt9, _ ' The.ca V.ttcrt7 to W M.V.--r of Ca .Up 29.Hate lit. Theocs Xarcmdr to aM M.L."Hat of t....biy 7M9 ra=ta U9. • Theoc.V-Stortr k the X.V.mere a1 ca-,up 29.Ha;t 13t. 5 - TMato P.rthelly ca tU I.E..mHar of%-,-hip Is.J-ta Tai. p t MMU Pt'6MV.VOL 42.NO.78-FMAY,AAn[2%19YY _ L. A. plrlAlu Po,un•sns pap.39 latutol to. CITY A39 . lXurrOp"A . •1 tx:3rTrL ' AIG VEFSPITIOPf to, - . - AcG GCImmsr C tar 1@Ti wir-mm oTtuun tcooc•4j pW[ll CQ0I7+r�T OM7ATa93 tcatt'd) •Arae 1 ttrc'd}t -if..I tatt'q lot"$Vntatty a tM%.V.nater of tooeship U,noto tdt. Thrace Ven.117 to tM S.L eatatx rt[+rathtD ISM.art•lTv, TGnn PeRMrly,to aM K.4 Conex al taoes4tp 31,to.ta UL. The- 0.e.oet ty a 0.M.C.tearer A[to.a.i7P lt%,VA...IS. I...vert r! to tint%.v,corer of.-.blr 36.ratA.tat. - Thence vraary ca t4. N.T.Haat Neto-U 1135 64-tante I.i, f T Th...K.RMr3T a her%. toraee a[a.G.11p 135.saKe 17:. Theett zon-17 N the S.C. Corer of.-Alp ICK.vette 136. TMxo VAtt.rty a the[,V,cecee of awitip lIIiI= The-.So.anl..the S corer of N al lU,freta 11[. - TYa;ta Saraharry a the 5:1.rote.!f tovntbp lt.T.Nr;e lel. Thee Sezcbrcly co the S.C.. tarsc At eowz4tp 7S,rota iti. ,To- f.st+e i7 a the 5.6 Coxes,t!a.;tittA IfPr targe L:+, Thence Vataatty to the K.E...rner of k-alp its,root%to Thence Ma[Mnl7 ee Rha S.V.Career of n-alp Llt. e.g.T13y.' The-.:ertcr 4t7 a to-Alp P.C.Career to-Alp lino.tswy.-lOC, Thrace U.xtorim y the%.V.con.,A, C te-Up U-4. .rso 11.:. 'the..1..tells N the S.:.;.tme,of Cor mp lit.tanto 1,Lr TV—Seetherly to tr S.U.coma,of tekaahLp Mv.re.Z.ItU. it.-X-1-17 to the N.C.tarot.f L.-AIV ILM.-S.I1C. Thenen CA...117 T![be S.C.Corte.of t._A17 Mv.raga IQ. Thean ravel,n the S.C.Career of f-alp IT.,tante ta. TLe.e.5.\thlriT La td S.v.<rmer o!atmtbtt 21.T,r:{a IV. Thtcce 3a 641ly t.kM S.V.term of toweato I'd,..to I!Ce • - Thence bee arty n abR S.S.nhet.of t.\nebfp I7t,tstie IF. k TY!.."a-Is to tint S.C.:Cesar.1 to-Alp 1N.Coat.I7b-» ` The Ke sooant7 to Lbe S.j.toreer.t La\pvllp Ll%.[L'(e Itis '• - Theca S.+eberlr to the S.U.comer Of t-AIP 33%.r-to She! mcs Thee Cut<.ty to S.F.mrect cot co-UA tin.matt Me 2Laac.L•attrly to the sa.pCon of"weasp M.,amj.164 Thsut SneChtrly.tont'be tattoo itr.0[tw;•IM t.the The..S* 11"y k.aM S.V.Corner a[t.onoblp 125..06.IIC. - Teiftc acn*cattvdlet that porton of KtrthAm Latham-a Laaeariy+tarot the Sraebem Line of tm.nnip 3M u W to..Saat.Clam c~y Itei.tat.1rbc.Lbe Cal-trt•1no. Lost.et l-C-7.!tb..tote of Calitaml.. Ca.eea6.i At the S.U.Caner of n-Up AS.[awaa 3j. . Tketee Sstcb n-ty.[bent.Parcharly.1•K the Co..-1-.4" • DLo4U boron-and Uorldint " , aiiS. r oRnay 17E. - M S.V.Har of aM...ta of CafiraTheon eT a "Ke Ise, n.tact.It. r.! • Tbveatarty n the K.C.serer.[t btp 179,reek lit..- ' Thom.to a Con-L7 dirinton to Cho S.S."enmer of tay.tllp IS. It—%artherly to the F.L.moot of to-Asp 2M,range ICCs to It. - T.. Kellen)to CM K.U.ager.f n-alp M. e.g.TOC. Tly .1.A Meanly diattt..to the%.L.corn.,of t 6htp U. Ttsnts V.Acbarat if to Lbe Me matt of..-Up Its.rant[94r ' Nate tG - , Tb.ce vnt.rly to the N.U.ntner of to-Up 21E.,pate 9t, - Theta la•vat+rt7 at..auco a 1M V.a,rarer ej t-th2p 4S. Tta.t%-0-11 to eM K.L,covert of t>,maWp 201,comer aG erne.3G m W palet of Ntl.mtet v4leh Pont..It A last of TLA..un-lT to be 3'.v.matt of nemIship IN.tree LC. - Area 2. k4,+ 1 1A.c.Konhnly t.the S.V.caret of t hlp 27S,cont.ACe Aa.L alto 1-1.40%thot p.nioe of KonMa Control.Vkaln• Shit.Chitorly to cta S.t.Caratr of covathlp 270,range te, _ aM fotle+Int prat TLAA n rAnLarly to Lbe S.L.tftoa,a!t.wahlp 2S%,me5e•u1 - CM lftt to the rrelftC ate-A.A.tnmi/ra of it.Somastly It C.!..tetlr to LM K.V.toast of t.-Alp 2W.note 7L, %I..of-OAP 27.a". Idt""It-and eandtant TLetct S¢t[barty to-ttw VA.t.-.K toonta.p 2%.m.to At.* The-Cottony otos[the S."Lmly if..A!aevtablp 2S to the The..Uaucrly to LM S.U.wren of-Alp 30.rate IC. -' 5.v.Carer of tela ll,Zt,..or IV. Tb Tae 3:113:110-17t[Cly rlaot[M Mk.vial._M1.4 to the p,G " TI-i S.mabrrl7 1n the S.W.etrtar o.I.tatbl{4v.Co.t.IL. mat[of cwnahlp Sane,e.jt tV. The...Lrnarly aloft the PA."I t 4tsai{Ca to CIA,5•l.Hari The"Unt.rly t.the N.V.won of CeveNlp 30t,tome W. a(totL[LI?I7.[py 2[, • ' 72--to S-0-11 to LM V.X.manor of tooe.h/p 2m raw,We - Throee S-barly to the S.V.corner of t.vwtbl j L.tact.32. TSt.e VCRer11 to the L.U.Conor of C-AYlp 3�.rant.Na Stater Cauorty a it.Sr.corner rt c mxLiT X.-.1.2t, +.t Stotherly t.[M S.V.mraer of to-.tp EAS-11301.Net.7a. Tmoe.S.-Ionly to abe S.V...ron of[s\xi:.:A CS.race It. EAS-11 to the S.C.corntr me%.oAlp Sen.,set.W. T),tnt.taettrt7 to the CA-care"of n+t..ti.lp IS.Top SI. Txtca 3--ly.t.the S.V.coact of%-OAP fine r..to W. Ttaner Kars),erty to as%.L -.I Af C-alp IS.m+;e it. Trac.Larceny to the S.C.comer of to-sbip li%,recto W, To...\.toady to the V.:.[caner At nm:)-lp$e Ne=e It. Thtaca S.uthorty to the S.V,Career of toeoship 149.,sett We - - The..V:r.harly eatit.i the ptr:olCL baoalle to a.3.`.• Tha.A Vonn17 to chs S.C.Cocoa,of to-Alp tat,meta 7n. torr[of X.-at;l%.tanto 31. 7Mnn Ssnberiy to the S.5.moa.f n-Ahip lin,tanto 70. TMooe C..tnty.font it..luabilt A ntl%.n the S.t.amu, .Trema Meitner Is a.W.U.mrAtr A(oo-up 10,rands VA. \if ce\a.hlp Is.ruts 3G Th.".K.,tM,ly to the U.S.cormo r.9 a,..up Me rata in, TL-.P aaa Ij to tha xt.taco.r t-alp 9a.Co.%.U. Th.ece ve"Atly to the K.V.matt.[tittathlp 9%.feet*ft. �•C1 Themes An%ocly to CU.%.L mane of t.-up 3071.IS. . y 4/t • - . plonk mtum vOi.42,Nil.79-MbA7.APAW22.19)7 _ . f $wtsur W.C%Sv7 sSX X.Xs 41 - • C4tItWtl4 ..�_• aSU OftIX27tOSt 7Ctl i t rum RuinZSf 0mAuaS tcooed) 'P."*Co.uriy.1-a a.son to ty it-to towhtp 10X•1.n'tis rr. f.cttla ♦:..t.iu uclrlu tluc portlw of XortMn 41Cbnu tW.WW vI,%- •r Ca t?t tolltvfr'.Itro. C.zr.tut•t tt,X..e.rty Lwlary of W St."of .t 04 W.V.arts of a Ltp CO,r.y-.7V.N4 StstL Wt.- • ' itu a"14r101 -r Stair Sootl..r.y to the is U.cora.,of tew4X., htp 4r..t.W. 71.aX:o fetor/7 u ttc S.L.--t.of t.w4L: . .ft.4 .rats 7V, ' •. .. 7T.amto S.aLAtrty u SS.L•J.cora,oft 11,419•rtot4 4V. t - :1nt�4o;.r17 u tk.S.f.uratr of towAlp 43%.r..t.SV, Zuu..r4leotty u tt4 K.t:4 c.rt.r of u.o.atp 40.not*7V. •s-� S r-4t.Korlh rty fo.c.ary of car Suu of 4lttonl., t Unto Ktturip.2.14 Th.urth.fly to."ll of the Suu.f f+Uf.nto a 0.pl.t of t.ttoaltg. 17, 14 r r ti o 4fDt7A(UMM16 VOL 42,NO.7t-.MUY.11X1tt 12..1477 '" i (Bidder) PROPOSAL (Bid Form) BIOS WILL BE RECEIVED UNTIL THE 11th Day of August at 2:00 p.m., in Room 103, Administration Bu 1 ing, Martinez, California 94553. (A) TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transporation, and services for the Contra Costa County Detention Facilit Foundation Concrete in strict conform ty witn witt eans, pec f cat ons, an other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums; namely; BASE BID: Shall include all of the work for the construction and com- pletion of all work shown or noted on the Contract Documents and specified herein. For the sum of: Dollars ($ )• UNIT PRICES: Unit prices shall include all labor, material, equipment, shop drawings, taxes, fringe benefits, overhead, fee and all other costs and/or charges. Unit prices will apply to changes in the scope of work as defined in the Contract Documents. Reinforcing Steel Grade 40 in place ADD $ lb. DEDUCT $ ib. Reinforcing Steel Grade 60 in place ADD $ lb. DEDUCT $ ib; Structural Excavation ADD $ c.y. DEDUCT $ c.y. Place Compacted Fill ADD $ c.y. DEDUCT $ c.y. 4000 P.S.I. Concrete ADD $ c.y. DEDUCT $ c.y. Furnished and Placed {�(�p ..y a 008 I I PROPOSAL (Bid Form) �Contimued) UNIT PRICES! (Continued) Wall blockouts in Foundations 1161" High by 1'-0" Wide Maximum Wall Thickness 2'-01, ADD $ Each Deduct $ Each It is understood, with due allowances made for unavoidable delays that if the Contractor should fail to complete the work of the Contract within the stipulated time, then he shall be liable to the County in the amount of FIVE HUHORED DOLLARS remains uncompleted beyond the timeer calendar completioo as and for liquidated damages and not as a being g t for and each day said work that it would be impractical and difficult to fix theractualsamounttof damage. It is understood that this bid is based upon completion of work within 108 calendar days from and after the date of commencement. The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done.' The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for his errors or omissions on the part of the undersigned i for this bid. n making i 5 .S^ �r �ev-,e, x 00 s ,!, .* '�,. .yr, iE 7�rs � Ys'k�.`x" �� -�ie.Y '� "•5..� rt,=, -��44�;�tz• �>.kg��b'i+,z s til, . I i pasA (A1A Fnrml cnnrfir bid is The undargignad hereby certe[i�edeh in hes interest Canine and not sham or on not b otbat or in behalf of any parson not herein named and that the directly inducedofp{rsae £dim. at undatsinned�hta has not sham bid, or any h bidder to p to refrain from bidding end t at the undersigned. corporat ionto manner, sought by eoilualon to saeure for�.im'. has not in.antega over any other bidder. self an • Attached hese s &list the subcenttaotors and locations of the Place of uLred in the Notice to Attached is bid security as req Contractors. Cashiers Check f3,Certtfiad Cheek p Cash O Bidders nand G The follouln6 addenda are haraby scknouledged es being in' cludnd in the bids Addendum dated,----- dated Addendum 1 .. - Addendum dated Firm ny Address . ?bona rev,."ding Licanaad in Accordance uith an tet p ,£or the regia tra tion of Contractors, Classification and Ltcenae No. 19 : Dated this day-of. AA JyyJ��r 41, " � 7 PROPOSAL HID FORK continued 'LIST OF .SORCONTRAPTORSL Portion of Work Name - Pleca of Hidden t l 5 � 1 1. .l Z" #t ,y 4,MIME S kf t } ■/���_R�(�y��� IMZr� p "' x� * 1M ,3 SPECIAL CONDITIONS Section 01010--Page 1 1.1 GENERAL A. Information given in the Special Conditions shall supersede infor- mation given in the Information to Bidders, General Conditions, and Supplementary Conditions, whenever discrepancies arise. 1. The Information to Bidders is made a part of the Contract Documents to the extent applicable thereto. B. Under the direction of the Project Manager the Construction Manager shall inspect and supervise the construction of the Project build- ing through to completion and shall see that the materials furnished and the work performed by the Contractor are in accordance with the Contract Documents. His supervision shall in no way supersede or dilute the Contractor's obligation to perform the work in conformance with all Contract requirements, but the Construction Manager is empowered by the County to act on its behalf with respect to the proper exeuction of the work and shall give instruction to require such corrective measures as may be necessary in his opinion to ensure the proper performance of the Contract or to protect the Interest of the County. Except as otherwise provided herein, the Construction Manager shall determine the amount, quality, accept- ability, fitness, and progress of the work covered by the Contract. 1. It shall be the duty of the Contractor to comply with all procedures established and/or implemented by the Construction Manager and approved by the Project Manager as stated above. In the event any such procedures are at variance with other provisions of these special Conditions, such procedures shall prevail. 2. The Construction Manager may call for meetings of the contractors, subcontractors, and material suppliers as he deems necessary for the proper coordination of the work. Such meetings shall be held at the sites on regular working days during regular working hours, unless otherwise directed by the Project Manager. Attendance shall be mandatory for all parties notified to attend. C. Nothing in any of the Contract Documents shall be interpreted as being contrary to law or ordinances, and all codes and laws of governing agencies shall be followed as though they were herein bound. Contra Costa Coun40881 . Detention Facility SPECIAL CONDITIONS Section 01010--Page 2 1.2 CONSTRUCTION MANAGER A. The Construction Manager has been given the authority to act for the Project Manager as follows: 1. Coordinate the work of the various contractors on the Project; 2. Maintain a competent full-time construction supervisory and inspection staff at the job-site for the coordination and direction of the work of the various contractors; 3. Establish on-site organization and lines of authority in order to carry out the overall plans of the County in all phases of the Project on a totally coordinated basis; 4. Establish procedures for coordination among the Project Manager, the Architect, the various contractors and the Construction Manager itself with respect to all aspects of the Project and implement such procedures at the direction of the Project Manager; S. Prepare a comprehensive construction schedule for the Project which will include a schedule for each of the various con- tractors and trades, and submit such schedule for approval by the Project Manager. The Construction Manager will revise such schedule as necessary to incorporate approved scheduling data submitted by the various contractors; 6. In cooperation with the Architect, coordinate and inspect the work of the contractors on the Project until final completion and acceptance of the Project Building by the County to assure that the materials furnished and work performed are in accordance with the requirements of the respective contracts and that the work on the Project is progressing on schedule; 7. Determine the adequacy of the contractors' personnel and equipment and the availability of necessary materials and supplies and take the action necessary to maintain the job schedule; 8. Monitor contractor's submittals to Architect for approval of all shop drawings, catalogs and samples, and establish procedures for expediting the processing thereof; 4. In cooperation with the Architect review all requests or recommendations for changes; . Contra Costa County 2 Detention Facilit,Xt; 8 Det (jV s x I SPECIAL CONDITIONS Section 01010--Page 3 1.2 CONSTRUCTION MANAGER (Continued) 10. Implement the County's procedures for the processing of change orders, including applications for extensions of time. 11. Review all applications by the various contractors for progress payment and final payment and make recommendation to the Project Manager for approval. 12. Receive« assemble and transmit written guarantees, warranties, Instruction manuals and other data required of the contractors. 1.3 CLEANUP A. Each Contractor for a Work Category or Categories shall: 1. Clean up all waste material, rubbish, and debris resulting from his own operations on a daily basis. 2. Not allow waste materials, rubbish, and debris to accumulate on the site and become unsightly or hazardous. 3. Remove all waste materials, rubbish, and debris from the site at least once a week. 4. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from interior and equipment furnished as a part of his subcontract. 5. Repair, patch, and touch up marred surfaces to match adjacent finished damaged by his work forces. B. If, in the opinion of the Construction Manager, any of the work described above is neglected by a Contractor or Contractors, the Construction Manager shall have the work done and deduct the cast from his (their) contract(s) as their interests may appear. Contra Costa County Detention facility I ' SPECIAL CONDITIONS Section 01010--Page 4 1.4 JOB TELEPHONES A. The General Conditions Work Contractor will provide a coin-box, telephone for use of all. B. Each Contractor shall be responsible for his own telephone services. 1.5 TEMPORARY TOILET FACILITIES Adequate toilet facilities will be provided and maintained in a clean and sanitary condition by the General Conditions Work Con- tractor for the use of all Contractors. The use of chemical toilet facilities will be permitted. 1.6 WATCHMAN The services of a watchman are not required under this Contract. Each Contractor shall be responsible for and make good any loss or damage due to vandalism or robbery during construction. 1.7 DRINKING WATER The Contractor shall provide his own forces with drinking water.' 1.8 HOISTING FACILITIES The Contractor will provide his own hoisting. 1.9 SCAFFOLDING Each contractor shall be_responsible-for his own'scaffoTding y', 4t i ° Contra COSta COunty4 mxA+°34F�y. a� Vitr<asit o Detention'Facility #cAi" i J SPECIAL CONDITIONS Section 01010--Page 5 1.10 OTHER WORK A. To the extent that any part of the Contractor's work is to inter- face with work performed or installed by other contractors, the Contractor shall inspect and measure the in-place work and promptly report to the Construction Manager any defect in such in-place work that will impede, or increase the cost of, the Contractor's inter- face unless corrected. The Construction Manager wiiI require the Contractor responsible for the defective work to make corrections so as to conform to his Contract requirements or, if the defect is the result of a defect or omission in the Specifications or Draw- ings, issue a change order. If the Contractor fails to measure, inspect, and/or report defects that are reasonably discoverable, all costs of accomplishing the interface acceptably shall be borne by the Contractor. The foregoing does not apply to latent defects; in another contractor's work at any time such defects become known, and the Construction Manager shall promptly thereafter take such steps as may be appropriate. B. Ali contractors on the Project shall have equal rights on the premises for the performance of their work, but shall follow the sequence established by the approved progress schedule and/or instructions issued by the Construction Manager. 1.11 COORDINATION WITH OTHER CONTRACTORS A. During the progress of the work other contractors will be engaged in performing other work on this Project. The Contractor shall coordinate the work to be done hereunder with the work of such other contractors in such manner as the Construction Manager may direct, 0. If the Project Manager determines that the Contractor is failing to coordinate his work with the work of other contractors as directed by the Construction Manager, the County may upon written notice: 1. Withhold any payment otherwise due hereunder until the Contractor complies with the Construction Manager's directions. 2. Direct others to perform portions of the Contract and charge cost of work to Contract amount. Contra Costa County Detention Facility 00885 SPECIAL CONDITIONS Section 01010--Page 6 1.11 COORDINATION WITH OTHER CONTRACTORS (Continued) 3. Terminate any and all portions of the Contract for the Contractor's failure to perform in accordance with the Contract. C. If the Contractor notifies the Construction Manager in writing that another contractor on this Project is failing to coordinate his work with the work of this Contract as directed, the Construction Manager will promptly investigate the charge. If he finds it to be true, he will promptly issue such directions to the other con- tractor with respect thereto as the situation may require. D. Should any other contractor having, or who shall hereafter have a contract with the County for the performance of work upon the site sustain any damage through any negligent act or omission of a sub- contractor or of the Contractor, the Contractor shall reimburse, indemnify, and hold the County and the Construction Manager harm- less from all such claims. E. The Contractor shall immediately notify the Construction Manager of any actual or impending labor dispute which may affect or is affecting the Schedule of the Contractor's or any other contractor's work. In addition, the Contractor shall take all appropriate measures to eliminate or minimize the effect of such labor dispute on the Schedule, including, but not limited to, such measures as: promptly seeking appropriate injunctive relief; filling appropriate charges with the National Labor Relations Board under the applicable provisions of the Labor Management Relations Act of 1947, as amended; filing appropriate damage actions; taking such measures as establish- ing a reserved gate, as appropriate; if reasonably feasible, seeking other sources of supply or service; and any other measures that may be appropriately utilized to limit or eliminate the effect of the labor dispute. 1.12 PROJECT SCHEDULE - A. The Construction Manager will develop a construction Schedule for the Project and will utilize it in the planning, coordinating, and performing work under this Contract, including subcontractors, equip- ment vendors, and suppliers. Contra Costa County 00886 Detention Facility i i SPECIAL CONDITIONS Section 01010--Page 7 1.72 PROJECT SCHEDULE (Continued) 1. The Schedule, when approved by the Project Manager, shall be the basis for the dates for starting and completing the work (including changes) for the Project. It shall be the duty of the Contractor to conform to the approved Schedule and to arrange his work in such a manner that it will be installed in accordance with the Schedule. 2. The Construction Manager will establish a program to re- evaluate and update the Schedule periodically in accordance with the requirements of the job. A representative of the Contractor shall meet with the Construction Manager and shalt furnish to him information necessary for such re- evaluating and updating, and, if applicable, information in regard to changes in the work and the Contractor's proposed effort to overcome any incurred delays. The form of such information shall be specified by the Con- struction Manager. 3. The Contractor shall coordinate his letting of subcon- tracts, material purchases, delivery of materials, sequence of operations, etc., to conform to the approved Project Schedule and shall furnish proof of same as may be required by the Construction Manager and the Project Manager. D. Whenever it becomes apparent that any completion date will not be met, the responsible contractors shall take some or all of the following action at no additional cost to the County. 1. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. i 2. Increase the number of working hours per shift, shifts per working day, working days per week, or the amount of con- struction equipment or any combination of the foregoing, sufficient to substantially eliminate the backlog of work. Contra Costa County f Detention Facility 00887 SPECIAL CONDITIONS Section 01010--Page 8 1.12 PROJECT SCHEDULE (Continued) 3, Reschedule activities to achieve maximum practical con- currency of accomplishment of activities. 1.13 PAYMENTS A. The Contractor will submit a request for progress payment to the Construction Manager on the 20th of each month. The Construction Manager will review the payment request and modify as necessary to protect the best interests of the County. The Contractor` will be allowed to project work he will have completed through the 25th of that month. Upon approval by the Project Manager the payment will be disbursed by the County on or about the 10th of the following month. B. In making such progress payments, there shall be retained 10 percent of the estimated amount until final completion and acceptance of the Contract work. However, if the Project Manager, at any time after 50 percent of the work has been completed, finds that satisfactory progress is being made, he may authorize any of the remaining progress payments to be made in full. **END OF SECTION** ' Contra Costa County Detention Facility. } ooees r TESTING AND INSPECTION Section 01400--Page 1 PART 1--GENERAL f 1.1 RELATED DOCUMENTS General and i The general provisions of the Contract, including Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. 1.2 DESCRIPTION OF WORK A. The Contractor shall provide all testing and"inspection that is required by the "Testing Laboratory. B. The Contractor shall y then"�eotechnicalrequired Engineer.°heHe "Testing Agency erform all the necessary coordination, shall, however, p scheduling, sample preparation, technicaliEngineer9specified for the Testing Agency andGeo C. Procedures required by this Specification of the Testing Agency and Geotechnical Engineer are included for infor- mation only. D. Testing and inspection shall cover the following cate- gories: j. . Earthwork. 2. Concrete reinforcing. 3. Cast-in-place concrete. 4. Precast concrete. 5. Concrete block masonry. 6. Structural steel. 7. Steel decking. g. Sprayed fireproofing for steel. Contra Costa County . Detention FaoilyA89 U TESTING AND INSPECTION Section 014b0--Page 2 1.3 APPOINTMENTS A. The Testing Agency will be a different laboratory from that employed by the Contractor and will be appointed by the county to perform all testing and inspections other than that provided by the Contractor. B. The Geotechnical Engineer will be appointed by the County. C. The Contractor shall select a reputable Testing Labora- tory for approval by the Architect which shall have been established for a minimum of five (5) years and which employs a state of California registered Civil Engineer who shall certify the work of the Testing Laboratory. D. The use of a Testing Agency and Geotechnical Engineer shall not relieve the Contractor of his responsibilities to comply with the Plans and Specifications. E. The County May increase or decrease the scope of testing specified for the Testing Agency. 1.4 COST OF ADDITIONAL TESTING AND INSPECTION A. The County will pay the Testing Agency and Geote'chnical Engineer for the following services which will be de- ducted from the General Contract Prices 1. All tests and inspections where materials fail to comply with specifications. 2. All retests and reinspections caused by materials failing to comply with specifications in initial tests and inspection. 3. All tests where materials are replaced because of defective material and/or workmanship. A. Testing xequired because of changes in materials or it proportions requested by the Contractor. ti Contra o tra, Costa Co Detention! FaciliQ01% i TESTING AND INSPECTION Section 01900--Page 3 1.5 DUTIES AND AUTHORITY A. Technicians representing the Testing Agency and the Geo- technical Engineer will inspect materials and procedures and will report their findings to the Architect and the Contractor. When it appears that the material furnished or work performed by the Contractor fails to fulfill Specification requirements, the technician will immedi- ately direct the attention of the Architect and the Con- tractor to such failure. 4 B. The technician will not act as foreman or perform other' duties for the Contractor. Work will be checked as it progresses, but failure to detect any defective work or materials shall not in any way prevent later rejection f when such defect is discovered, nor shall it obligate the Architect for final acceptance. Technicians are not authorized to revoke, alter, relax, enlarge, or release any requirement of the Drawings or Specifications, nor to approve or accept any portion of the work. 1.6 TESTING AND INSPECTION REPORTS A. Testing Agency and Geotechnical Engineer will furnish certified reports summarizing results of all teats and inspections of plant, equipment, materials, and workman- ship. Eight (8) copies of reports will be furnished and distributed: Architect (2), County (2), Contractor (2), inspector (1), structural engineer (1). B. Reports for testing will clearly distinguish type of test; age of material at date of test, if known, whether original (first) test or retest; Specification require- ments; test results; and all other related information. C. Reports of inspection will clearly distinguish type and extent of inspection, date of inspection, general obser- vations, Specification requirements, all other related information, and degree of compliance with Drawings and Specifications. 1.7' COORDINATION FOR TESTING AND INSPECTION 00891 Contra Costa County Detention Facility r y TESTING AND INSPECTION Section 01900--Page A A. The Contractor shall schedule the work and notify the Architect, Testing Agency, and Geotechnical Engineer in sufficient time to allow all tests and inspections re- quired by the Specifications. The responsibility for scheduling and coordination of tests and inspections shall be the Contractor's. Delays and losses caused by failure to properly notify the Testing Agency for tests and inspections shall be at the Contractor's expense. B. To facilitate testing services, the Contractor shall: 1. Secure and deliver to the Testing Agency without costs, preliminary representative samples of the materials he proposes to use and which are required to be tested. 2. Furnish such casual labor as is necessary to obtain and handle samples at the Project or at other sources of material. 3. Advise the Testing Agency sufficiently in advance of operations to allow for completion of quality tests and for the assignment of personnel. 4. Provide and maintain adequate facilities for safe storage and proper curing of concrete test cylinders on the Project site as required by ASTM C31. **END OF SECTION** f 00892 _ � k '-�•mak^ .1, < = n 2 by "Nt',F�' .COntra CoS t`aCQllnty Detention Facility V-6 t ^.� �' � Y,5 t b., s�.•�K•�S7 p h E3i� <:'R'«..h !x.,.n w.r. -�r.,.m:,:.r...auaw:s'+.•. + EXCAVATION, FILLING AND GRADING' Section 02274--Page t PART 1 -- GENERAL 1.1 RELATED DOCUMENTS A. The General Conditions, Supplemental General Conditions, and Special Conditions apply to work specified in this Section. B. This Section is a referenced Section for work specified elsewhere. 1.2 DESCRIPTION OF WORK A. This Section describes excavation, filling and grading. Includes but is not limited to the following: 1. Clearing and stripping, including break up and removal of paving and base materials. 2. Preparation for site fill. 3. Engineered fill. 4. Rough grading for building and site. S. Storm drainage. 0. Related Work Specified Elsewhere: 1. Temporary Paving: 02607 1,3 REFERENCE STANDARDS The following specifications, standards, test and recommended methods shall govern the quality of materials and methods: American Society for Testing and Materials (ASTM); Standard Specifications are latest edition of the Standard Specifications of the State of California, Department of Transportation; Materials Manual is that of the State of California, Business and Transportation Agency, Department of Transportation. 0V8Q9httl�po q Contra Costa County ' ,''e�`� �< �r�-xa ' Detention Faciljty, EXCAVATION, FILLING AND GRADING Section 02214--Page.2 1.4 TESTS AND INSPECTIONS A. Contractor shall notify the Construction Manager and the Geotechnical Engineer two working days prior to any fits or backfill operation. B. All soils work, materials and compaction will be tested and inspected by the Geotechnical Engineer for compliance with the specifications. The Geotechnical Engineer shall be the County's representative to observe the grading operations both during preparation of the site and the compaction of any engineered fill. C. Soils Materials 1. The Geotechnical Engineer will observe, test, and approve for use all soils materials. 2. The Contractor shall provide samples of all proposed imported select fill materials for suitability tests by the Geotechnical Engineer. D. Engineered Fill Tests and Inspections 1. The Geotechnical Engineer will observe the grading operations both during and preparation of the site, and during compaction l of any fill to insure conformance with the specifications. 2. The Geotechnical Engineer will make observations and field tests to enable him to approve the site prior to placement of engineered fill. 3. The Geotechnical Engineer will observe, test and approve the engineered fill materials and its field placement; all backfill and fill in trenches will also be observed, tested and approved. 4. All initial testing will be performed for and at the request of i the County. All retesting will be paid for by the Contractor by change order. i E. Notification of Revision: The Geotechnical Engineer will immediately notify the Architect of any job conditions which may cause revisions i to the plans or specifications. 1 i II 00894 Contra Costa County j + Detention Facility. EXCAVATION, FILLING AND GRADING Section 02214--Page 3 1.5 SITE SOIL CONDITIONS A. Soils Investigation 1. A soils investigation has been made for site and is contained in a report by Woodward-Clyde Consultants, Oakland, California, dated IS April 1477. The soils investigation report is on file and is available for reference in the offices of the Architect, County and Construction Manager, r, 2. Subsurface information was obtained primarily for use in pre- paring the foundation design, but the Contractor may draw his own conclusions therefrom. No responsibility is assumed by the Architect or the County for subsoil quality or conditions other than at the locations, and at the time the exploration was made, No claim for extra compensation or for extension of time will be allowed on account of subsurface conditions inconsistent with the data shown except as provided elsewhere herein. B. Site Conditions 1, The Contractor shall familiarze himself with the soil conditions at the site, whether covered in the soils report or not, and shall thoroughly understand all recommendations associated with site sails, excavation and grading covered in the report. 2. Existing grade conditions as shown on the plans by contours and spot elevations are as accurate as could be obtained. The Contractor shall accept the site as it exists and complete the site work. 1,6 JOB CONDITIONS A. General 1. The Contractor shalt confine his operations to the area within the Work limits unless specifically shown otherwise or approved by the Construction Manager. 2, Upon completion of the construction work, the Contractor shall certify that all compacted fills and foundations are in place at the correct locations, have the correct dimensions, and are plumb and otherwise have been constructed in accordance with sound construction practice. Further, that the materials used are the types, quantity and quality required by the plans and specifications. 00895 h Contra Costa.County Detention Facility, EXCAVATION, FILLING AND GRADING Section 02214--Page 4 B. Project Lines and Levels 1. The building, paved areas, and developed areas shall be located accurately, and all lines, grades and elevations laid out with all stakes set as necessary during the course of the work by a licensed surveyor, acceptable to the Architect and paid for by the Contractor. Location and alignment of buildings and paved areas must be approved by the Construction Manager before pro- ceeding and excavating, filling and grading. 2. All existing bench marks and other reference marks shall be protected and maintained during the entire course of the Con- tract. Monuments or stakes disturbed or destroyed by anyone during the course of the Contract shall be re-established under this Section without additional expense to the County. C. Protection of Property 1. Contractor shall take care during all site work operations to avoid disturbing adjacent buildings, properties, streets and trees. 2. No grading equipment shall be allowed to pass over unprotected existing streets, sidewalks, curbs, etc., and if the same are damaged, they shall be restored to their original condition as directed by the Construction Manager at the Contractor's expense. No patching will be accepted. D. Existing Utilities All existing utility lines encountered or shown on the drawings shall be protected and carefully kept from damage by the Contractor. Notify the proper authority and allow ample time for continuation of required services. Utility services which are to remain, as deter- mined by the Architect, and which are disconnected, removed, damaged or destroyed in the course of the Work shall be replaced as required by the Architect. E. Shoring, Bracing and Barriers Adequate shoring, bracing, barriers and signs, including lights when necessary, shall be designed and provided by the Contractor. F. -parking Meters and Posts Salvage all existing parking meter posts within the defined limits of work. Salvaged posts shall be delivered to the City of Martinez. Parking meter heads will be removed by the City of Martinezrioor to post removal. 00996 Contra Costa County Detention Facility. ...�, ,.,,. ��..;.�, •�,..,.,,.,' ..:r. .,. �..,._...�.._. ,,..�_e...�s _fes.��.� .��, r. ,._.. . EXCAVATION, FILLING AND GRADING .. Section 02214--Page 5 1.7 SOILS TEST A. Compaction Control Test, Degree of compaction is the ratio, expres- sed as a percentage, of the dry density of the fill materials as compacted in the field, to the maximum dry density of the some material as determined by Test Method 216-G, as described in the Materials Manual. B. Notification: The Geotechnical Engineer shall be notified for Inspections and tests by the Contractor at least two working days prior to commencement of any work at the site. If the work is interrupted by an equipment breakdown or any other cause for more than 24 hours, the Contractor shalt notify the Geotechnical Engineer at least one working day prior to resuming work. 1.8 SUBMITTALS Sources and samples of imported fill and other aggregate materials proposed for the work shalt be submitted for approval. PART 2 -- PRODUCTS 2.1 FILL MATERIAL - GENERAL A. FILL is all soil material placed to raise the natural grade of the site or to backfill excavations. 8. ON-SITE MATERIAL is that which is obtained from the required excava- tion on the site. C. IMPORT MATERIAL is hauled in from off-site borrow areas. D. COMPACTED FILL is a fill upon which the Geotechnical Engineer has made sufficient tests and observations to enable him to issue a written statement that in his opinion the fill has been placed and compacted in accordance with the specification requirements. E. SELECT MATERIAL is a soil material meeting the requirements of this specification. F, Gravel fill is material meeting the requirement of this specification. 00897 i Contra Costa County Detention Facility. EXCAVATION, FILLING AND GRADING. Section 02214--Page 6 2.2 GENERAL FILL 1. All fill and backfill shall be select fill. On-site material will not qualify as select fill. 2.3 SELECT FILL A. The material shall be an imported soil or soil-rock which is free from organic matter or other deleterious substances. It shall,be well graded, non-expansive, predominatly granular material and with sufficient fines to be impervious when compacted in place. At least ten percent of the soils shall be finer than the /200 sieve. The material shall not contain rocks or lumps over three inches in greatest dimension, and not more than fifteen percent shall be larger than 2-1/2 inches in the upper two feet of fill. B. In addition to the requirements above, select material must conform to the following requirements: Minimum "R" Value* 25 Maximum Expansion Pressure 100 Maximum Plasticity Index 12 Maximum Weight Loss (Corfield 1 gram Corrasion Test) *Values at an exudation pressure of 300 Psi as determined by Test Method No. 301-F of the Materials Manual. 2.4 GRAVEL FILL Gravel fill shall consist of clean crushed stone, conforming to the following grading requirements: Sieve Size Presentage Passing Sieves 111 100 3/4" 90-100 - No. 4 0-10 Gravel will be installed in areas as directed by the Geotechnical Engineer. Payment for gravel fill will be on an unit price basis. Weight tickets will be submitted to the Construction Manager for verification of quantities. 00898 1, Contra Costa County i Detention Facility_ EXCAVATION, FILLING AND GRADING. Section 02214--Page 7 PART 3 -- EXECUTION 3.1 SITE PREPARATION A. From entire area within designated work limits, remove existing trees, vegetation, paving, slabs, debris, rubbish or other encum- brances not required to remain; strip site free from top soil; and remove subsurface soils not approved or when containing debris or vegetation. Soft zones encountered during stripping shall. also be excavated. Remove all debris and loose materials to approved off- site locations. B. Remove all existing asphalt and concrete paving, sidewalks, curbs, gutters and underground utilities beneath existing Pine Street, Thompson Street, and Green Street within the area designated as "Limit of Select Fill". Cap abandoned utility lines with concrete plugs as noted on the Contract Drawings. The Contractor shall remove any existing concrete paving sections. Work performed under prior contracts indicates a concrete paving section exists under Pine Street. C. Grade and shape surfaces to level or slopes indicated or required. Slope grades away from structures and for positive drainage. D. Tolerances for subgrades: Not more than 0.10 feet variation above or below theoretical grade. 3.2 PREPARATION FOR FILL A. All excavations shall be carefully made true to the grades and elevations shown on the plans. The excavated surfaces shall be properly graded to provide good drainage during construction and prevent ponding of water. B. The site shall be stripped to a mimimum depth of six inches to remove existing root mats and other deleterious materials. The six inches of stripping will be in addition to any concrete, or paving sections that are removed. The Contractor will strip the existing sidewalks and parking lot bounded by Green Street, Thompson Street, Court Street and Pine Street to a depth of two and one half (2-1/2) feet below the top.of existing paving, within the areas indicated to pCl receive select fill. The cost of this stripping shall be' OU899 included in the base bid. C. Loose fill material and soft spots shall be completely removed and shall be recompacted, if approved, or replaced with approved select fill. Contra Costa County Detention Facility EXCAVATION, FILLING AND GRADING Section 02214--Page 8 D. Where stripped subgrade is sloping more than 6 horizontal to 1 vertical, horizontal benches shall be cut into subgrade to allow subsequent fill to be keyed into the subgrade. E. After being stripped and excavated, the exposed surfaces shall be scarified to a depth of at least 8" minimum and compacted at a moisture content that will permit proper compaction as hereinafter specified for fill, Before placing fill, the Contractor shall obtain the Geotechnical Engineer's approval of the site prepara- tion in the area to be filled. F. The last eight inches of subgrade soil shall be compacted at a water content one to three percent above optimum and covered immediately with select fill to prevent drying. 3.3 PLACING AND COMPACTING FILL MATERIAL A. All fill material shalt be compacted so as to bring the material ,��........ to a minimum compaction of 95% of maximum dry density under all buildings. A minimum of 92% compaction will be required under temporary paving and all other areasAll compacted fill place above the specified stripping elevations will be included in the Base Bid. B. Any slope greater than 5 horizontal to 1 vertical shall be contour ploughed or benched, as deemed necessary by the Geotechnical Engineer, prior to the placing of any fill. The fill shall be placed in sections which are essentially horizontal. C. Fill material shall be evenly placed in horizontal layers not exceeding eight inches in uncompacted thickness. D. Before compaction begins, the fill shall be brought to a water content that will permit proper compaction by either (1) aerating the material by blading or discing if it is too wet, or (2) spray- ing the material with water if it is too dry. Each list shall be thoroughly mixed before compaction to insure a uniform water content. E. Compaction shall be by sheepsfoot rollers, multiple-wheel rubber tire rollers, or other types of compaction equipment. approved by the Geotechnical Engineer, which will compact the fill to the specified denisty. Compaction shall be accomplished while the fill material is within five percent of the optimum specified moisture content. 00900 Contra Costa County Detention Facility i EXCAVATION, FILLING AND GRADING' Section 02214--Page 9 I F. When compaction tests indicate that the density of any layer of fill or portion thereof is below the minimum compaction specified, the particular layer or portion shall be reworked until the required density has been obtained. G. The filling operations shall be continued as specified until the fill has been constructed to the grades shown on the drawings. H. No fill material shall be placed, spread or compacted during unfavorable weather conditions. When work is interrupted by heavy rains, filling operations shall not be resumed until field tests by the Geotechnical Engineer indicate that the moisture content and density of the fill are as previously specified. 3.4 TREATMENT AFTER COMPLETION OF GRADING A. After grading is completed and the Geotechnical Engineer has finished his observation of the work, no further excavation or filling shall be done except with the approval of and under the observation of the Geotechnical Engineer. B. It shall be the responsibility of the Contractor to prevent erosion of freshly graded areas during construction and until such time as permanent drainage and erosion control measures have been installed. 3.5 FINISH GRADING A. General 1. Grades shall be accomplished as necessary to bring surfaces to grade shown on the drawings or to prepare the subgrade to receive fill or construction, as specified herein or in other sections. B. Removal of Excess Materials; Excess excavated materials shall be removed from the site during' the course'of the work; No material shall be dumped on public or private property without prior-arrangements; :No.rubbish or debris shall be buried on the site. See information to Bidders, Part II in reference to available dump sites. 00901 Contra Costa County Detention Facility . i EXCAVATION, FILLING AND GRADING Section 02214--Page 10 C. Dust Abatement: 1. Contractor shall exercise all responsible and necessary means to abate dust throughtout the entire construction period, including work days, holidays and weekends aS required. Dust control equipment shall be available and ready for use. 2. Sprinkling and wetting of entire assigned area shall be performed as often and in the amounts as necessary to maintain the entire assigned area free from dust end to prevent air borne dust due to operations under this Contract. Chemical or oil palliation will not be permitted. 3. Off-site roads immediately adjacent to assigned area shall be kept reasonably clean and free from material or dust deposited by vehicles or equipment performing work under this Contract. Cleaning and washdown of said roads shall be provided as often as necessary. 0. Surface Drainage The Contractor shall provide and maintain uniform grades. slopes. crowns and ditches on all excavations and fills to insure satis- factory drainage at all times during the construction period. He shall be responsible for the construction of temporary dams. silting basins. operation of pumps, and other facilities as required and as directed by the Construction Manager. to prevent softening of compacted earth. formation of mud, or deposition of eroded earth and silt on adjacent properties of work in progress of completion. No separate payment shall be made for this work. but it shall be con- sidered as being included in the Contract for the earth work invol- ved. Finish grades and surfaces for all work under this heading shall shed water completely. Contractor shall provide drainage structures and associated piping as shown or noted on the Contract Drawings. 3.6 Measurement for Payment Unit Price Items: A. Unit price items will be paid for on'the basis of the actual quantities of work performed. Volumes•,for unit price work will be calculated from cross sections developed by a Licensed Land Surveyor or a Registered Engineer. The cost of obtaining volumes for unit price items will be borne by the County. 00942 *END OF SECTION** Contra,Costa County Detention Facility ` 1 y CONCRETE FORMWORK Section 03100--Page 1 PART 1--GENERAL 1.1 RELATED DOCUMENTS The general provisions of the Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. 1.2 DESCRIPTION OF WORK A. The work covered by this Section consists of furnishing all labor, materials, equipment, transportation, and ser- vices necessary to complete, shore, and remove all con- crete formwork. Set anchors and reglets furnished by others. The Contractor shall cooperate with and coordi- nate his work with the contractors whose work might be affected by his operations, such as those installing re- inforcing steel, concrete work, masonry work, structural steel, and electrical and mechanical work. B. Related Work Specified Elsewhere: 1. Reinforcing Steels Section 03200. 2. "Cast-in-Place Concrete": Section 03300. 3. Precast Concrete: Section 03411. 4. "Structural Steel": Section 05120. 1.3 REFERENCE STANDARDS All materials and workmanship related to formwork design materials, layout, and shoring shall conform to ACI 347, "Recommended Practice for Concrete Formwork," unless other- wise specified. 1.4 SUBMITTALS `meg 00903 Contra Costa County Detentioxi Facility r a. CONCRETE FORMWORK Section 03100--Page 2 A. The Contractor shall prepare formwork Shop Drawings for exposed concrete work and submit them to the Architect for review prior to the start of fabrication or erection of formwork. Shop Drawings shall show formwork panel layout, location of feature strips, and form-tie layout. The Architect's review of Shop Drawings shall not relieve the Contractor of his responsibility to provide safe and adequate formwork. B. Mock-up and Sample: 1. Mock-up of exterior wall panel, when approved by the Architect, will set the standard for finish and work- manship. 2. Sample work panels of all formed concrete finishes specified shall be built at an early stage in a con- cealed part of the structure for the Architect's approval as standard for future work. PART 2--PRODUCTS 2.1 MATERIALS A. General: All form materials shall be new at start of job. The intent of these Plans and Specifications is to produce high-quality concrete construction, with min- imum defects due to joints, deflection for forms, rough- ness of forms, or other concrete defects caused by poor form materials or workmanship. B. Reuse of Forms: Plywood forms may be reused, provided they are thoroughly cleaned of all dirt, mortar, and foreign materials, and are undamaged at edges and con- tact face. Reuse in all cases shall be subject to ap- proval of the Architect. Reuse of any panel which will produce a blemish on concrete finished with a smooth sur- face will not be permitted (includes raised grain or separated veneer). It is the intent that wall and column forms be detailed for reuse. /,n C. Wood-Formed, Nonexposed Surfaces: 00904 Contra Costa County. Detention Facility g i CONCRETE FORMWORK Section 03100--Page 3 1. Forms for concrete which is not exposed to view may be of plywood as specified; or square-edged 1-inch-x- 6-inch sheathing, A2 Douglas Fir, SIB 2E with rough side as contact face. Boards shall be in as long lengths as practical and butt joints shall be square and tight. 2. Forms for concrete which is to be plastered or veneered shall be square-edged 1-inch-x-6-inch (or 1-inch-x-8- inch) sheathing, N2 Douglas Fir, SIS 2E with rough side as contact face. No form oil or other treatment shall be used. D. Plywood-Formed, Exposed Surfaces: 1. Forms for all exterior and interior concrete Plat surfaces (walls, columns, beams, slabs, etc.), un- less otherwise specified as board formed, shall be new Douglas Fir Plywood (DFPA), 5-ply, 3/4-inch, B-B Plyform, Class 1, Exterior Type, oiled, and edge sealed in large sheets (4 feet x 8 feet minimum) and conforming to U.S. Product Standard PS 1-74. 2. All exposed concrete edges shall be chamfered with 3/4-inch material. E. Round Column Formai F. Form Ties: 1. Form ties shall be "Burke Penta-Tie," or approved equal. At all exterior exposed walls, plastic cones shall be 1-1/4 inches x 1-1/2 inches long. Cone holes shall be plugged with 3/4-inch-thick plugs, "Burke Snaplugs," or approved equal. Plugs shall match surrounding concrete in color and texture. Plugs shall be recessed 1/4 inch or flush as shown and bonded to concrete with a waterproof neoprene adhe- sive. Ties shall be arranged vertically and hori- zontally as shown on the Architectural Drawings. At interior or not-exposed walls, form ties shall be "Burke 8/A Penta-Tie," or approved equal. The holes shall be plugged flush. 00`7p 05 OetentionsFacilityy CONCRETE FORMWORK Section 03100--Page 5 PART 3--EXECUTION 3.1 CONSTRUCTION OF FORMS A. All concrete work shall be formed to the shapes, sizes, lines, and dimensions shown on the Plans. B. Design and Engineering: Design and engineering of form- work as well as its construction shall be the responsi- bility of the Contractor. C. Scheduling: The Contractor shall schedule the work, and notify other trades in ample time so that provisions for their work in the formwork can be made without delaying progress of the Project. The Contractor shall ascertain that all sleeves, pipes, etc., for the electrical, plumb- ing, heating, and ventilating works, or other work are installed. He shall secure information and provide for all openings, offsets, sinkage, recesses, nailing blocks, channel chases, anchors, ties, inserts, etc., in the form- work before concrete is poured. D. Workmanship: All materials and workmanship related to formwork design and materials, layout, and shoring shall conform to ACI 347-68, "Recommended Practice for Concrete Formwork." Horizontal joints shall be level and Contin- uous and vertical joints shall be plumb. Forms shall be tight to prevent leakage of mortar, secured and shored to ensure stability against pressures from any source, with- out failure of any component part and without excessive deflection. Deflection or misalignment of any member shall not exceed 1/8 inch or be visibly noticeable to the Architect in exposed areas. E. Ties and Spreaders: Forms shall be spaced with metal spreaders and securely tied together. Metal spreader ties shall have exposed wood or plastic cones at each end. Where the cones are exposed to view in the finished structure, locate the ties as detailed on the Drawings, or as directed by the Architect, on the job. No wood of any kind will be permitted to remain inside the forms. 0090'7 Contra Costa County' Detention Facility k CONCRETE FORMWORK Section 03104--Page 6 F. Openings: 1. Proper provisions shall be made for all openings, offsets, inserts, anchorages, blocking, and other features of the work as shown or required. Cuts, holes, openings, conduits, etc., not shown on the Structural Drawings shall not be allowed in concrete work without written approval from the Engineer. 2. Temporary openings shall be left at the base of the wall forms and on two opposite sides of column forms to facilitate inspection and cleaning immediately before depositing concrete. G. Construction Joints: Pouring strips shall be placed in the forms wherever horizontal construction joints are made in exposed concrete. Place pouring strips level, and place concrete flush with top strip. After cleaning concrete surfaces, and just before placing of subsequent concrete, remove pouring strip and tighten form ties to conceal shrinkage. H. Camber: Forms for slabs, beams, joists, and girders shall be cambered as shown on plans or as may be required by the Architect. Top surface of slabs, joists, beams, and girders shall parallel bottom surface in order to maintain full depth of cambered members. Cambers do not diminish member thickness. Cambers, slopes of slabs, etc., shall diminish to level, horizontal surfaces at all walls supporting cambered spans. I. Tolerances: Tolerances shall conform to the recommenda- tions of ACI 347-63, "Recommended Practice for Concrete Formwork." Excessive deflection of forms after concrete is poured shall be sufficient cause for rejection of that portion of concrete and formwork. Excessive deflection will be considered to be that which will produce visible and noticeable waves in the finished concrete. J. Alignment: Forms shall be constructed so that form marks will occur only on lines of structure as directed by the Architect, or as shown on Drawings. Form marks shall be + horizontal or vertical, symmetrically spaced. Warped, checked, or scuffed forms shall be rejected. u 00908 Contra Costa County Detention Facility } i I CONCRETE FORMWORK Section 03100--Page 7 X. Inspection: The Architect shall be notified for review of the formwork prior to placing reinforcing steel. 3.2 SHORING A. Detailed plane of shoring' shall be supplied to the Archi- tect at the earliest possible date to permit time for review. The Architect does not assume responsibility for the designs or adequacy of any work, due to the above submission. B. Shoring shall have loads distributed properly over base area on which it is erected (either concrete slabs or ground) without creating bending or shearing stresses in concrete. If on ground, shoring shall be set on continu- ous wood sleepers protected against undermining or settle- ment. C. Shoring shall be designed and constructed to provide the necessary rigidity to support the loads, vertically and laterally, and to produce a finished structure conforming to the lines and grades (including any camber) indicated on Plans. Shoring shall be laterally braced with diago- nals and struts at least at all perimeters, beam and girder lines. D. Suitable jacks, wedges, or similar means shall be provided to induce camber, to take any settlement in formwork, either before or during placing of concrete. The Contrac- tor shall provide personnel to inspect and adjust the shor- ing as may be required during concrete placing operations to provide for any settlements. E. All framework, towers, scaffolding, and shoring shall be adequate to sustain the weight of all material, equipment, men, and impact forces caused by pouring operations and . framing operations. All framework shall be built to com- ply with the rules and regulations of the Construction =t Safety Orders, Department of Industrial Relations, State of California, and with all state and local laws govern- ing safety and earthquake resistance. 00909 Contra Costa County Detention Facility 1 CONCRETE FORMWORK Section 03100--Page 8 3.3 RESHORING A. Reshoring, if required, shall be planned in advance and shall be subject to Architect's approval. B. Reshoring for the purpose of early form removal shall be performed so that at no time will large areas of new con- struction be required to support their own weight. While reshoring is under way, no live loads shall be permitted on the new construction. Reshores shall be tightened to carry their required loads, but they shall not be over- tightened so that the new construction is overstressed. Reshores shall remain in place until the concrete has reached its specified 28-day strength. 3.4 FORM REMOVAL A. All forms must be completely removed. Forms shall be removed without damage to the concrete and in such a man- ner that will ensure complete safety of the structure and without damaging exposed beam, column, and wall edges and chamfers. In no case shall they be removed until the concrete has hardened sufficiently to permit their re- moval with safety and the members have attained sufficient strength to safely support the imposed loads. The Archi- tect shall approve the time and sequence of all form re- moval prior to removal of forms. The minimum time for removal of forms after concrete has been poured shall be as follows: 1. Framed Slabs: 14 days after pouring; reshore until 28-day.strength is achieved and for at least a mini- mum period of 21 days. 2. Seams and Girders: Side forms may be removed 3 days after concrete is poured. Soffits may be removed in 14 days; reshore until 28-day strength is achieved (21-day minimum). 3. Walls and Columns: 7 days after concrete is poured, provided members are not subjected to overhead loads for 16 days. 4. Footings: Side forms may be removed 3 days after concrete is poured. Qlf9. 10 Contra Costa County Detention Facility CONCRETE FORMWORK Section 03100--Page 9 g, The times listed above are minimum. These times may be extended if deemed necessary by the Engineer. 3.5 PROTECTION subjected to superimposed loads design strength, and not p, Concrete shall not be subj Concrete systems until it has attained1dayssafterfplacing for at least 21 days cted to construction loads in excess of designshall not be loads,subj walls shall not be backfilled g, Basement way s and sstrengthtofnc ncrete is attained, annot unto until 28-day lace. until r2°�ngflun�su sY seem �acn areedn P waterproo pulling C. Remove rod and cone ties and other devices used by cut away remaining wires, nails, away normal to surfacer etc., all to 1-inch minimum below finished surface. **END OF SECTION** w r s Contra Costa County Detention Facility- a39wt" 5 t t. - � CONCRETE REINFORCEMENT Section 03200--Page 1 PART 1--GENERAL 1.1 RELATED DOCUMENTS The general provisions of the Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. 1.2 DESCRIPTION OF WORK A. All labor, materials, equipment, facilities, transporta- tion, and services necessary to complete steel reinforc- ing for all concrete work shown or specified to be rein- forced, as indicated on the Drawings, as described. The Contractor shall cooperate and coordinate his work with the contractors whose work might be affected by his oper- ations, such as those installing forms, electrical work, mechanical work, structural steel, and concrete. B. Related Work Specified Elsewhere: 1. Concrete Formwork: Section 03100. 2. Cast-in-Place Concretes Section 03300. 3. Precast Concrete: Section 03411. 4. Concrete Masonry: Section 04100. S. Structural Steel: Section 05200. 1.3 STANDARD SPECIFICATIONS A. Specifications, standards, tests, and recommended meth- ods cited herein from following trade, industry, and gov- ernment organizations shall determine quantity and qual- ity of materials and methods, unless specifically desig- nated otherwise. 1. "Building Code Requirements for Reinforced Concrete" (ACI 316). 2. "Placing Reinforcing Bars," December 1974 (CMIhA 3. "Manual of Standard Practice" (CRSI). Contra Costa County. 6` Detention Facility �r i CONCRETE REINFORCEMENT Section 03200--Page 2 4. "Manual of Standard.Practice for Detailing Reinforced Concrete Structures" (ACI 315). 1.4 TESTS AND INSPECTIONS A. All reinforcing steel shall be tested and inspected by an approved material testing laboratory] refer to Division 1. B. Materials Testings 1. Contractor's Certifications a. Mill tests and manufacturer's certification of compliance with appropriate ASTM standards shall be accepted in lieu of testing for ASTM 615 Grade 40 steel. b. Grade 40 reinforcing steel shall be considered as meeting specification requirements if Contractor identifies steel as to heat number and furnishes to the Architect and Testing Agency mill tests and manufacturer's certifications (in triplicate) for each heat of steel. 2. Testing by Testing Agency: All ASTM A615 Grade 60 steel will be tested, and all Grade 40 steel which cannot be identified by heat numbers, shall be tested by making one series of tension-and-bend tests for each 10 tons or fraction thereof for each size and type of reinforcing steel. Tests of Grade 40 steel which cannot be identified shall be at the Contrac- tor's expense. C. Construction Inspection: All welding of reinforcing steel will be inspected by the Testing Agency for conformance with the requirements of the American Welding Society (AWS). 1.5 SHOP DRAWINGS The Contractor shall submit complete fabrication and placing details of all reinforcing steel to the Architect for review and shall not start fabrication until the details are re- viewed. Drawings shall show layout and reference to Design Drawings. Responsibility for conformance with the Drawings . and Specifications shall remain with the Contractor. 00913 Contra Costa County Detention Facility CONCRETE REINFORCEMENT Section 03200--Page 3 PART 2--PRODUCTS 2.1 MATERIALS A. Protection of Materialss Materials shall be transported to the job site and stored at the job• site in such a man- ner that will avoid corrosion or damage. Provision shall be made for stockpiling steel reinforcement so that it is not in contact with the ground and is protected from the weather. B. Reinforcing Steel: 1. All reinforcing steel, unless otherwise specified, shall conform to ASTM A615. a. Grade 60 for bars #6 and larger. b. Grade 40 for bars #5 and smaller. 2. All reinforcing steel shall be tested and approved for strength prior to fabrication. Reinforcing steel that is delivered to the job which does not conform to the Specifications will be rejected and must be immediately removed from the premises. C. Welded Wire Fabric: Welded wire fabric shall be elec- trically welded wire fabric, cold drawn (70,000 psi yield point), of gauge and mesh size shown on Drawings, or re- quired, conforming to ASTM A185. D. Wire for Concrete Reinforcements Wire for concrete reinforcement shall conform to the specification for "Cold Drawn Steel Wire for Concrete Reinforcement" (ASTM A82). E. Supports for Reinforcing Bars; 1. Supports for reinforcing on ground shall be blacks of concrete of sufficient strength to support the bars. 00914 Contra-Coata County Detent on Facility CONCRETE REINFORCEMENT Section 03200--Page 4 i 2. Supports for reinforcing over formwork, concrete, or metal shall be plastic-coated or tipped-steel chairs of a type approved by the Architect, and of sufficient strength and spacing to support the bars. Bar sup- ports shall conform to current ACI and CRSI Standards. 3. Supports for reinforcing in walls and columns shall be lengths of reinforcing bars and steel chairs as required to properly hold and position the reinforc- ing; such supports shall not stain or affect the fin- ish. PART 3--EXECUTION 3.1 FABRICATING AND PLACING TOLERANCES A. Bars used for concrete reinforcement shall meet the follow- ing requirements for fabricating tolerances: 1. Sheared length: it inch. 2. Stirrups, ties and spirals: it/4 inch. 3. All other bends: it inch. B. Bars shall be placed to the following tolerances: 1. Concrete cover to formed surfaces: it/4 inch. 2. Minimum spacing between bars: -1/4 inch. 3. Top bars in slabs and beams: a. Members 8 inches deep or less: i1/4 inch. b. Members more than 8 inches but not over 2 "feet deep: tl/2 inch. 4. Crosswise of members: Spaced evenly within 2 inches. S. Lengthwise of members: t2 inches. a 00915 1 i , Contra Costa County w , Detention°Faeility'" .a.`��]..�.�'�a <'�'kz`«"�ry^"u.syr. aar�.�.��rte✓�,`a�`tt r..._fir,. �a�',`$hL....,.<.;c{ ?.ca�"�t*r�+9r"J�4�, o.5...� .., .. .. t CONCRETE REINFORCEMENT Section 03200--Page 5 C. Bars may be moved as follows to avoid interference with other reinforcing steel, conduits, or embedded items. If bars are moved more than one bar diameter or enough to exceed the above tolerances, the resulting arrangement of bars shall be subject to review by the Architect be- fore the concrete is placed. 3.2 FABRICATION A. AlI. steel bars, wire, and fabric shall be of size, gauge, and length indicated, accurately bent or formed to shapes detailed or scheduled by experienced shops, by methods that will not injure the materials. Bending and placing of bars shall be in accordance with the "Manual of Stand- ard Practice for Detailing Reinforced Concrete Struc- tures" (ACI 315), unless otherwise shown, noted, or specified. Unless otherwise allowed by the Architect, all reinforcing bars shall be shop fabricated to lengths and bends shown on the Drawings. B. Steel reinforcement shall not be bent or straightened in a manner that will injure the material or the embed- ding concrete. Bars with kinks or bends not shown on the Plans shall not be used. Heating of reinforcement for bending will not be permitted. C. All details of reinforcement not shown or indicated on the Drawings or specifically called for in the Specifi- cations shall conform to ACI 315. D. Reinforcement shall be bundled and tagged with suitable identification to facilitate sorting and placing. E. A sufficient supply of tested, approved, and proper re- inforcement shall be on the premises at all times to pre- clude delays in the work. 3.3 PLACING A. General; 00916 Contra Costa County Detention Facility 1 ` CONCRETE REINFORCEMENT Section 03200--Page 6 1. Reinforcing bars shall be of size shown on the Draw- ings, Schedules, and Details, accurately placed as to spacing and clearance, and securely tied at all intersections and supports with No. 14 or No. 16 wire, and in such manner as will preclude displacement dur- ing pouring of concrete. 2. Place and secure reinforcement, to maintain the prop- er distance and clearance between parallel bars and from the forms. Provide vertical steel with metal spreaders to maintain steel properly centered in the forms, and horizontal reinforcement supported at proper height upon cement pads, galvanized S chairs, transverse steel bars, or from hangers. All stirrups shall be securely wired to the bars at both top and bottom. Inaccurate work will be cause for rejection. 3. Provide positive alignment and lateral support for two-story, high vertical bars. Contractor shall sub- mit a proposal for a reinforcing bar support and alignment system. 4. Provision shall be made for the required sequence placing of reinforcing steel to properly install all confinement steel (column ties and beam and girder stirrups and ties). S. Steel reinforcement, at the time concrete is placed around it, shall be free from rust, scale, loose mill scale, oil, paint, or any coating that will destroy or reduce the bond between steel and concrete. 6. Do not place bars on layers of fresh concrete or ad- just bars during placing of concrete. 7. Maintain steel in position prior to and during con- crete placement. At all times during placing of con- crete,' there shall be a competent representative of the reinforcing steel contractor present who shall inspect all reinforcement and maintain bars in proper position. R. H. Reinforcing Spacing and Coverage: a 00917 rw Contra Costa County DetentionFacility' u CONCRETE REINFORCEMENT Section 03200--Page 7 1. Bars shall not be spaced closer than one and one-half (1-1/2) diameter of largest of two adjacent bars, one and one-third (1-1/3) times the maximum aggregate size, nor 1 inch. Where reinforcing in members is placed in two layers, the clear distance between layers shall not be less than 1 inch or more than 1-1/2 inch, and the bars in the upper layers shall be placed directly above those in the bottom layer, un- less otherwise detailed. 2. Coverage of bars (other than stirrups and column ties) shall, unless otherwise shown, be as follows: a. Wall reinforcement: Single curtain--at center of wall; double curtain--1 inch exterior face, 3/4 inch interior face. b. Slabs: Exterior, 1-1/2 inch top and bottomf in- terior, 3/4 inch top and bottom. c. Girders and beams: 1-1/2 inches to main bars all around. d. Columns: 2 inches to main bars. i e. Footings and grade beams: 3 inches bottom; 2 inches sides, if formed; or 3 inches if poured against earth. f. Exterior walls: 2 inches exterior face. g. Retaining walls: 2 inches soil face. C. Obstructions: 1. Where obstructions (pipes, conduit, ducts, etc.) pre- vent the intended placement of reinforcing, provide additional reinforcing around the obstruction to match that interrupted. See 3B.10. 2. Provide additional stirrups, ties, trim bars, etc., around all openings, sleeves, and conduits which pass through structural elements. See 3.6, B. I 00.718 cF 4 .Contra Costa County k= Detention Facility CONCRETE REINFORCEMENT Section 03200--Page 8 D. Welded Wire Fabric: Welded wire fabric reinforcement shall be rolled out, straightened, cut to required size, and laid out flat in place. Lap two full mesh lengths at sides and ends, and securely wire to fabric and other reinforcement at frequent intervals. Extend fabric over supporting beams and walls. At edges of slabs, construc- tion joints, and expansion joints, extend fabric to with- in one inch of pour. As concrete for slabs on grade is placed, lift fabric reinforcement at intervals to ensure proper embedment. Support fabric in mid-depth of slab. Sidewalks and all other slabs on ground shall be rein- forced with 6-inch-x-6-inch (#6/#6) welded wire fabric reinforcing, unless otherwise noted on Drawings. A. Lap all bars at splices, unless otherwise shown, 40 di- ameters (36-inch minimum) for concrete and 48 diameter (36-inch minimum) for masonry work. Laps of welded wire fabric shall be at least two times the spacing of the members in the direction lapped, but not less than 8 inches. B. in slabs, beams, joists, and girders, splices of rein- forcement shall not be made at points of maximum stress. Splices shall provide sufficient lap to transfer the stress between bars by bond and shear. Bars shall be spread the minimum distance specified. Stagger splices of adjacent bars where possible. In. general, bottom bars shall be spliced over points of support and top bars spliced at mid-span of slabs, beams, and girders. Grade beam top bars shall be spliced under points of column support and bottom bars spliced at mid-span be- tween columns. All splices not shown on the Drawings shall be approved. C. Where changes are made in the cross section, as at a column and at column bar splices, the longitudinal bars shall be off-set one bar diameter in a region where lateral support is afforded. Column ties of stirrups shall be provided at points of change from vertical to incline slope. Where off-set, the slope of the inclined portion from the axis of the column or wall shall not be more than one in six. To ensure proper placement, tem- plates shall be furnished for all column dowels. D. No splices will be allowed for vertical bars in walls or columns between floors. O(�^�n Y - l `, J Contra Costa County Detention Facility i CONCRETE REINFORCEMENT Section 03200--Page 9 E. Where spliced horizontal bars are allowed in walls or columns, the bars shall be wired together at laps. F. Dowels from footings to walls and columns shall be same size and spacing as wall and column reinforcement, un- less otherwise shown and shall project forty (40) di- ameters into wall or column and forty (40) diameters into footing, unless otherwise detailed. G. Stubs and dowels required to receive and engage subse- quent work shall be left of sufficient length to develop strength of the bar and set in the forms prior to plac- ing of concrete and secured against displacement during pouring operations. H. Welded bar splices shall conform to details shown. Welded butt splices shall develop 125 percent minimum yield-point stress of the bars connected. Steel prepa- ration, welding, materials, preheating, and processes shall conform to AWS D12.1 requirements. 3.5 WELDING A. Reinforcing bars shall not have welded joints unless indicated on the Drawings or unless required by the EngineerAll welding, if required, shall conform to the requirements of the American Welding Society, and before any field welding is commenced, it shall have the prior approval of the Architect. B. Welds shall be made only by welders who have been prop- erly qualified in accordance with "Standard Qualification Procedure" of American Welding Society. C. Equipment shall be such as to supply proper current and voltage, and shall be adjustable to suit arrangement and thickness of base metal. Electrodes shall be low hydrogen of size and type as recommended by manufacturer for base metal material and thickness. AWS D1.1 shall apply to workmanship and quality of welds, and all weld- ing shall be continuously inspected by the Materials Testing'Laboratory at the Contractor's expense. 00.920 Contra Costa County 1 Detention Facility CONCRETE REINFORCEME14T Section 03200--Page 10 3.6 INTERFERENCE A. Wherever conduits, piping, inserts, sleeves, etc., inter- fere with the placing of reinforcing steel as shown or called for, the Contractor shall consult the Architect immediately and secure from him, in writing, the method of correction before pouring any concrete. See 3H.07C. H. Openings not shown or detailed on the Structural Draw- ings shall not be allowed through slabs or walls without prior written approval from the Architect. See 3.3, G, 2. 3.7 MISPLACED REINFORCING If any reinforcing bars are found to be misplaced after con- crete has been placed, the Architect shall be notified im- mediately and no correction or cutting shall be made without his approval. Misplaced bars shall not be bent or kinked. Any redesign and/or alterations, corrections, or replacement of concrete or reinforcing required because of misplaced bars shall be at the Contractor's expense. **END OF SECTION** t ,,y, 0921 �.,.COntYa`_COsta°.COunty ti Detention Facility F L' t4tz t ti. ;z-�,M*'kL.`s'E i CAST-IN-PLACE CONCRETE Section 03300--Page 1 PART 1--GENERAL 1.1 RELATED DOCUMENTS The general provisions of the Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. 1.2 DESCRIPTION OF WORK A. The extent of the work is shown on the Drawings and in- cludes all material, labor, equipment, and services necessary for the installation of all concrete work. The work shall include, but not necessarily be limited to, the followings 1. Furnishing, placing, and finishing of concrete. 2. Installation only of inserts, sleeves, anchor bolts, and other items embedded in concrete, but furnished under other Sections. B. Related Work Specified Elsewhere; 1. "Concrete Formwork"t Section 03100. 2. "Concrete Reinforcement". Section 03200. 3. "Precast Concrete"; Section 03411. 4. "Concrete Masonry"; Section 04100. 1.3 REFERENCE STANDARDS A. Concrete work shall conform to the following specifica- tions and standards, unless otherwise specified. 1. "Building Code Requirements for Reinforced Concrete" (ACI 318). 2. "Recommended Practice for Measuring, Mixing, and Placing Concrete" (ACI 304). 00,922 r Detention Facility Contra•Costa,County i CAST-IN-PLACE CONCRETE Section 03300--Page 2 3. "Recommended Practice for Selecting Proportions for Normal and Heavyweight Concrete" (ACI 211.1), 4. "Recommended Practice for Cold Weather Concreting" (ACI 306). 5. "Recommended Practice for Hot Weather Concreting" (ACI 305). 6. "Curing Concrete" (ACI 308). 1.4 TESTING AND INSPECTION OF CONCRETE A. All concrete and concrete materials will be tested and inspected by the Materials Testing Agency. Refer to Division 1 for testing requirements. S. Concrete Materials 1. Aggregates; a. Within 7 days after signing the Contract and at least 5 weeks prior to placing concrete, the Con- tractor shall supply the Testing Agency adequate samples of the several sizes of aggregates to be used. b. The Testing Agency will check all aggregates for compliance with the specifications, general suit- ability, and the following properties: Sieve Analysis (ASTM C136); Specific Gravity (ASTM C127, ASTM C128); Absorption (ASTM C127, ASTM C128); Moisture Content (ASTM C70); Unit Weight (ASTM C29); Fineness Modulus (ASTM C125); and such tests as the Testing Agency may require to verity the soundness, durability, resistance to abrasions, etc., of the aggregates. 2. Cement: a. The Contractor shall state the brand of Portland cement proposed to be used and shall supply the Testing Agency adequate samples for testing. b. Mill tests and manufacturer's certification of compliance with ASTM C150 will be accepted in lieu of testing. Furnish Architect certified copie f mill test reports for all Portland cement.004W Contra Costa County `Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 3 I c. For transmit-mixed concrete, bulk cement from bin j may be grab-sampled by Testing Agency as reserve specimens for each 500 barrels, or fraction part. C. Concrete Mix Designs and laboratory Mix Tests: 1. The Testing Laboratory shall prepare concrete mix designs for eabh class of concrete. 2. All concrete mixes used in the Project will be re- viewed and tested by a Testing Agency. The Testing I Agency will review the proposed concrete mixes for each class of concrete, for proper proportions of aggregates, cement, admixtures, and water. 3. At the Contractor's option and direction, the mixes shall be designed for either pump placement or for conventional placement procedures. The Testing Agency will only review and test one mix design for each class of concrete. Additional mixes shall be tested by the Agency at the Contractor's expense. 4. The Testing Agency will prepare a trial batch of the proposed mix designs for all classes of concrete. From each trial batch three specimens for drying- shrinkage tests and six specimens for compression tests shall be prepared, cured, dried, measured, and tested. a. Drying-shrinkage specimens and tests shall be executed for concrete with shrinkage limitations only, and shall conform to the ASTM C157 test method, modified as follows: 1) Moist Curing Period: Seven (7) days. 2) Measurements Made and Reported: At 7, 14, 21, and 28 days of drying. 3) Size of Test Specimens: 4 inches x 4 inches x 11 inches. 4) Specification limits for 21 days will govern acceptance of mix (with an allowed variation of 10 percent). 00924 s Contra Costa County Detention Facility i CAST-IN-PLACE CONCRETE Section 03300--Page 4 b. Compression test specimens will be fabricated, cured, and tested in accordance with ASTM C192. Three specimens will be tested at 7 days and three at 28 days. Average cylinder strength at 28 days shall exceed the minimum requirements (f'c value) for the class of concrete by 15 per- cent, and no individual test value shall fall be- low the minimum strength requirement. D. Construction Inspection and Testing: 1. The Testing Agency will provide the following tests and inspections during Project construction: a. Inspection of mixing plant, equipment, and trans- it mix trucks to verify that the transit mixers and measuring facilities at the plant conform to ASTM C94. b. Continuous inspection of the batch plant where concrete is produced, noting class of mix and contents of each transit mixer truck. c. Sampling and taking a set of 3 specimens at the job of each class of concrete for each 100 cubic yards or fraction thereof placed each day for standard 6-inch-x-12-inch cylinder tests in ac- cordance with ASTM C31. A record of the location in the building of each concrete batch will be kept and noted on the specimen. Storage and transportation of test specimens will be by the Testing Agency. Standard compression test of the cylinders will be made, one at 7 days and one at 28 days in accordance with ASTM C39. The third standard cylinder will be kept for a further test if required. To determine concrete strangths for early form removal, etc., additional test cylin- ders shall be made at the Contractor's expense, and shall be cured under the same conditions as the concrete to be checked. d. Slump tests will be made at the time of taking test cylinders, and/or at 1-hour intervals during placing concrete in accordance with ASTM C143. i 3 e. Air content will be tested at the time of taking test cylinders in accordance with ASTM C173, C231, or C138 test methods. 00�25 Contra Costa County Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 5 2. Additional Tests by the Testing Agency: a. If, for any reason, the minimum strength is not reached, the proportions of the mix shall be re- designed until required strength is reached. Contractor shall pay for all additional costs caused by this change. b. Should the concrete fail to meet the minimum specified 28-day strength for the class of con- crete tested (as determined by tests on both the regular and spare 28-day cylinders) , core samples of at least 4 inches in diameter shall be taken from the work in representative locations as di- rected by the Architect. Cores shall be taken in accordance with the requirements of ASTM C42, and shall be tested as required for cylinders. Should these cores fail to meet the specified strength for the particular class of concrete, the concrete shall be deemed defective and shall be removed and replaced. The Contractor shall bear the entire cost of such testing, removal, ' redesign, and replacing of defective concrete. 1.5 SUBMITTALS A. The Contractor shall prepare the following submittals and schedules for the Architect's review prior to commencing the work: 1. Schedule of concrete work. 2. Construction-joint locations and sequence of concrete placement. B. The Architect's review is of a general nature only, and does not relieve the Contractor of responsibility for conforming to the Drawings and Specifications. 1.6 JOB MOCK-UPS 00920 Con r DetentionBta Facilityy t �e .rik�'$:zSa- h � s,.x1.+'"Jda',a}.RxZt+xx �..,-�.^yl elk•,.- ,-�. <,_.... ak,...�_.. ....,.4..,...,•. .�.... ar,.. 1 i I CAST-IN-PLACE CONCRETE Section 03300--Page 6 A. Provide sample panels as herein specified. Perform re- visions and corrective work required to produce finished concrete and surfaces as required by the Architect. Con- struct additional sample panels as may be required if original results are not satisfactory to the Architect. B. The continuity of color and texture for exposed concrete J surfaces is of prime importance. Maintain such controls and procedures, in addition to those specified, as neces- sary to provide continuous match of concrete work with accepted samples. 1.7 ARCHITECTS SAMPLES A. Samples of finishes acceptable to the Architect are avail- able for review by the Contractor before starting work. Coordinate procurement and selection of materials, and design and mixing of exposed concrete, to obtain accept- able color and finish in completed work. B. Sample Panels of Exposed Concrete: Two 2-foot-0-inch-x- 2-foot-0-inch-x-2 inch-thick sample panels shall be sub- mitted with the mix design and texture for approval by the Architect. Approved sample shall serve as the stand- ard for color throughout the job. C. Field-Constructed Samples: Fabricate nonreinforced sample sections representative of specified finished surfaces, in locations as directed by the Architect. Form, mix, cast, cure, and finish sample units using selected materials approved for work and construction methods proposed for work. Provide sample sections as follows: 1. Wall Sections: 10 feet high x 10 feet x 6 inches thick. Form faces to represent as-cast surface fin- ish, with sand-blasted texture on one side and smooth finish on the other side. Include form ties, two form panel intersections, one vertical construction joint, and one horizontal construction joint. 2. Slab-on-grade section, approximately 6 feet square for finish, with at least one construction joint and one contraction joint. 002'7 Contra Costa County DetentionFacility CAST-IN-PLACE CONCRETE Section 03300--Page 7 D. Do not remove sample sections without written permission from the Architect. When directed, demolish sample sec- tions and remove from site. PART 2--PRODUCTS 2.1 MATERIALS A. Generals Materials shall be new and the beat of their class or kind. The materials, if found defective, un- suitable, or not as specified, will be condemned, and the Contractor must promptly remove from the premises all such condemned material. Materials specified by brand name shall be delivered in unbroken packages bearing the manufacturer's label and shall be the brands specified or their approved equal. Other materials shall conform to the applicable sections of the current editions of the various standard specifications quoted herein. Ma- terials must be stored so as to cause no obstruction to other work, nor to the public, nor shall any portion of the structure be overloaded. Materials shall be properly protected from the weather or other damage, and shall be stored to prevent inclusion of foreign materials. B. Cement: 1. General: Use same brand of cement originating from same plant for each type of cement for exposed con- crete. 2. Portland cement; ASTM 0150, Type II, shall be used for general concrete work. C. Water: Water used in mixing concrete shall be clean and potable and free from injurious amounts of oils, acids, alkalis, salts, organic materials, or other deleterious substances. D. Admixtures: 00 OP011 Q 'J ra, County D C_ oni De entionCosta Facility CAST-IN-PLACE CONCRETE Section 03300--Page 6 1. All concrete shall contain a water-reducing retarder which shall conform to ASTM C494, Type D. The admix- ture shall be of the hydroxylated carboxylic acid type in liquid form and shall contain no calcium chloride amines or air-entraining agents. The admixture shall not increase drying shrinkage after 7 days of moist curing and 14 days of drying (ASTM C157). The admix- ture shall be "Plastiment" manufactured by Sika Chem- ical Corporation, "Pozzolith 300R" manufactured by Master Builders, or an approved equal. 2. Air-entraining agents shall conform to ASTM C260, and shall be "Sika-Aer" manufactured by Sika Chemical Corp., "Darex," or an approved equal. 3. All admixtures shall be used in strict accordance with the manufacturer's recommendations, and shall be varied only with the approval of the Architect. 4. Two admixtures may be used in the same concrete, pro- vided such admixtures are compatible and approved by the Architect and are added separately during the batching sequence and provided further that the admix- tures used in that combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. i E. Concrete Aggregates: 1. Normal Weight Stone Aggregates: a. Concrete aggregates shall conform to the "Speci- fication for Concrete Aggregates" (ASTM C33), ex- cept as modified by this Specification. The Con- tractor shall notify the Architect as to the source from which he proposed to supply the aggregate at least 5 weeks in advance of any concrete work so that the Testing Laboratory may test representa- tive samples of these aggregates. The aggregates shall be furnished from a source which shall be maintained constant throughout the job. b. All aggregates shall have a minimum C.V. (Clean- liness Value) and S.E. (Sand Equivalent) of not g less than 75. 00929 Contra Costa County " Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 9 c. Fine Aggregates: Fine aggregates shall consist of a washed natural sand of siliceous or igneous origin, having hard, strong, and durable rounded particles. This sand shall not contain more than 1 percent by weight of such deleterious substances as clay lumps, shale, schist, alkali, mica, coated grains, or soft, and flaky particles. d. Coarse Aggregates: Coarse aggregate shall con- sist of clean, hard, fine-grained, sound, washed, crushed rock or gravel of siliceous or igneous origin, which does not contain more than 5 percent by weight of flat, chip-like, thin, elongated, friable, or laminated pieces, or more than 1 per- cent by weight of shale or cherty material. Any piece having a major dimension more than 2-1/2 times the average thickness shall be considered to be flat and/or elongated. Aggregate shall be uniformly graded from 1/4-inch size to maximum size. Aggregate shall be free from oil, organic matter, or other deleterious substances. e. Combined Aggregates: The combined grading shall be such that the percentage by weight of the com- bined aggregate shall fall within the limits es- tablished by the following table: Limits of Grading Combined Aggregates Percentage by weight Sieve No. or Size in Inches 1-1 2" 1" 3/4- Passing 4-Passing a 2" 100 Passing a 1-1/2" 90-100 100 Passing a 1" 50- 86 90-100 100 Passing a 3/8" 38- 55 70- 90 90-100 Passing a #4 30- 45 31- 47 40- 60 Passing a #8 23- 35 23- 40 30- 45 Passing a #16 17- 27 17- 35 20- 35 Passing a #30 10- 17 10- 27 13- 23 Passing a #50 4- 9 5- 10 5- 15 Passing a #100 1- 3 1- 3 1- 5 Passing a #200 0- 2 0- 2 0- 2 The exact proportions of the fine aggregates and coarse aggregates to,be used in the mix shall be determined by tests made by a Testing Laboratory subject to the approval of the Architect. 00,930 Contra Costa County "'Detention Facility i CAST-IN-PLACE CONCRETE Section 03300--Page 10 f. It ie anticipated that high-performance aggregate materials will be required for concrete mixes lim- ited by shrinkage specifications. Sources of ag- gregate may be as follows: 1) Fine Aggregates: Felton-Olympia, provided ! by Limestone Products, Inc., or equal. 2) Coarse Aggregates Basalt Slue Rock, Kaiser Limestone, Granite, or equal. 2. Lightweight Aggregates: a. Aggregates shall conform to ASTM C330, except as modified herein. Aggregates shall consist of rounded individual particles each having a contin- uous sealed outer shell resistant to moisture pen- etration and cement loss. Aggregate shall be ex- panded shale aggregate as manufactured by Port Costa, or an approved equal. f b. Lightweight aggregate shall be washed and free of i all foreign and deleterious substances. All light- weight aggregate prior to incorporation into the mix shall be presoaked to obtain optimum satura- tion. c. Lightweight aggregate shall be supplied as coarse and fine aggregate conforming to the following grading: Coarse Fine Sieve No. or size Aggregate Aggregate 1" 100 3/4" 90-100 3/8" 20- 60 1/4" 0- 10 90-100 8 75- 95 16 56 75 30 25- 55 50 15- 35 100 5- 17 Unit wt. lbs/cf loose dry 50 max. 70 max. Fineness modulus 6.0-6.8 2.7-3.1 Specific Gravity (SSD) 1.20-1.40 1.40-2.10 % absorption (24 hr.) 10 10 ti F. Grout: 11U.7VZ Contra Costa County !Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 11 1. Grout shall consist of the same proportions of cement to fine aggregates as are used in the regular concrete mix (coarse aggregate only omitted) and shall be well mixed with such amount of water as will produce a thick consistency. 2. Grout for Base Platesa a. For Grout Bed 1 Inch Thick, or Leas: 1) 1 part Portland cement, Type II. 2) 1 part Embeco, manufactured by the Master Buildings Co., or approved equal. 3) 1 part fine aggregate. b. For Grout Bed of More Than 1 Inch Thick: 1) 1 part Portland cement, Type II. 2) 1 part Embsco (see above). 3) 1 part fine aggregate. 4) 1-1/2 parts coarse aggregate of 3/8-inch max- imum size. Aggregate for grout shall conform to Embeco manu- facturer's specifications. G. Dry Pack: Dry pack shall consist of 1 part of cement to 2-1/2 parts of fine aggregate (screen out all material re- tained on No. 4 sieve), mixed with a minimum amount of water, in small amounts. The consistency shall be such that when a ball of the mixture,is compressed in the hand, itwill maintain its shape, showing finger marks, but =Now' without showing any surface water. H. Hardening and Dust-Proofing: A liquid hardener and dust- proofer,shall be applied in strict accordance with the manufacturer's instructions to all exposed concrete floors. "Lapidolith" manufactured by L. Sonneborn and Sons, Inc., "Hornolith" manufactured by A. C. Horn Co., or an approved equal shall be used. I. Concrete Joint Material: 00,W2 Contra Costa County Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 12 1. Expansion Joints: Expansion joints shall be formed by premolded bituminous joint materialf nonextruding, 1/2 inch thick, conforming to ASTM C994, as manufac- tured by "Servicised Products," W. E. Meadows, Inc., "National Expansion Joint Company," Celotex Corpora- tion, or approved equal, 2. Construction Joints: Construction joints for concrete slabs on ground may be formed from wood or steel. Steel joints shall be Burke "Keyed Kold Joint" or 14-gauge galvanized formed steel. J. Surface Abrasive: All exterior stair treads, ramps, and landings shall have aluminum oxide abrasive aggregate em- bedded in concrete surface. Apply Sonneborn "Frictex" or approved equal product by Norton or Wooster, in strict accordance with manufacturer's printed instructions. Use a minimum of 25 pounds per 100 square feet. K. Slab Curing Papers Shall be American Sisalkraft Corpora- tion's "Orange Label Sisalkraft" reinforced waterproof building paper, "Pabootite" paper, or approved equal, con- forming to ASTM C171-63, Type 1. L. Curing Compounds: ASTM, 0309, Type I and which will not discolor the concrete nor affect bonding of other finishes applied thereover, and which restricts loss of water to not more than 0.055 grams per square centimeter of sur- face when tested per ASTM C156. M. Waterproof Membrane; Use "Hoistop-211 manufactured by American Sisalkraft Company under all interior concrete slabs on ground, or approved equal. N. Patching Cement: Shall be "Konset" as manufactured by Conrad Sovig, San Francisco, or approved equal. 0. Plastic Cement: F.S. SS-C-153, Type I. P. Bonding Agent: Adhesive Engineering "Concressive No. 1 LPL, or approved equal, 2-element, epoxy-Polysulfide binder. 00-933 Contra Costa County Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 13 2.2 CONCRETE MIXES A. General: 1. All concrete mixes of each type and strength shall be designed by the Testing Laboratory and tested and re- viewed by the Testing Agency. 2. Final mix designs and results of mix-batch tests shall be submitted to the Architect for approval at least 7 days before placing concrete. 3. The proportions of the concrete mixes shall be such i as to produce concrete of the required strengths, slumps, and aggregate sizes, of low shrinkage and of a consistency that will allow thorough compaction of the concrete into corners and around reinforcing without excessive puddling, spacing, or vibration and } without permitting the material to segregate or free water to collect on the surface. The maximum size of aggregates shall be such that it will produce dense and uniform concrete free from rock pockets, honey- comb, and other irregularities. 4. Determination of the amount of water in the batch shall include water contained in the aggregates. Water shall be added only in the proportions estab- lished by the Testing Agency. 5. It is the intent of this Sepcification that the color and consistency of the exposed concrete, as shown on the Drawings, shall be uniform throughout the job. Maximum precautions shall be taken in the design and mixing of the concrete to achieve this end. 6. The Contractor shall review and approve the proposed concrete mix designs for compatibility with his plac- ing requirements to.ensure that the concrete as de- signed can be placed in accordance with the Drawings and Specifications. B. Classes of Concrete: 00:934 Contra•Coata County fi ' Detention Facility i i CAST-IN-PLACE CONCRETE Section 03300--Page 14 Size of Minimum Shrinkage Maximum Maximum 28-day Requirements Aggregate Slump Strength (shrinkage (inches) (inches) (psi) millionths) Stone Aggregate Concrete 1. Footings, grade beams 1-1/2" 4" 4,000 -- 2. Columns, ■ walls 3/4" 4-1/2" 4,000 0.035 3. Beams, wnn� slabs, and stairs 3/4" 4" 3,000 0.035 4. Slabs-on- ground, curbs 3/4" 3" 2,500 0.035 5. Precast panels 3/4" 3" 4,000 0.035 Lightweight Aggregate Concrete 6. Main build- ing floor and roof slabs over metal deck 5/8" 3" 3,000 0.030 C. Mix Design Requirements: 1. The minimum cement content established for stone ag- gregate and lightweight concrete shall be not less than the following, unless approved by the Architect. Strength Minimum Sacks/Cubic Yard 2,500 psi 5 3,000 psi 5-1/2 3,000 psi (lightweight) 5-3/4 Y 4,000 psi 6 2. All classes of concrete shall contain a water-reduc- ing admixture and an air-entraining admixture that will entrain 4 percent (±1 percent) of air. 000 Contra Cos a ounty ) Detention Facility i CAST-IN-PLACE CONCRETE Section 03300--Page 15 3. Lightweight concrete shall consist of lightweight coarse aggregate and normal weight fine aggregate and shall weigh not more than 110 pounds per cubic foot at 28 days after casting, 4. Maximum allowable unit shrinkage (expressed in per- centage of length) based upon the average value of three 4-inch-x-4-inch-x-ll-inch test specimens after 21 days of actual drying time (total 28 days after casting) shall be determined as specified for Classes C, D, E, and F concrete. A variation of 10 percent from the specified values will be allowed. 5. Concrete may, at the Contractor's option, be designed for either pump or conventional placement. PART 3--EXECUTION 3.1 CONCRETE JOINTS A. Construction Jointst 1. Location of construction joints shall meet with Archi- tect's approval, and shall be as shown on the Draw- ings. 2, Joints not indicated on the Plans shall be made and located so as not to impair the strength of the struc- ture. 3, All horizontal and vertical construction joints shall be cleaned and roughened by removing the entire sur- face by sandblasting, exposing the clean aggregate solidly embedded in mortar matrix. Extend reinforc- ing continuously through construction joints. 4. At horizontal joints which will be left exposed, the concrete shall be poured up to a horizontal "reglet" or "screed" set into the forms. These joints shall be made in such a manner as to eliminate "overhangs" or "lips." 00,936 Contra Costa County r 'Detention'Facility CAST-IN-PLACE CONCRETE Section 03300--Page 16 i 5. Construction joints in all horizontal framing shall be located near the middle 1/3 of spans in slabs, joists, beams, or girders, unless a beam intersects a girder at this point, in which case the joints in the girders shall be offset by a distance equal to twice the width of the beam. Provisions shall be made for shear transfer in beams and girders by use of inclided reinforcement. Keys shall be provided across all vertical joints in slabs, beams, walls, etc., as detailed on the Drawings= in addition, dow- els shall be placed across the joint. 6. Panels for slabs on ground shall be cast with a max- imum dimension of 25 feet in any direction and a max- imum area of 600 square feet. All slab panels shall be cast with casing areas staggered. Panels or areas larger than this shall be constructed only with the approval of the Architect, with joints as directed by the Architect. 7. Length of continuous placement for foundations, walls, framed slabs, joists, beams, etc., shall not exceed 60 feet unless approved by the Architect. Pour sec- tions shall be alternated or staggered. B. Expansion Joints: Reinforcing bonded to the concrete shall not extend continuously through any expansion joint. At exterior wall expansion joints in the structure, pro- vide a continuous vertical keyway lined with premolded expansion joint material and with smooth dowels to match horizontal reinforcing, extending across the joint. Pro- vide expansion joints at perimeter of building between primary structure and all paving and landscape concrete work, unless otherwise shown. Provide vertical wall ex- pansion joints at 20 feet 0 inches on center in exterior site walls and retaining walls. 3.2 MIXING CONCRETE A. All concrete shall be ready-mixed concrete and shall be mixed and transported in accordance with "Specifications for Ready-Mixed Concrete" (.ASTM C94). B. All concrete shall be mixed with quantities and ingre-dients conforming to Testing Laboratory mix designs. In- gredientsshall be proportioned by weight. 00.997 Contra Costa County Detention Facility 15 CAST-IN-PLACE CONCRETE Section 03300--Page 17 C. Mixed concrete shall be homogeneous in distribution of material and uniform in consistency and color. Concrete shall be mixed for at least 10 minutes after all ingre- dients have been added, 3 minutes of this time must be II immediately prior to discharging at the job site. The rate of delivery, haul time, mixing time, and hopper capacity shall be such that all mixed concrete delivered shall be placed in forms within 60 minutes from the time of introduction of cement and water into the mixer. No water shall be added after transit mixer leaves the batch- ing plant without the approval of the Testing Laboratory and the Architect. D. At time of delivery of each load of concrete, the manufac- turer of transit-mixed concrete shall furnish Owner's representative a delivery ticket showing cubic yards of concrete in load and mix designation number, amount of water incorporated, and time water was added to dry mix. 3.3 PLACING CONCRETE A. General: 1. The Contractor shall submit to the Architect for re- view a proposed schedule for placing all concrete before commencing with the work. 2. Where construction requires the mixing of two or more classes of concrete, the higher strength and type governs, and shall be used. B. Review: Notice shall be given to the Architect 48 hours (2 working days) before each concrete placement, in order that the Architect may review reinforcing, forms, etc., prior to casting concrete. Place no concrete without Architect's prior review. C. Preparation: 1. Before depositing concrete, all equipment for mixing and transporting the concrete shall be cleaned, all wood chips, shavings, and other debris shall be com- pletely removed from the interior of the forms, and forms shall be thoroughly wetted. Reinforcement shall be cleaned, if necessary, prior to placing concrete. 00.938 Contra Costa County Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 19 3. Concrete, at the Contractor's option, may be pumped from transit mixers to the point of final deposit. Pumps shall be adequate for the mix, aggregate size, and slump; and pump operators shall be experienced. F. Casting of Precast Concrete: Casting shall be accomp- lished to prevent segregation of materials and shall be vibrated to achieve proper compaction, finish, and distri- bution of concrete in order to.provide a smooth, dense surface free of honeycombing, air pockets, or other ir- regularities. Reinforcing and embedded items shall be accurately placed and maintained in the proper location. Any special devices for handling shall not be exposed to view after installation. Patching or repairs will not be allowed in precast items. G. Depositing: 1. Concreting, once started, shall be carried on as a continuous operation until the section of approved size and shape is completed. Construction joints must be of approved detail and location. 2. Concrete shall be so deposited as to maintain, un- til the completion of the unit, a plastic surface approximately horizontal. No concrete shall be de- posited that has started to set or stiffen. The remixing of concrete or grout which has started to set will not be permitted. 3. Concrete, when placed in walls, shall not be placed in layers exceeding 4 feet in depth. Schedule of pouring shall be such that no concrete shall take initial set before next layer is poured, unless a regular construction joint is made. 4. At least B hours must elapse after depositing the concrete in walls or columns before depositing the concrete in the supported beams, girders, joists, or slabs. 5. Contractor shall take extreme care not to displace reinforcing, inserts, anchor bolts, welding plates, or any other item called for to be embedded in con- crete. 00940 Contra Costa�,County ash ' Detention Facility i CAST-IN-PLACE CONCRETE Section 03300--Page 20 6. Conveyors, trucks, or buggies must be thoroughly cleaned after each pour. Any concrete spilled on forme or reinforcing steel, in portions of struc- ture not immediately concreted, shall be completely removed before concrete sets. 7. Any interruption in placing of more than 60 minutes will be cause for shutting down the work and the wast- ing of any remaining mixed concrete in hoppers or mixera. In case such interruption occurs, the Con- tractor shall provide construction joints where and as directed, and cut concrete back to such line, cleaning forms and reinforcing as herein specified. S. A record shall be kept of the time and date of plac- ing the concrete in each portion of the structure. Such reports shall be kept until the completion of the structure and shall be open to the inspection of the Architect. H. Compaction: 1. Concrete shall be thoroughly compacted by puddling with suitable tools during placing, and thoroughly worked around the reinforcement, around embedded fix- tures, and into the corners of the forms. In nddi- tion to manual spading and tamping, all concrete shall be internally vibrated with high-speed mechanical vibrators operated under experienced supervision. A mechanical vibrator shall be employed at each point of dump, and a standby vibrator in good working order, but not in use, shall be kept on the job until all concrete is placed. 2. Vibration shall be only sufficient to minimize honey- combs and accomplish compaction of concrete. Over- vibration and resulting loss of entrained air or ex- cess of fines at the surface will not be allowed. 3. Along the faces of the forms, suitable tools shall be used during the placement to force large particles away from the forms and bring mortar to the surface of the forms in order to obviate voids and air pock- ets. The responsibility for provid.Lng fully filled- out, smooth, clean, and properly aligned surfaces shall rest entirely with the Contractor. 00941 Contra Costa_County Detention Facility I CAST-IN-PLACE CONCRETE Section 03300--Page 21 3.4 FINISHING OF FORMED SURFACES A. General: 1. After removal of forms, the surfaces of concrete shall be given one or more of the finishes specified below in location designated by the Project Drawings and/or the Project Specifications. 2. Submit job-cast samples of special formed surfaces (plywood, roughsawn boards, etc.) for approval as directed by the Architect, prior to commencing the work. H. As-Cast Finishes: Surfaces shall be true to line and plane. Surfaces shall not contain honeycomb or segrega- tion. when defects occur, they shall be remedied as directed by the Architect, and as specified. Should patching be necessary, the Contractor, at his own ex- pense, shall patch, clean brush, rub, sack, sandblast, etc., any defective areas where directed by the Archi- tect and in a manner acceptable to the Architect. The cones and wires shall be entirely removed and holes ex- posed to view shall not be patchedl all fins on plywood- formed Surfaces shall be removed] fins on board-formed surfaces shall be lightly rubbed down with wooden blocks. In general, surfaces shall be left clean and rinsed free of foreign matter and with the texture imparted by the forms. C. Rubbed Finishes: A smooth-rubbed finish shall be applied to all exterior plywood-formed surfaces and exposed in- terior vertical surfaces not otherwise finished by sand- blasting. Smooth-rubbed finish shall be produced on green concrete. All necessary patching shall be done immedi- ately after forms have been removed, and the Architect has inspected surfaces, and rubbing shall be completed not later than the following day. surfaces shall be wetted and rubbed with carborundum brick or other abrasive until a uniform color and texture are produced. No cement grout or slush shallbeused other than the cement paste drawn from the green concrete itself by the rubbing process. D. Sandblasted Finishes: vo 9y/� .Contra Costa County Detention Facility CAST-IN-PLACE CONCRETE section 03300--Page 22 1. Surfaces indicated on the Drawings as sandblast fin- ish shall be sandblasted with sand composed of medium- graded, hard silica. 2. Finishes shall be approved by the Architect. 3. Sandblasting shall be sufficient to produce a light- to-medium texture, removing the finished face of formed matrix (approximate rate of sandblasting--4 square feet per minute at a nozzle distance of 3 to 5 feet). 4. Type of sandblasting equipment, nozzle size, pressure, and aggregate shall be at Contractor's option subject to meeting texture requirements of finished surface. S. Elapsed time between casting of concrete and sand- blasting shall be at the Contractor's option, except that time interval shall be constant throughout Pro- ject for all elements. This requirement shall also apply to the preparation of the sample panel. In determining elapsed time, the Contractor shall take all factors into consideration which affect the sand- blasted texture. Such factors are the increasing strength and hardness of the concrete, depth of ag- gregate exposure, dust control, coordination with other trades, and the degree of protection necessary to prevent damage to adjacent work. Where sandblast- ing is done relatively soon after stripping, curing requirements shall still be complied with. 6. Surfaces to be sandblasted which show cracks, leakage, or mortar at form joints, pour or construction joints, or rock pockets are subject to rejection. Such areas shall be removed to their full extent and replaced prior to sandblasting. 7. Protect all adjacent surfaces, including surrounding reveals, from damage due to sandblasting operations. 8. Check with local authorities and agencies who might have jurisdiction and take such precautions as are required to prevent excessive dust generated by sand- blasting operations. Such precaution may include special time scheduling for sandblasting and the pro- viding of special enclosures and tents to prevent spread of.dust. 00942 'Contra costa County Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 23 E. Related Unformed Surfaces: Tops of walls or buttresses, horizontal offsets, and similar unformed surfaces occur- ring adjacent to :ormed surfaces shall be struck smooth after concrete is placed and shall be floated and/or troweled to a texture reasonably consistent with that of the formed surfaces. Final treatment on formed surfaces shall continue uniformly across the unformed surfaces. Tops of walls at terraces shall have a very lightly broomed surface matching steps, as directed by the Archi- tect. 3.5 FLATWORK A. General: 1. Edge Forms and Screedss a. Edge forms and intermediate screed strips shall be set accurately to produce the designed eleva- tions and contours in the finished surface, and shall be sufficiently strong to support the type of screed to be used. The concrete surface shall be aligned to the contours of screed strips by the use of strike-off templates or approved com- pacting-type screeds. b. When the formwork is cambered, screeds shall be set to a like camber to maintain the proper con- crete thickness. 2. Jointing: Joints in slabs on grade shall be located and detailed as indicated in the Project Drawings and Specifications. . Slabs on ground shall be cast in checkerboard patterns. Joints in curb and gutters shall be as detailed and in accordance with County of Contra Costa Regulations and Standard Specifications. 3. Consolidation: Concrete in slabs shall be thoroughly consolidated. Slab concrete shall be compacted and tamped with a grid tamper so that the coarse aggre- gate is pushed below the surface, but without work- ing paste and fines to the surface. Then screed the surface uniformly to grades. As soon as the surface becomes workable, it shall be wood floated. B. Slabs on Ground% Subbase for all concrete floor slabs shall consist of a minimum of 6 inches of the crushed rock thoroughly compacted. 00443 Contra Costa County DetentionFacility i CAST-TN-PLACE CONCRETE Section 03300--Page 24 C. Finishes: 1. All floor finishing must be performed by experienced operators. Slabs shall be brought to grade for cam- bered slabs or to level grades as shown on the Draw- ings, and care shall be taken to ensure full thick- ness in all cases. All floor surfaces shall be fin- ished monolithically. Surfaces shall be uniform and level, or slope evenly to drains where they occur. Maximum deviation permitted will be 1/8 inch in 10 feet. 2. All concrete slabs shall be float finished prior to any final finishing. Power floats may be used on thick slab sections, hardwood floats shall be used on thin slab sections, such as pan slabs. 3. Slabs with steel-troweled finishes shall be troweled as soon as concrete has hardened sufficiently to pre- vent fines from working to the surface. Power-driven troweling machines may be used in this operation if the desired finish can be obtained by their use. After the first finishing operation and when the surface is sufficiently set for final hard troweling, steel- trowel to a smooth, hard, impervious burnished sur- face, free of defects. Finishers shall work from knee boards laid flat upon the surface. 4. Slab Finishes: a. All slabs which are exposed (with no cover, floor- ing, or special treatment), shall receive 3 steel trowelings after finishing. These slabs shall be hardened with 2 coats of "Lapidolith" or approved equal, applied in accordance with manufacturer's directions. b. All slabs which are covered with flooring shall receive two steel trowelings. Slabs to receive flooring shall have no sealers, sprinkled cement, i or any other surface that would prevent the proper installation of the flooring. Any deviation from this shall be only with the express permission of the flooring installer and Architect. C. Slabs which receive concrete fill, or pavers, for ti final finish shall be wood floated only. 00944 Contra Costa County Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 25 d. All exposed exterior slabs, and stair treads af- ter preliminary troweling, shall receive a non- slip, light-to-medium broom finish as directed by the Architect. e. Curbs and Gutters (Street and Parking Areas): Finish shall be nonslip light broom, in accord- ance with County of Contra Costa Standard Speci- fications. f. Concrete Sidewalk, Paving, and Ramps; Wood-float, steel-trowel, and then broom slab to a uniform texture with straight striations in one direction only. Trowel score lines to pattern indicated on Plan and Detail. Broom finish shall match ap- proved sample slab and shall provide a nonslip surface. Broom finish shall be medium to heavy for paved areas, and heavy for ramps. 3.6 PROTECTION AND CURING A. General; 1. Wheeling, working, and walking on concrete shall be avoided for at least 24 hours after casting. Pro- tect concrete from sun and rain. Concrete shall not be subjected to any loads until concrete is completely cured, and until concrete has attained its 28-day strength (14 days minimum). 2. All concrete shall be water cured continuously for the minimum durations of time specified including Saturdays, Sundays, and holidays (it shall not be allowed to dry out until it has cured for a specific time). 3. Protect concrete during and after curing from damage during subsequent construction operations. B. Duration of Curing: The curing shall continue as listed for each portion of the work. 00945 Contra:Costa County Y Detention Facility i CAST^IN-PLACE CONCRETE Section 03300--Page 26 1. Footings, Foundation Walls, and Grade Beams: Forms may be left on for cure, provided forms are kept tight against concrete and are sprinkled with water regularly to prevent drying out. Minimum curing time shall be 7 days after placing concrete. if forms are removed prior to 7 days or if footings are cast in neat trench excavations, concrete shall be water cured by wetting 4 times daily for the remainder of the period. 2. Walls and Column Surfaces: Walls and columns shall be cured for a minimum of 21 days. Forms shall be kept moist until removal. Immediately upon removal of form, an approved sprayed-on curing compound shall be applied to the concrete surfaces in strict com- pliance with the manufacturer's recommendations. Wall surfaces which are to receive crystalline waterproof- ing shall have a moisture content in accordance with the waterproofing manufacturer's recommendations. Waterproofing shall be applied as soon as possible after form removal. Immediately after application of waterproofing a curing membrane shall be applied to prevent loss of moisture. 3. Floor and Roof Slab Framing over Metal Deck: Curing of the top surface shall be with sprayed-on chemical curing compound, 2 coats sprayed on moist concrete. Curing shall be for a total time of 14 days. 4. Floor Slabs on Ground: Initial cure shall be with a fog spray applied to the finished concrete at least 24 hours. The fog spray shall be applied by an ap- proved fog nozzle; water concentration shall be avoided. Final cure shall be for at least 14 days by one of the following methods: a. Waterproof curing paper. b. Chemical curing compound, 3 coats sprayed on moist concrete. Compound shall be approved by the Architect before application to the concrete. Contractor shall certify that the compound will not prevent bonding of finishes or paints to the concrete. 3.7 .REPAIR OF DEFECTS 00946 ''.Contra Costa County Detention Facility S CAST-IN-PLACE CONCRETE Section 03300--Page 27 A. General: In general, some minor defective work may be repaired by use of cement mortar, as specified above, with permission of the Architect; but if the defects are seri- ous or affect the strength of the structure or the ap- pearance, the Engineer and the Architect may require the removal and replacement of that portion of the structure affected. The Contractor shall pay the cost of all such work. B. Repairing and Patching: 1. Immediately after removing forme, all concrete sur- faces shall be inspected and any poor joints, voids, rock pockets, tie holes, except as specified, etc., shall be patched at once, but not until the surfaces have first been examined by the Architect. Minor defective areas shall be chipped away to a depth of --� about 1 inch with the edges perpendicular to the sur- face. The area to be patched and a space at least �® 6 inches wide entirely surrounding it shall be wetted to prevent absorption of water from the patching mor- tar. Submit patching mixture, proposed for use, to Architect for approval prior to commencing the work. 2. The area to be patched shall be coated with a cement wash consisting of neat cement and a solution of one part "Ronset" to four parts of water. The patching mortar shall be applied immediately thereafter. Patch- ing mortar shall consist of one part cement to three parts fine aggregate and shall be mixed with a solu- tion of one part "Konset" to six parts water, to a consistency as dry as possible, consistent with the requirements of handling and placing. Mortar shall match existing concrete color. 3. The mortar shall be thoroughly compacted by ramming into place and screeded off so as to leave the patch slightly higher than the surrounding surface. It shall then be left undisturbed for a period of one to two hours to permit initial shrinkage before being finally finished. The patch shall be finished in such a manner as to match the adjoining surface in color and texture and shall be kept wet for a period of at least 7 days. Provide some protective covering, such as burlap or fiberboard, so that the patched area is kept continuously damp. 001 Contra Costa County Detention Facility CAST-IN-PLACE CONCRETE Section 03300--Page 28 C. Tie Holes: Nails and tie wires or form ties shall be cut off flush with face of concrete and all surfaces shall be ! left smooth and clean. Metal spreader ties on exposed concrete work shall be removed or snapped off inside the wall surface. All resulting cone pockets on exposed beam, column, and wall surfaces shall not be patched (see Archi- tectural Drawings for details). Pockets shall be sealed by covering the end of the tie wire within the cone with a thin, neat cement paste seal coat indicated on the Draw- ings and as directed by the Architect. Pockets on con- cealed walls and surfaces shall be pointed up and rubbed III to match surrounding surfaces by flushing with water and then solidly packed throughout the wall thickness with cement grout. Cement grout shall be 1 part cement to 2-1/2 parts sand, and shall be applied immediately after removing forma. 3.8 DRYPACKING A. Drypack shall be installed by ramming in thin layers. Ramming shall be done by using a short length of ram, the free end of which shall be struck with a heavy ham- mer, or mallet, several blows for each layer to compact the mixture. When completed, the exposed drypack shall show slight indication of moisture. The ram for drypack- ing around bolts shall be a short length of pipe which shall pass within the hole and over the bolt. When dry- packing, place form around so that backing will be pro- vided against which to drypack. H. All exposed surfaces of drypack shall be sealed immedi- ately after the packing is completed. Cover with burlap and keep moist for 3 days. C. Holts or inserts which have been drypacked in place shall not be tensioned sooner than 7 days after packing. **END OF SECTION** 009-48 Contra Costa County Detention Facility I I And the Hoard adjourns to meet`inadjourned ; regular session on Friday, 'July 22, 1977 at'2s00 M. in the Board Chambers, Room 107, Administration`' Building, Martinez, California. W. N. B ggess, 'Chairman ATTESTt ' J. R. OL890N, Clerk 00, 10, c D eputy Td �k ! If aua f x y i f � ° Y WAt `0 —s" A, .�s'Lnti r, 1myaJ faux. ; r x" 3 F S• dj.a�3F T r yak& �. li � � 1� YtnCS,.F y � '"4"a ,�„ £ •'Ek" N SUMMARY OF PROCEEDINGS BEFORE THE BOARD i OF SUPERVISORS OF CONTRA COSTA COUNTY, JULY 19, 1977, PREPARED BY J. R. OLSSON, COUNTY CLERY, AND EY.-OFFICIO CLERK. OF THE BOARD. Approved personnel actions for Human Resources Agency, Medical Services, Social Service, Probation and Civil Service. Introduced Ordinance No, 77-56 rezoning land in the Lafayette area, Planning Commission initiated (1958-RZ). Denied claims for damages filed by F. Petrie and K. Myers. Acknowledged receipt of annual report of the Foster Care and Adoptions Sub-Committee of Family and Children's Services Advisory Committee. Authorized Director, Human Resources Agency, to conduct contract negotiations with prospective contractors for completion of purchase of service contracts and/or contract amendments. Acknowledged receipt of progress report from the Director, Community Services Administration,on the development of Delegation of Authority and Organizational Policy guidelines for the Economic Opportunity Program. Acknowledged receipt of report from the County Auditor-Controller concerning write-off of certain hospital accounts receivable. Approved increase of $2,000 in contract contingency fund for Morello Avenue reconstruction project. Authorized Director, Human Resources Agency to execute three-month contract extensions with mental health, drug abuse, and alcohol program contractors, Authorized Building Inspection Dept. to attend Mechanical Sub-Committee IAPMO-ICBG, (International Association of Plumbing and Mechanical Officials and International Conference of Building Officials), August 9-11 in Dallas, TX. Granted extension of time to Western Electric Company to file a Final Development Plan, (1605-RZ) San Ramon area, Acknowledged receipt of report from Coordinator of County Energy and Water Conservation Efforts on status .of energy conservation measures. Rescheduled to August 9, 1977 at 11:30 a.m. hearing on appeal of J. S, Herrington from Planning Commission denial of application (2111-RZ) to rezone land in the Walnut Creek area. accepted report of the Public Works Director concerning Center Avenue, Pacheco area,and found that the one-way couplet plan has been given 4` sufficient study and consideration and is therefore rejected. ?()050 } July 19, 1977 Summary, continued page 2 Approved plans and specifications for Detention Facility concrete foundation and structural fill contract and fixed August 11, 1977 at 2:00 p.m. to receive bids. Approved plans and specifications for Detention Facility structural steel contract and fixed August 11, 1977 at 2:00 p.m, to receive bids. Accepted Offers of Dedication for recording only from Damd' Construction Company, Inc. for Sub. 4952. Approved property acquisition from J. Bradley for Center Avenue. reconstruction project, Pacheco area. Approved property acquisition from K. Kohler for Center Avenue reconstruction project, Pacheco area. Authorized Public Works Director to execute a Deferred Improvement Agreement with G. Mortarotti for M.S. 194-76, Walnut Creek area. Approved travel request of J. Miller, Executive Director, Community Services Administration, to attend the National Association of Counties 42nd Annual Conference July 24-27 in Detroit, Michigan. Approved rental agreement with B. Musolf and N. Cutshall for county- owned property. Fixed August 16, 1977 at 11:00 a.m. for hearing on the request of C. Delk (2091-RZ) to rezone land in the Walnut Creek area. Adopted Ordinance No. 77-63 updating provisions pertaining to Director of Building Inspection. Adopted Ordinance No. 77-62 establishing area planning Commissions for Orinda and San Ramon Valley areas. Referred to: Public Works Director, letter from Pres. , Golden Rain Foundation, Rossmoor, re road improvement of Olympic Boulevard and county priority list. Public Works Director for report, letter from R. Fenn seeking Board assistance to obtain a permit for installation of a drainage culvert on his property. Contra Costa County Housing Authority and Director of Planning, letter from Deputy Area Director, San Francisco Area Office, U.S. Dept. of Housing and Urban Development,re supplemental allocation to the County's Section 8 Existing Housing funds. Public Works Director and Cirector of Planning, communication from California State Transportation Board re revised March 1977 California Transportation Plan. Director, Office of Economic Opportunity, for review and response in coordination with County Auditor-Controller, letter from Regional Audit Director, Dept. of Health, Education and Welfare, transmitting audit report on County Head Start Program. 00.951 July 19, 1977 Summary, continued Plage 3 Director, Human Resources Agency, memorandum from State Social Services Division re local plans for delivery of social services to county residents. County Counsel for report, letter from R. Abbottre warrant issued to her mother for duplicate payment of taxes. Finance Committee, addition of $6,500 to County Sheriff's budget for replacement of boat speeding signs an waterways in Delta, consider in conjunction of 1977-1978 budget; and recommendation that salaries of Supervisors be increased to $19,500 per year, consider in conjunction with 1977-1978 budget. Referred to committee established to review procedures utilized in developing Board's agenda, suggestion that verbatim minutes-of Board meetings be provided. Acknowledged receipt of memorandum from County Counsel recommending denial of request of B, Burak for reconsideration of Board denial of a 1 of Lafayette Morehouse, Inc. for Land Use Permit Application No. 2180-�'6*' to establish a school and related facilities. Acknowledged receipt and requested County Officials to commence review of final report of 1976-1977 Contra Costa County Grand Jury pursuant to Section 933 of the Penal Code. Acknowledged receipt of annual Statewide Social Services Plan. Withheld approval in light of Short-Doyle deficit unless other outside funding is obtained and referred to Finance Commmittee, letter from Co-Chairpersons, Contra Costa County Mental Health Task Force on Aging requesting Board support for improved mental health services for elderly and consideration of hiring a staff person specializing in gerontology within mental health services. Approved request from Chairman of Mt. Diablo Chapter of Ninety-Nines, Inc. and Terminui Chairman of 1977 Pacific Air Racefor Board support for proposed termination of the Air Race on October 15 at Buchanan Field, Acknowledged receipt of letter from the County Administrator concerning paper recycling and advising that a report on this matter will be submitted at a later time. Acknowledged receipt of the Public Defender's annual report for Fiscal Year 1975-1976. Acknowledged receipt of report from Supervisor Hasseltine with respect to Mt. Diablo State Park, As ex officio the governing Board of Contra Costa County Water Agency approved agreement with J. B. Gilbert and Associates for development of the Agency's positions relative to the need for Delta Outflow. Rescheduled to August 9, 1977 at 10:45 a.m. hearing on grievance appeal of D. Bennett. 09952 I July 19, 1977 Summary, continued agr' 4 e`Ie 4 Authorized Chairman to execute the following: State Dept. of Agin contract for basic 1977-1978 allocation; Contract with Jerry s Ambul-Cab for non-emergency County Hospital Medi-Cal patient transportation; Contract amendment agreement with State Dept. of Health to make contract budget revisions for County's fiscal year 1976-1977 Community Demonstration Rat Control Program in Richmond; Contract with Santa Clara County Superintendent of Schools for a CETA Labor Market Study; Contracts for provision of training and orientation in Foster Care to foster parents for the Social Service Dept.; Contract Amendment Agreement with We Care Society, Inc. and Re-Entry Services, Inc. to adjust the two contract budgets to conform to the County's Revised Mental Health Plan and Budget for fiscal year 1976-1977; Contract with K. Robertson to provide electromyographic services to County Medical Services; Contract with Los Medanos Community Hospital District to provide continued transportation services to the Pittsburg and West Pittsburg area; One-year lease renewal with S. McNamara for premises for use by Health Dept.; Contract with Cubic Productron Inc. for continued maintenance of vote counter equipment; Contract with State of California, Dept. of Aging for Area Agency on Aging Program, part -time employment for senior citizens through sub- contracts with local agencies. Adopted the following numbered resolutions: roll;77/565, 77/567 through 77/569, authorizing changes in the assessment 77/566, rescinding-Board's Resolution No. 77/466 relating to Parcel 085-118-011 in Code Area 7025; 77/570, authorizing 'cancellation of delinquent penalties on 1976-1977 secured assessment roll; 77/571, authorizing cancellation of delinquent tax penalties; 77/572, rescinding Board's Resolution No. 77/466 relating to parcel 085-118-010 in Code Area 7025; 77/573, fixing August 18, 1977 at 2 p.m. to receive bids for Kenyon Avenue reconstruction project, Kensington area; 77/574, supporting-applications to Federal Communications Commission for allocation of radio frequencies needed for law enforcement purposes; 77/575; fixing August 18, 1977 at 2 p.m, to receive bids for Del Amigo Road culvert installation project, Danville area; 77/576, approving parcel map and agreement with Dame' Contruction Co. Inc. , for Sub. 4952, San'Ramon area; 77/577, authorizing County Auditor-Controller to accept sum of $250 in settlement of Contra Costa County vs. Elmark Homes, Inc., at a1)No. M-10313; 77/578, amending Board Resolution No. 77/560 establishing rates x_ to be pail to child care institutions; 77/579, establishing the class of Manager of Airports; 77/580, accepting-as complete road improvements in Crockett and Rodeo areas; 90953 3 July 19, 1977 Summary, continued rIF age 5 77/581, accepting as complete reconstruction of Rudgear Road from Grove Lane to Youngs Court in the Walnut Creek area; 77/582, approving abandonment of a portion of unconstructed Galaxy Way in the Concord area; 77/583, accepting as complete improvements in M.S. 21-76, Walnut Creek area; 77/584, accepting as complete improvements in Sub. 4761, San Ramon area, and declaring certain roads as County roads; 77/585, approving agreement with A. G. Breitweiser Builders, Inc. for M.S. 180-76, Alamo area; 77/586, notifying the California Dept. of Transportation re Federal- Aid Safer Off Systems Road Program Claim apportionment. Approved design development plans and specifications for the Veteran's Memorial Hall, Danville, County Service Area R-7. Authorized Chairman to execute Termination of Reimbursement Agreement which was taken to guarantee repayment of the cost of services rendered by the County to J. Amie, Jr, and M. Senor and M. and I. Villasenor. Approved Traffic Resolutions Nos. 2348 through 2350. Terminated agreement with City of Antioch for road improvements at the intersection of East 18th Street and Hillcrest Avenue and authorized Public Works Dept. to bill the City for 75 percent of traffic signal design engineering which was previously completed by County staff. Accepted instruments from Deme' Construction Co, , Inc. and Central Contra Costa Sanitary District for Subdivision 4952 and 4857 respectively. Accepted Offer of Dedication for Drainage Purposes for recording only from 0. Leinweber, et al for M.S. 180-76. As ex officio Governing Board of Contra Costa County Sanitation Distric No. 15, approve the appointment of L. Celoni to serve as public member on Oakley-Bethel Island Wastewater Management Authority. Authorized reimbursement of $76 to C. Bigelow and $25.96 to I. Epperly for personal property damaged in the line of duty. Authorized County Auditor-Controller to pay $49 per month to State of -California as County's share of joint telephone line between Martinez and Oakland used by California Highway Patrol and Sheriff-Coroner for fiscal years 1976-1977 and 1977-1978. Exercised option to extend lease between County and Oil Chemical and Atomic Workers International Union, Local No.1=5 for premises for continued occupancy by Medical Services, Mental Health Division. Approved relocation assistance claim form for relocation payment, 0019541, A i July 1.9, 1977 Summary, continued Oage 6 Appointed G. Tara, C. Rush and G. McCormick as Valuation Assessment Commissioners for Reclamation District No. 799 (Hotchkiss Tract). Authorized Director of Building Inspection to destroy certain obsolete building permits, deposit permits and duplicate warrants. Authorized legal defense for persons who have so requested in connection with Superior Court Actions Nos. 172376 and 173155, and United States District Court No. C 77 116E SW. Continued to July 26, 1977 at 2:00 p.m. hearing on proposed budgets for county fire protection districts for fiscal year 1977-1978. Authorized Chairman to send letter to the Alameda Count Board of Supervisors urging said Board to support Contra Costa County s position statement regarding Bay-Delta water quality protection. Advised State Dept. of Water Resources of Contra Costa County's strong concern with respect to the possible effects of cutting back on Delta out- flows and the impact of the rock dame as well as its concern for quality of water behind the dams and requested that they furnish continuous monitoring of the water quality, and assurances that at the first sign of serious trouble, the dams will be removed. Approved recommendation of Finance Committee on unused driveway depressions in Sub. 4406, Danville area. Fixed July 26, 1977 at 2:00 p.m. for hearing to receive citizen input on proposed special districts budgets. Recessed at 10:35 a.m, to meet in Executive Session and reconvened at 10:55 a.m.; in connection therewith adopted an order agreeing to make salary adjustments retroactive to July 1, 1977 if agreement is reached by July 26, 1977. Referred to the Finance Committee for a recommendation to be submitted to the Board prior to the end of this calendar year the feasibility of changing the County fiscal year or instigating a contract year. Adjourned to meet Friday at 2:00 p.m. in adjourned regular session. SUMMARY OF PROCEEDINGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, JULY 22, 1977, PREPARED BY J. R. OLSSON, COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD. v Met in Executive Session and adjourned to meet Tuesday at 9:00 a.m. s, in regular session. 4�. 111/•a��+ 00955Ll $ u A t i 1 f Mw p norr i Y tt e'3zd following doaumentis gig i f# �x J consist of 955 pages tistcocoa ay4SN {� ;'� �,. ��'a z z u t ago.M k F Will a.aU�J �c b,kill u i tk2 2 x A'3 �3p � S l ROE MAOTT WMI 1�9lSa'"' 1� > it sf � a